Home
SDI5362P15 - Oil India Limited
Contents
1. The Bidder Contractor commits itself to take all measures necessary to prevent corruption He commits himself to observe the following principles during his participation in the tender process and during the contract execution 1 The Bidder Contractor will not directly or through any other person or firm offer promise or give to any of the Principal s employees involved in the tender process or the execution of the contract or to any third person any material or immaterial benefit which h e she is not legally entitled to in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract 2 The Bidder Contractor will not enter with other Bidders into any undisclosed agreement or understanding whether formal or informal This applies in particular to prices specifications certifications Subsidiary contracts submission or non submission of bids or any other actions to restrict competitiveness or to introduce cartelisation in the bidding process 3 The Bidder Contractor will not commit any offence under the relevant Anticorruption Laws of India further the Bidder Contractor will not use improperly for purposes of competition or personal gain or pass on to others any information or document provided by the Principal as part of the business relationship regarding plans technical proposals and business details including information contained or transmitted ele
2. 20kA for 3 Sec g Impulse flashover withstand voltage 75kV peak 1 Power frequency withstand voltage 28kV rms j No of poles 3 k Operating mechanism Trip free amp free handle type with mechanically operated indication amp Page 3 of 12 pad locking 4 4 Busbars a Material Copper b Rated Current 630 Amps c Breaking Current for 3 sec 20 kA d Insulation of Busbars Heat shrinkable sleeve insulation of 11KV voltage grade should be provided on busbar its risers amp connections and shall be marked in different colour codes for identification of three different phases R Y B Thickness of busbar sleeve shall be 3 mm and shall be made of Raychem RPG 11 kV grade or similar type 4 5 Load break switch Isolator The LBS offered shall conform to IS IEC 62271 102 as amended to date The LBS shall be triple pole spring assisted hand operated non automatic type with quick break contacts The operating handle shall have three positions ON OFF and EARTH which shall be clearly marked with suitable arrangement to padlock in any position A safety arrangement for locking shall be provided by which the isolator operation shall be prevented from ON position to EARTH position or vice versa 4 6 Switchgear 4 6 1 Sealed for life the enclosure shall meet the sealed pressure system criteria in accordance with IS IEC 62271 200 In addition manufacturer shall confirm that maximum leakage rate is l
3. Subcontractor with confidentiality 4 The Principal will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the Principal and the Contractor The parties offer to the Monitor the option to participate in such meetings 5 As soonas the Monitor notices or believes to notice a violation of this agreement he will so inform the Management of the Principal and request the Management to discontinue or heal the violation or to take other relevant action The monitor can in this regard submit non binding recommendations Beyond this the Monitor has no right to demand from the parties that they act in a specific manner refrain from action or tolerate action 6 The Monitor will submit a written report to the Chairperson of the Board of the Principal within 8 to 10 weeks from the date of reference or intimation to him by the Principal and should the occasion arise submit proposals for correcting problematic situations Page 4 of 5 7 If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an offence under relevant Anti Corruption Laws of India and the Chairperson has not within reasonable time taken visible action to proceed against such offence or reported it to the Vigilance Office the Monitor may also transmit this information directly to the Central Vigilance Commission
4. USER_ID and initial PASSWORD will be communicated to the bidder through e mail and will be allowed to participate in the tender through OIL s e Procurement portal No physical tender documents will be provided Details of NIT can be viewed using Guest Login provided in the e Procurement portal The link to e Procurement portal has been also provided through OIL s web site www oil india com NOTE Tender Fee may also be paid online upto one week prior to the bid closing date or as amended in e portal OIL INDIA LIMITED A Government of India Enterprises PO Duliajan 786602 Assam India TELEPHONE NO 91 374 2808719 FAX NO 91 374 2800533 Email tuhin_roy oilindia in erp_mm oilindia in FORWARDING LETTER Tender No SDI5362P15 DT 12 11 2014 Tender Fee Rs 1 000 00 Bid Security Amount Rs 59 000 00 Bidding Type SINGLE STAGE TWO BID SYSTEM Bid Closing on As mentioned in the e portal Bid Opening on do Performance Security Applicable Integrity Pact Applicable OIL invites Bids for SUPPLY INSTALLATION AND COMMISIONING OF 11 KV RING MAIN UNIT PANEL WITH VCB through its e Procurement site under SINGLE STAGE TWO BID SYSTEM The bidding documents and other terms and conditions are available at Booklet No MM LOCAL E 01 2005 for E Procurement LCB Tenders The prescribed Bid Forms for submission of bids are available in the Technical RFx gt External Area gt Tender Documents The general detail
5. bidders for the items quoted by them 7 Confirm that the the price bid is in conformity with OIL s online bidding format 8 __ Confirm that the Bid comply with allthe terms condiions Confirm that the offers and all attached documents are digitally signed using digital signatures issued by an acceptable Certifying Authority CA as per Indian IT Act 2000 10 CONFIRM THAT YOU HAVE SUBMITTED THE DULY SIGNED INTEGRITY PACT DOCUMENT Wherever Applicable 11 CONFIRM THAT YOU HAVE SHALL SUBMIT PERFORMANCE BANK GUARANTEE AS PER NIT IN THE EVENT OF PLACEMENT OF ORDER ON YOU Wherever Applicable 12 CONFIRM THAT YOU HAVE SUBMITTED DOCUMENTS AS PER GENERAL QUALIFICATION CRITERIA NOTE Please fill up the greyed cells only ANNEXURE GGG TO BE FILLED UP BY ALL THE VENDOR IN THEIR OWN LETER HEAD ALL FIELDS ARE MANDATORY Tender No Name of Beneficiary Vendor Code Address Phone No Land Line Mobile No E mail address Bank Account No Minimum Eleven Digit No Bank Name Branch Complete Address of your Bank IFSC Code of your Bank a RTGS b NEFT PAN VAT Registration No CST Registration No Service Tax Registration No Provident Fund Registration I We confirm and agree that all payments due to me us from Oil India Limited can be remitted to our above mentioned account directly and we shall not hold Oil India Limited responsible if the amount due from Oil India Limited is remitted to wrong accoun
6. Annexure I OIL INDIA LIMITED A Government of India Enterprise P O Duliajan 786602 Assam India FAX 91 0374 2800533 E mail material oilindia in A OIL INDIA LIMITED invites Indigenous Competitive Bid e tenders through its e Procurement portal https etender srm oilindia in irj portal for following e tender E Tender No B C Date Material Description amp Quantity SUPPLY OF PRESSURE SDI5263P15 DT 04 11 2014 08 01 2015 CALIBRATOR SOLDERING IRON SINGLE STAGE COMPOSITE BID SYSTEM tas STATION PRECISION STANDARD GAUGE SDISDI5363P15 DT 12 11 2014 SINGLE STAGE COMPOSITE BID SYSTEM 08012015 TRANSFORMER 3 NOS SDI5364P15 DT 12 11 2014 SINGLE STAGE COMPOSITE BID SYSTEM 08 01 2015 LT PANEL 01 NOS SD15362P15 DT 12 11 2014 SINGLE STAGE TWO BID SYSTEM 08 01 2015 11 KV VCB PANEL 05 NOS Application showing full address email address with Tender Fee Non refundable of Rs 1 000 00 Excepting PSUs and SSI units registered with NSIC in favour of M s Oil India Limited and payable at Duliajan is to be sent to Head Materials Oil India Limited P O Duliajan Assam 786602 Application shall be accepted_one week prior to Bid Closing date The envelope containing the application for participation should clearly indicate REQUEST FOR ISSUE OF USER ID AND PASSWORD FOR E TENDER NO for easy identification and timely issue of user ID and password On receipt of requisite tender fee
7. MU outdoor type 1 0 SWITCHGEAR ASSEMBLY 1 1 Make 1 2 Type 1 3 Reference Standards 1 4 Voltage Normal Max kV 1 5 Phase Nos 1 6 Frequency HZ 1 7 Short Circuit rating a Breaking Symmetrical KA b Breaking Asymmetrical KA c Short time for 1 Sec KA d Short time for 3 Sec KA 1 8 Insulation Level a Impulse withstand KV peak b 1 Minute 50 Hz Voltage withstand KV rms 1 9 Metal Clad Construction Yes No 1 10 Degree of protection 1 11 Switchgear completely wire and tested at factory Yes No 2 0 CONSTRUCTION 2 1 Overall Dimensions a Breaker 1 Length MM ii Breadth MM ili Height MM Page 7 of 12 b Isolator 1 Length MM ii Breadth MM ili Height MM c Total Non Extensible 3 Way RMU 1 Width W mm ii Depth D mm iii Height mm 2 2 Weight a Breaker Kg b Isolator Kg c Extensible 3 Panel RMU Kg 3 0 Bus bar 3 1 Make 3 2 Material amp Grade 3 3 Reference Standard 3 4 a Cross sectional area mm2 b Size mm2 3 5 Continuous Current a Standard b At site conditions and within cubicle 3 6 Maximum temperature rise over ambient c 3 7 Short time current for 1 Sec KA rms 3 8 Minimum clearance from bare bus bar connection a Phase to phase mm b Phase to Earth mm 3 9 Bus Bar provided with a Insulation Sleeve b Phase barriers c Cast Resin shrouds for joints 3 10 Bus bar connection a Silver Plated b M
8. ad Break Switches with integral Earth Switch Gii 2 Nos 630A 11kV Feeder Vacuum Circuit Breakers with microprocessor based IDMT 3 O C E F numerical relays iv 1 Nos Bus PT module 11kV 110V burden 50VA Class 1P amp 3P cast resin type PT should be equipped protection HRC Fuse on HT side amp MCB Fuses on LT side v Fault passage indicator FPI in all Load Break Switch modules having S C and E F Make Electrotech Siemens or equivalent vi Voltage presence indicating system VPIS in all modules Make Electrotech Siemens or equivalent vii Digital Multifunction meter showing voltage current frequency watt amp VAR with or without RS485 port as per requirement along with cast resin CT ratio 100 1 Amp Class 1 meetering Burden 2 5VA protection Class 5P10 poya n each Outgoing breaker feeder agelo viii 110V 24V Power pact with 24Volt battery for auxiliary power supply Make Allen Bradley or equivalent 3 1 2 The terminals of the switches shall be suitable for installation of XLPE cable sizes of 3C 11kV 240 sqmm 3 1 3 All live parts of the switchgear and busbars assembly shall be grouped together and SF6 gas insulated in a gas tight stainless steel chamber and sealed for life 3 2 Foundation 3 2 1 The party shall develop foundation designs for the RMU based on the information drawing furnished by the manufacturer of the RMU 3 3 Shed construction The party shall construct shed for RMU panel wit
9. ade with anti oxide grease 3 11 Bus Bar support spacing mm 3 12 Bus support insulators a Make b Type c Reference Standard d Voltage Class KV e Minimum creepage distance mm f Cantilever strength Kg mm2 g Net Weight Kg 3 13 SF6 gas pressure filing pressure at 20 deg C 4 0 Vacuum CIRCUIT BREAKER 4 1 Make 4 2 Type 4 3 Reference Standard 4 4 Rated Voltage 4 5 Rated Frequency 4 6 No of Poles Page 8 of 12 4 7 Rated Current a Normal Standard Amps b Rated Site Amps 4 8 Maximum temperatures rise over ambient deg C 4 9 Rated operating Duty 4 10 Rupturing capacity at rated voltage MVA 4 11 Breaking Capacity at rated voltage amp operating duty a Symmetrical KA rms b Asymmetrical KA rms 4 12 Rated making current KA peak 4 13 a Short time current for 1 Sec KA rms b Short time current for 3 Sec KA rms 4 14 Transient Recovery Voltage a Rate of rise K V ms b Peak Voltage KV 4 15 Insulation Level a Impulse Voltage with stand on 1 50 full wave b 1 minute 50Hz voltage withstand 4 16 Maximum over voltage factor when switching off 4 17 Opening time Maximum No load condition ms 4 18 Opening and closing time under SF6 gas loss or vacuum loss condition ms 4 19 At 100 Breaking capacity a Opening time max ms b Arcing time max ms c Total break time ms 4 20 At 60 Breaking capacity a Opening time max ms b Arcing time max ms c To
10. alid for 4 years The validity requirement of Performance Security is assuming despatch within stipulated delivery period and confirmation to all terms and conditions of order In case of any delay in despatch or non confirmation to all terms and conditions of order validity of the Performance Security is to be extended suitably as advised by OIL For exemption for submission of Performance Security please refer Clause No 9 12 of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders The Bank Guarantee should be allowed to be encashed at all branches within India Page 2 of 4 vi The prices offered will have to be firm through delivery and not subject to variation on any account A bid submitted with an adjustable price will be treated as non responsive and rejected vii Bids received after the bid closing date and time will be rejected Similarly modifications to bids received after the bid closing date amp time will not be considered viii All the Bids must be Digitally Signed using Class 3 digital certificate with Organisation s name e commerce application as per Indian IT Act obtained from the licensed Certifying Authorities operating under the Root Certifying Authority of India RCAD Controller of Certifying Authorities CCA of India The bid signed using other than Class 3 with Organisation s Name digital certificate will be rejected ix Technical RFx R
11. at in Technical RFx gt External Area gt Tender Documents The above filled up document to be uploaded in the Response Special Note 1 0 General Qualification Criteria In addition to the general BRC BEC following criteria on Bidders Experience and their financial capabilities shall be considered as on the Bid Closing Date Criteria Complied Not Complied Documentary evidence submitted not submitted a Bidder should have experience of supply installation and commissioning of 11KV RMU panel with VCB Rs 17 64 Lakhs during last 3 years b Annual financial turnover of the firm in any of the last 3 financial years or current financial year should not be less than Rs 58 80 Lakhs 2 0 Application showing full address email address with Tender Fee Non refundable of Rs 1 000 00 in favour of M s Oil India Limited and payable at Duliajan is to be sent to Head Materials Oil India Limited P O Duliajan Assam 786602 Application shall be accepted only upto one week prior to the bid closing date or as amended in e portal The envelope containing the application for participation should clearly indicate REQUEST FOR ISSUE OF USER ID AND PASSWORD FOR E TENDER NO for easy identification and timely issue of user ID and password On receipt of requisite tender fee USER_ID and initial PASSWORD will be communicated to the bidder through e mail and will be allowed to participate in the tender thro
12. ating Bidders Contractors Subcontractors If the Principal obtains knowledge of conduct of a Bidder Contractor or Subcontractor or of an employee or a representative or an associate of a Bidder Contractor or Subcontractor which constitutes corruption or if the Principal has substantive suspicion in this regard the Principal will inform the Vigilance Office Section 8 External Independent Monitor Monitors three in number depending on the size of the contract to be decided by the Chairperson of the Principal 1 The Principal appoints competent and credible external independent Monitor for this Pact The task of the Monitor is to review independently and objectively whether and to what extent the parties comply with the obligations under this agreement 2 The Monitor is not subject to instructions by the representatives of the parties and performs his functions neutrally and independently He reports to the Chairperson of the Board of the Principal 3 The Contractor accepts that the Monitor has the right to access without restriction to all Project documentation of the Principal including that provided by the Contractor The Contractor will also grant the Monitor upon his request and demonstration of a valid interest unrestricted and unconditional access to his project documentation The same is applicable to Subcontractors The Monitor is under contractual obligation to treat the information and documents of the Bidder Contractor
13. ation Each Cable compartment shall be provided with three bushings of adequate sizes to terminate the incoming outgoing 11kV 3 Core XLPE cables of 240 mmsq There shall be enough height from the base of the mounted switchgear so that the cables can be bent and taken vertically up to the bushings The Cable termination shall be done by Heat shrinkable Termination method so that adequate clearances shall be maintained between phases for Termination Access to all the cables should be possible from the front of RMU Cable Termination boots shall be supplied by the switchgear manufacturer 4 0 TECHNICAL SPECIFICATIONS 4 1 Switchgear Data a Service Outdoor b Type Metal enclosed c Number of Phases 3 d System Voltage 11kV e Rated Frequency 50 Hz f Rated Current 630 Amps g System earthing Solidly earthed 4 2 Load Break Switches Isolators a Type Load breaking and fault making b Rated Current 630 Amps c Rated Breaking capacity kA rms 20 kA min d Fault making capacity kA peak 50 kA min e No of poles 3 f Operating mechanism Operating handle with ON OFF Earth positions with arrangement for padlocking in each position g SF6 Chamber With SF6 gas pressure guage indicator and filling arrangement 4 3 Vacuum Circuit Breaker a Type Fixed Type b Rated Voltage 12kV c Rated Current 630A d Breaking current 20kA for 3 Seconds e Making current 50kA f Short time rating
14. ator operation permissible without requiring inspection replacement of contacts and other main parts At 100 rated current At 100 rated breaking current 5 17 Isolator provided with the following Mechanical safety Mechanical ON OFF CABLE EARTH indicators Operation counter Manual spring charging facility 6 0 CURRENT TRANSFORMER 6 1 Make 6 2 Type amp voltage level 6 3 Reference standard 6 4 C T ratio as specified 6 5 Rated frequency 6 6 Short circuit withstand i Short time current for 1 sec KA rms j Short time current for 3 sec KA rms k Dynamic current KA peak 6 7 Class of insulation 6 8 Temperature rises over ambient Deg C 6 9 Basic insulation level 6 10 For tripping CT RATIO Class of accuracy Rated Burden VA SPECIAL TERMS AND CONDITIONS 1 The bidder shall be panel manufacturer of 11kV outdoor type RMU or authorized dealer of manufacturer of 11KV outdoor type RMU In case of authorized dealer valid dealership certificate must be submit along with bid 2 The bidder must quote for both a supply of prefabricated 11KV outdoor type RMU b installation testing and commissioning of prefabricated 11KV outdoor type RMU without which the offer will be rejected 3 The Bidder shall have experience of supply installation testing and commissioning of minimum set of HT Switchgear in any Central Govt State Govt PSU in last five year from Page 11 of 12 bid due date Experience of the manufactur
15. be furnished by the Bidder along with the bid 5 0 DOCUMENTS SUBMITTALS 5 1 The following documents shall be submitted with the offer i GA drawing of the prefabricated RMU showing dimensional details ii RMU foundation detailed drawing iii Type Test certificates for tests conducted earlier on similar equipment shall be furnished 5 2 The successful bidder shall obtain approval for the following drawings documents All electrical details shall be submitted within 45 days of placement of order OIL shall require minimum 30 days time for approval of drawings The approval time may increase depending upon clarifications required from the bidders i GA drawing showing all details including constructional detail foundation detail and component layout of the prefabricated RMU 5 3 Four sets of the following documents shall be submitted with the supply i Approved GA drawing showing all details including constructional detail and component layout for panels ii Technical specification of all equipment iii Bill of materials with catalogues of various components iv Type test certificates of individual components of the RMU i e Isolators Breaker Relay etc as per relevant IS IEC v Guarantee Certificate vi List of recommended spare parts with part no for two year 6 0 SPECIAL NOTES 6 1 Bidder shall confirm in the bid that 6 1 1 The installation testing amp commissioning of 11KV SF6 outdoor type RMU will be carried out u
16. ctronically 4 The Bidder Contractor will when presenting his bid disclose any and all payments he has made is committed to or intends to make to agents brokers or any other intermediaries in connection with the award of the contract The Bidder Contractor will not instigate third persons to commit offences outlined above or be an accessory to such offences Section 3 Disqualification from tender process and exclusion from future Contracts If the Bidder before contract award has committed a transgression through a violation of Section 2 or in any other form such as to put his reliability or risibility as Bidder into question the Principal is entitled to disqualify the Bidder from the tender process or to terminate the contract if already signed for such reason 1 If the Bidder Contractor has committed a transgression through a violation of Section 2 such as to put his reliability or credibility into question the Principal is entitled also to exclude the Bidder Contractor from future contract award processes The imposition and duration of the exclusion will be determined by the severity of the transgression The severity will be determined by the circumstances of the case in particular the number of transgressions the position of the transgressions within the company hierarchy of the Bidder and the Page 2 of 5 amount of the damage The exclusion will be imposed for a minimum of 6 months and maximum of 3 years The Bid
17. d in triplicate 5 0 Bidders are requested to examine all instructions forms terms and specifications in the bid Failure to furnish all information required as per the NIT or submission of offers not substantially responsive to the bid in every respect will be at the bidders risk and may result in rejection of its offer without seeking any clarifications 6 0 Bidders must ensure that their bid is uploaded in the system before the tender closing date and time Also they must ensure that above documents which are to be submitted in a sealed envelope are also submitted at the above mentioned address before the bid closing date and time failing which the offer shall be rejected 7 0Bid must be submitted electronically only through OIL s e procurement portal Bid submitted in any other form will be rejected 8 0 SINGLE STAGE TWO BID SYSTEM shall be followed for this tender and only the PRICED BIDS of the bidders whose offers are commercially and technically acceptable shall be opened for further evaluation 9 0 a The Integrity Pact is applicable against this tender OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Annexure DDD of the tender document This Integrity Pact proforma has been duly signed digitally by OIL s competent signatory The proforma has to be returned by the bidder along with the technical bid duly signed digitally by the same signatory who signed the bid i e who is duly author
18. der accepts and undertakes to respect and uphold the Principal s Absolute right to resort to and impose such exclusion and further accepts and undertakes not to challenge or question such exclusion on any ground including the lack of any hearing before the decision to resort to such exclusion is taken This undertaking is given freely and after obtaining independent legal advice If the Bidder Contractor can prove that he has restored recouped the Damage caused by him and has installed a suitable corruption prevention system the Principal may revoke the exclusion prematurely A transgression is considered to have occurred if in light of available evidence no reasonable doubt is possible Section 4 Compensation for Damages If the Principal has disqualified the Bidder from the tender process prior to the award according to Section 3 the Principal is entitled to demand and recover from the Bidder liquidated damages equivalent to 3 of the value of the offer or the amount equivalent to Earnest Money Deposit Bid Security whichever is higher If the Principal has terminated the contract according to Section 3 or if the Principal is entitled to terminate the contract according to section 3 the Principal shall be entitled to demand and recover from the Contractor liquidated damages equivalent to 5 of the contract value or the amount equivalent to Security Deposit Performance Bank Guarantee whichever is higher The bidder agrees and undertak
19. e will also be considered for the bidder if the bidder is an authorised dealer 4 The manufacturer shall have designed engineered manufactured tested and supplied in the last five years at least one set of prefabricated 11K V outdoor type 11KV RMU with VCB of 630A And also must have proven track record for operating satisfactorily at least a period of one year as on bid due date 5 The bidder shall submit documentary evidence in support of their offer like purchase order works order with detailed scope of work and completion certificate performance certificate along with bid for 3 4 of above 6 The offered prefabricated 11K V outdoor type RMU must have been type tested as per ISEC 62271 The bidder shall have above type test certificate for offered RMU and copy of the same shall be submitted along with offer ITEM NO 20 INSTALLATION AND COMMISIONING QTY 01 AU Installation Testing amp Commissioning of the above 5 nos of 11kV SF6 4 Way Ring Main Unit 1 Shall be carried out by specialist engineer required from manufacturer for testing of RMU A person holding the certificate of competency of supervising and skilled technician is required at the time of energizing of panel 2 Tools and tackle should be provided by supplier for testing of the panel 3 Secondary injection testing of VCB are required to be carried out by party at site before energisation of the panel and relevant test of RMU shall be carried out by part
20. earth position 4 8 Protection Relay Numerical type relay having O C S C and E F Protection with Low set Time Delay and High Page 4 of 12 set Instantaneous Elements 50 51 50N 51N suitable for solidly grounded system 4 8 1 The degree of protection of the relay enclosure shall be of class IP 54 or better Relay shall be suitable for outdoor installations in extreme heat and dusty conditions without affecting its normal performance 4 8 2 The relay shall be suitable for 5A or 1A CT secondary current and 24Volt auxiliary power supply powered with powerpact with battery 4 8 3 Phase fault over current protection shall have IDMT features so as to coordinate with upstream IDMT and definite time delay relay The selectable minimum pickup setting shall be 0 1 In 4 8 4 Ground fault protection shall have definite time characteristics features and shall have Selectable pickup setting Time setting range of 0 1 to 1 0s 4 8 5 The relay and CTs should be compatible with each other and the relay shall impose low burden on CTs Make ABB REF 615 Seimens type Siprotec 7SJ80 Areva T amp D India Ltd type Micom p122 Micom Alstom p40 4 9 Voltage Indicator Lamps VPIS The RMU shall be equipped with a LED voltage indication lamps with sensor as per IEC 601958 to indicate whether or not there is voltage on the cables 4 10 Fault Passage Indicators FPI The Fault Passage Indicator FPI with self contained type requiring
21. er Government of India 8 The word Monitor would include both singular and plural Section 9 Pact Duration This Pact begins when both parties have legally signed it It expires for the Contractor 12 months after the last payment under the respective contract and for all other Bidders 6 months after the contract has been awarded If any claim is made lodged during this time the same shall be binding and continue to be valid despite the lapse of this pact as specified above unless it is discharged determined by Chairperson of the Principal Section 10 Other provisions 1 This agreement is subject to Indian Law Place of performance and jurisdiction is the Registered Office of the Principal i e New Delhi 2 Changes and supplements as well as termination notices need to be made in writing Side agreements have not been made 3 Ifthe Contractor is a partnership or a consortium this agreement must be signed by all partners or consortium members 4 Should one or several provisions of this agreement turn out to be invalid the remainder of this agreement remains valid In this case the parties will strive to come to an agreement to their original intensions R BARMAN SR MANAGER MATERIALS IP For the Principal For the Bidder Contractor Place Duliajan Witness 1 ieee Date 13 11 2014 x Witness 2 i sesser Page 5 of 5 Bidders Response Sheet Annexure FFF Bidders Name Bid Security Submitted
22. es to pay the said amounts without protest or demur subject only to condition that if the Bidder Contractor can prove and establish that the exclusion of the Bidder from the tender process or the termination of the contract after the contract award has caused no damage or less damage than the amount or the liquidated damages the Bidder Contractor shall compensate the Principal only to the extent of the damage in the amount proved Section 5 Previous transgression The Bidder declares that no previous transgression occurred inthe last 3 years with any other Company in any country conforming to the Tl approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process If the Bidder makes incorrect statement on this subject he can be disqualified from the tender process or the contract if already awarded can be terminated for such reason Section 6 Equal treatment of all Bidders Contractor Subcontractors The Bidder Contractor undertakes to demand form all subcontractors a commitment in conformity with this Integrity Pact and to submit it to the Principal before contract signing Page 3 of 5 2 The Principal will enter into agreements with identical conditions as this one with all Bidders Contractors and Subcontractors 3 The Principal will disqualify from the tender process all bidders who do not sign this Pact or violate its provisions Section 7 Criminal charges against viol
23. esponse folder is meant for Technical bid only Therefore No price should be given in Technical RFx Response folder otherwise the offer will be rejected x Price should be maintained in the online price schedule only The price submitted other than the online price schedule shall not be considered xi Integrity Pact OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Annexure DDD of the tender document This Integrity Pact proforma has been duly signed digitally by OIL s competent signatory The proforma has to be returned by the bidder along with the technical bid duly signed digitally by the same signatory who signed the bid i e who is duly authorized to sign the bid Any bid not accompanied by Integrity Pact Proforma duly signed digitally by the bidder shall be rejected straightway Uploading the Integrity Pact with digital signature will be construed that all pages of the Integrity Pact has been signed by the bidder s authorized signatory who sign the Bid 2 0 BID EVALUATION CRITERIA BEC The bids conforming to the terms and conditions stipulated in the tender and considered to be responsive after subjecting to the Bid Rejection Criteria as well as verification of original of any or all documents documentary evidences pertaining to BRC will be considered for further evaluation as per the Bid Evaluation Criteria given below A TECHNICAL 1 Offer shall be comp
24. esponsive and rejected A COMMERCIAL i ii Validity of the bid shall be minimum 120 days from the Bid Closing Date Bid security The bid must be accompanied by Bid Security of Rs 59 000 00 in OIL s prescribed format as Bank Guarantee or a Bank Draft Cashier cheque in favour of OIL The Bid Security may be submitted manually in sealed envelope superscribed with Tender no and Bid Closing date to Head Materials Materials Department Oil India Limited Duliajan 786602 Assam on or before the Bid Closing Date and Time mentioned in the Tender The Bank Guarantee towards Bid Security shall be valid for 10 months from Bid closing date i e upto 08 11 2015 Bid Security may also be paid online on or before the Bid Closing Date and Time mentioned in the Tender If bid security in ORIGINAL of above mentioned Amount and Validity is not received or paid online within bid closing date and time the bid submitted through electronic form will be rejected without any further consideration Page 1 of 4 iii iv v For exemption for submission of Bid Security please refer Clause No 8 8 of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders The format of Bank Guarantee towards Bid Security Annexure VII has been amended to Annexure VII Revised and bidders should submit Bank Guarantee towards Bid Security as per Annexure VII Revised only In case of extensi
25. h the following specification 3 3 1 Foundation posts columns shall be grouted with 1 2 4 concrete to form a block of 600x600x900 mm 3 3 2 Structure Pitched roof truts 1 3 slope made with MS tubular sections of suitable sizes including columns posts All steel sections shall be painted with synthetic enamel over a coat of red oxide primer 3 3 3 colour coated galvalume zincalume 0 50 mm thick profile sheet 3 3 4 Flooring surrounding area 75 mm thick trowel finished 1 2 4 concrete floor over a layer of flat brick soline over compacted earth 3 3 5 The successful bidder shall obtain drawing approval from OIL for design amp construction of shed for RMU Panel 3 4 System Characteristics The ring main unit shall be suitable to operate under system parameters Electrical and mechanical strength of ring main unit shall be designed to operate in a system to withstand a short circuit current of 21 kA for 3 second or more at 11 kV nominal voltage 3 5 Current Rating The continuous current rating of the unit shall be in accordance with relevant IS IEC standards Load break switches Isolator 630 A 11kV Circuit Breaker 630A 11kV Bus Bar 630 A 11kV 3 6 Two 02 Nos Vacuum Circuit Breakers complete with motorised spring charging with breaker ON OFF operating mechanism power pact with battery for auxiliary power numerical type O C S C E F protection relay with associated Current Transformers shall be used for control and protectio
26. if applicable Details of Bid Security Submitted to OIL if applicable a Bid Security Amount In Rs b Bid Security Valid upto c Name and Full Address of Issuing Bank pae E O Ses 12 Confirm that the Bid Security submitted In case of Bank Guarantee is in toto as per format provided in the tender Bid Security if Not submitted reasons thereof a Ps a ee Whether you shall submit Performance Security in the event of placement of order on you if applicable Integrity Pact Submitted if applicable Confirm that the Integrity Pact submitted is in toto as per format provided in the tender Whether submitted documents in support of General Qualification criteria of NIT If bidder is Small scale unit whether you are eligible for purchase preference NOTE Please fill up the greyed cells only Technical Bid Checklist Annexure EEE Bidder s Name Compliance by Bidder a a l ETT SL NO BEC TENDER REQUIREMENTS Confirmed Not applicable unpriced bid or Comments 1 Bidder to confirm that he has not taken any exception deviations to the bid document specifications Confirm that the Offer has been made with Bid Bond Bank Guarantee Earnest Money along with the offer Wherever Applicable E nn ae opening of techno commercial bid Confirm that the prices offered are firm and or without any qualifications Confirm that all relevant fields in the on line biding format been filled in by the
27. it their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions of NIT Yours Faithfully Sd R BARMAN SR MANAGER MATERIALS IP FOR HEAD MATERIALS Page 5 of 5 Annexure CCC Tender No amp Date SDI5362P15 DT 12 11 2014 BID REJECTION CRITERIA BRC BID EVALUATION CRITERIA BEC The following BRC BEC will govern the evaluation of the bids received against this tender Bids that do not comply with stipulated BRC BEC in full will be treated as non responsive and such bids shall prima facie be rejected Bid evaluation will be done only for those bids that pass through the Bid Rejection Criteria as stipulated in this document Other terms and conditions of the enquiry shall be as per General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria BRC BEC contradict the Clauses of the tender or MM LOCAL E 01 2005 elsewhere those in the BRC BEC shall prevail Criteria Complied Not Complied Remarks if any 1 0 BID REJECTION CRITERIA BRC The bid shall conform generally to the terms and conditions given in this document Notwithstanding the general conformity of the bids to the stipulated specifications the following requirements will have to be particularly met by the Bidders without which the same will be considered as non r
28. ized to sign the bid Any bid not accompanied by Integrity Pact Proforma duly signed digitally by the bidder shall be rejected straightway Uploading the Integrity Pact with digital signature will be construed that all pages of the Integrity Pact has been signed by the bidder s authorized signatory who sign the Bid b The name of the OIL s Independent External Monitors at present are as under Page 4 of 5 i SHRI N GOPLASWAMIL I A S Retd Former Chief Election Commissioner of India E mail Id gopalaswamin gmail com ii SHRI RAMESH CHANDRA AGARWAL IPS Retd Former Director General of Police E mail Id rcagarwal rediffmail com 10 0 The tender shall be governed by the Bid Rejection amp Bid Evaluation Criteria given in enclosed Annexure CCC However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria as per Annexure CCC contradict the Clauses of the tender and or General Terms amp Conditions as per Booklet No MM LOCAL E 01 2005 for E procurement LCB Tenders elsewhere those in the BEC BRC shall prevail 11 0 To ascertain the substantial responsiveness of the bid OIL reserves the right to ask the bidder for clarification in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in toto must be received on or before the deadline given by the company failing which the offer will be summarily rejected m OOOO NOTE Bidders should subm
29. lete in all respect to meet the technical specifications and general notes of the NIT Page 3 of 4 B COMMERCIAL i To evaluate the inter se ranking of the offers Assam Entry Tax on purchase value will be loaded as per prevailing Govt of Assam guidelines as applicable on bid closing date Bidders may check this with the appropriate authority while submitting their offer ii Priced bids of only those bidders will be opened whose offers are found technically acceptable The technically acceptable bidders will be informed before opening of the priced bid iii To ascertain the substantial responsiveness of the bid OIL reserves the right to ask the bidder for clarification in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in toto must be received on or before the deadline given by the company failing which the offer will be summarily rejected NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions of NIT Page 4 of 4 ANNEXURE IA Tender No amp Date SDI5362P15 DT 12 11 2014 Complied Not Complied Remarks if any ITEM NO 10 SUPPLY INSTALLATION TESTING AND COMMISSIONING OF _11KV EXTENSIBLE 4 WAY SF6 INSULATED RING MAIN UNIT WITH VCB QTY 05 NOS 1 0 SCOPE This specification covers supply installation testing and commi
30. n of Transformer An integral cable earthing switch with full making capacity shall be provided 3 7 The Load Break Switch Bus bars should be mounted inside a welded sealed for life stainless steel tank of not less than 2 5 mm thick The tank should be filled with SF6 gas at adequate pressure The degree of protection for gas tank should be IP67 There shall be provision for filling the SF6 gas at site The Stainless Steel Gas Tank shall confirm to the sealed pressure system as per IS IEC and ensure the gas leakage to 0 1 per year as per IS IEC 3 8 The VCB is required to control 11 kV Feeder Transformer Feeder protection and shall be selected accordingly 3 9 Breaking amp Making Capacity The Load Break Cable Switches shall be capable for Page 2 of 12 breaking rated full load current The same along with its earthing switch shall also be suitable for full making capacity of the system as specified The complete switchgear shall be suitable for breaking capacity of 20kA symmetrical at 11000 volts three phase 3 10 Busbar Switchgear shall be complete with all connection bus bars etc Copper bus bars continuous rating shall be 630 Amps The bus bars should be fully encapsulated by SF6 gas inside the steel tank 3 11 Protection The Circuit breaker shall be fitted with numerical type relay The same shall be used in conjunction with 100 1 CT s and Tripping Coil for fault tripping of the Circuit Breakers 3 12 Cable Termin
31. nal size and material 4 36 Spring charging mechanism 2 Make 3 Type 4 Size 5 Rating 4 37 Tripping coil a Voltage b Permissible voltage variation c Tripping current at rated voltage A d Power at rated voltage W e 2 Over current trip and l earth fault furnished as specified 4 38 Breaker Accessories such as control switch indication Lamps etc furnished as specified please attach separate sheet giving details of all accessories inter locks and safety shutters a Mechanical safety Interlock b Automatic Safety Interlock c Operational Interlock d Emergency manual trip e Operation counter f Charge discharge indicator g Manual spring charging facility 4 39 Impact load foundation design to include dead load plus impact value On opening at maximum interrupting rating KG 5 0 Isolators 5 1 Make 5 2 Type 5 3 Reference standard 5 4 Rated voltage KV 5 5 Rated Frequency HZ Page 10 of 12 5 6 No Of poles No 5 7 Rated current Normal Standard Amps j De rated site Amp 5 8 Maximum temperature rise over ambient Deg C 5 9 Rated operation duty 5 10 Rupturing Capacity at rated voltage MVA 5 11 Rated making current KA peak 5 12 Short time current a For 1 sec KA rms b For 3 sec KA rms 5 13 Impulse voltage withstand on 1 50 full wave 5 14 Maximum over voltage factor when switching off a Loaded feeder cable 5 15 Minimum SF6 Gas pressure required 5 16 No of isol
32. nder supervision of experienced supervisor certificate of competency for carrying out 11kv works valid for operating in Assam 6 1 2 All electrical works shall be carried out by person having valid supervisor certificate of competency for operating in Assam 6 1 3 Services of specialist Engineer from manufacturer shall be required at site for commissioning of the RMU with testing of numerical relay 6 1 4 Manufacturer of prefabricated 11K V outdoor type RMU shall have the testing facilities to Page 6 of 12 carry out the routine tests of the RMU in their manufacturing works 7 TEST AND INSPECTION 7 1 The RMU shall be inspected by OIL engineer at manufacturer s work prior to dispatch 7 2 Routine tests on the RMU including primary amp secondary injection tests of relays in accordance with IS IEC shall be carried out at the manufacturers works which shall be witnessed by OIL engineer 7 3 The supplier shall give 15 days advance intimation to OIL regarding inspection for deputing Engineer 8 WARRANTY The equipment shall be of best quality and workmanship The RMU with all electrical equipments shall be guaranteed for 12 Twelve months from the date of commissioning against defects arising due to material workmanship or design Make of 4 Way RMU ABB Siemens Schneider CG Lucy Make of CT amp PT same as manufacturer of RMU Annexure I Guaranteed Technical Particular for 4 way Ring Main Unit 11kV extensible R
33. no auxiliary power supply shall be integral part of RMU 4 11 Name Plate Rating Label Ring main unit shall be provided with Aluminum Stainless steel Brass nameplate showing the following information indelibly marked in English o Manufacturer s Name o Type Model o OIL s Purchase Order No amp date o Manufacturer s Serial Number o Year of Manufacture o Voltage Rating kV o Current Rating Amps o BIL kV o Short Circuit Rating Duration kA Sec o Rated Frequency Hz o Rated Making Current kA o Rated Breaking Current kA o Gross Weight kg 4 12 Danger Plates Danger plate shall be provided and installed at the front of the ring main unit using M5 hot dipped galvanized stainless steel brass fasteners oval head rounded neck bolts with nuts and Page 5 of 12 external tooth lock washers not removable accessible from the front i e without opening the door front cover 4 13 Type Tests The offered RMU should have been successfully type tested at NABL approved laboratories in India or equivalent international laboratories in line with the relevant standard and technical specification within the last 5 five years from the date of offer The bidder shall be required to submit complete set of the type test reports along with the offer 4 14 GUARANTEED TECHNICAL PARTICULARS The technical particulars as per IS shall be guaranteed and Guaranteed Technical particulars as per Annexure I shall
34. omplying with above submission procedure will be rejected as per Bid Rejection Criteria mentioned in Annexure CCC Go to this Tab Technical RFx Response for Uploading Techno commercial Unpriced Bid Edit PrintPreview RFx Response Number 60006452 RFx Number TEST2 Status ittd RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx Response V Event Parameters Service and Delive Currency Indian Rupee Incoter Detaled Aice homain BEEN Go to this Tab Notes and i Attachments for Uploading and Statist Terms of Payment 9010 90 against despatch 10 after receipt Priced Bid files Created C Created E Last Processed C Last Processed E Detais Send E Mail Call Clear Function Number Name Valid fr E The table does not contain any data On EDIT Mode The following screen will appear Bidders are advised_to Upload Techno Commercial Unpriced Bid and Priced Bid in the places as indicated above i RFx Response Number 60006452 RFx Number TEST2 Status Wit Submission Deadline 13 04 2013 11 00 00 INDIA i RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx Response Version Number 2 RFx Version Number 5 Commercial Unpriced Bid Adda Clear Assigned To Category Text Preview B S EE S S S S a3 Area for uploading Priced Bid Sign Attachment Add Attachment Edit Description Versioning Delete C
35. on of Bid Closing date against the tender where a bidder has already submitted his bid with requisite bid security validity within the original B C Date such bidders will extend validity of bid security covering the extended period of the bid closing date Bids are invited under Single Stage Two Bid System Bidders have to submit both the Techno commercial Unpriced Bids and Priced Bids through electronic form in the OIL s e Tender portal within the bid Closing date and time stipulated in the e tender The Techno commercial Unpriced bid is to be submitted as per scope of works and Technical specification of the tender and the priced bid as per the online Commercial bid format For details of submission procedure please refer relevant para of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders Any offer not complying with the above shall be rejected straightway Performance Security a The successful Bidder will have to provide 1 Performance Security 10 of total cost of Equipment Installation amp Commissioning Training The Performance Security must be valid for one year from the date of successful commissioning of the equipment or 18 months from the date of despatch whichever is earlier b The successful Bidder will have to provide 2 Performance Security 10 of total cost of AMS for 4 years prior to expiry of the Ist Performance Security The Performance Security must be v
36. ower than 0 1 per year It shall provide full insulation making the switchgear insensitive to the environment Thus assembled the active parts of the switchgear unit shall be maintenance free 4 6 2 The switchgear amp switchboard shall be designed so that the position of different devices is visible to the operator on the front of the switchboard The switchboard shall be designed so as to prevent access to all live parts during operation without the use of tools 4 6 3 RMU should be tested for internal arc fault test as per the latest IS IEC 62271 200 for 20KA 0 1 sec This test shall be performed in cable compartment as well as the stainless steel HV enclosure and the valid type test reports shall be submitted for technical evaluation 4 6 4 The cable compartment cover must be interlocked with the switch position and the operator should get access only once the feeders is switched OFF amp EARTHED 4 7 Circuit Breaker The Unit shall consists of two 02 Nos of 630A Tee off spring assisted three pole Vacuum circuit breakers with combined disconnector for earthing The function shall be naturally interlocked to prevent the main amp earth switch from being switched ON at the same time amp the CB not allowed to trip in Earth On position The selection of the main earth switch lever on the panel which is allowed to move only if the main or earth switches in the off position The lever shall be able to pad locked in either the main or
37. reate Qualification Profi Assigned To Category Description Fie Name Version GJ The table does not contain any data Processor Page 3 of 5 Note The Techno Commercial Unpriced Bid shall contain all techno commercial details except the prices The Price bid must contain the price schedule and the bidder s commercial terms and conditions For uploading Price Bid first click on Sign Attachment a browser window will open select the file from the PC and click on Sign to sign the Sign On Signing a new file with extension SSIG will be created Close that window Next click on Add Atachment a browser window will open select the SSIG signed file from the PC and name the file under Description Assigned to General Data and clock on OK to save the File 4 0 Please note that all tender forms and supporting documents are to be submitted through OIL s e Procurement site only except following documents which are to be submitted manually in sealed envelope super scribed with Tender _no and Due date to Head Materials Materials Department Oil India Limited Duliajan 786602 Assam on or before the Bid Closing Date and Time mentioned in the Tender a Original Bid Security b Detailed Catalogue if any c Any other document required to be submitted in original as per tender requirement All documents submitted in physical form should be signed on all pages by the authorised signatory of the bidder and to be submitte
38. rnal independent Monitor who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above Section 1 Commitments of the Principal 1 The Principal commits itself to take all measures necessary to prevent corruption and to observe the following principles 1 No employee of the Principal personally or through family members will in connection with the tender for or the execution of a contract demand take a promise for or accept for him herself or third person any material or immaterial benefit which he she is not legally entitled to 2 The Principal will during the tender process treat all Bidders with equity and reason The Principal will in particular before and during the tender process provide to all Bidders the same information and will not provide to any Bidder confidential additional information through which the Bidder could obtain an advantage in relation to the tender process or the contract execution 3 The Principal will exclude from the process all known prejudiced persons 2 Ifthe Principal obtains information on the conduct of any of its employees which is a criminal offence under the relevant Anti Corruption Laws of India or if there be a Page 2 of 6 substantive suspicion in this regard the Principal will inform its Vigilance Office and in addition can initiate disciplinary actions Page 1 of 5 2 Section 2 Commitments of the Bidder Contractor
39. s of tender can be viewed by opening the RFx Tender under RFx and Auctions The details of items tendered can be The tender will be governed by a b c d e General Terms amp Conditions for e Procurement as per Booklet No MM LOCAL E 01 2005 for E Procurement LCB Tenders Technical specifications and Quantity as per Annexure 1A The prescribed Bid Forms for submission of bids are available in the Technical RFx gt External Area gt Tender Documents In the event of receipt of only a single offer against the tender within B C date OIL reserves the right to extend the B C date as deemed fit by the Company During the extended period the bidders who have already submitted the bids on or before the original B C date shall not be permitted to revise their quotation Any sum of money due and payable to the contractor including Security Deposit refundable to them under this or any other contract may be appropriated by Oil India Limited and set off against any claim of Oil India Limited or such other person or persons Page 1 of 5 contracting through Oil India Limited for payment of sum of money arising out of this contract or under any other contract made by the contractor with Oil India Limited or such other person or persons contracting through Oil India Limited f Bidder are advised to fill up the Technical bid check list Annexure EEE and Response sheet Annexure FFF given in MS excel form
40. ssioning of 11kV extensible SF6 insulated Ring Main Unit with VCB at site The RMU shall be outdoor type comprise of two 02 Nos Load Break Switch and two 02 Nos VCB and should be tested in accordance to IS IEC 62271 or equivalent standards It should be ready for operation on delivery The RMU to be supplied against this specification are required for vital installations where continuity of service is very important The design materials and manufacture of the equipment shall therefore be of the highest order to ensure continuous and trouble free service over the years 2 0 APPLICABLE CODES AND STANDARDS The latest revision amendments of the following codes and standards shall be applicable for the equipment IS IEC 62271 part 100 High voltage alternating current circuit breakers IS IEC 62271 part 102 Alternating current disconnectors isolators and earthing switch IS IEC 62271 part 200 AC metal enclosed switchgear and controlgear for rated voltage above 1 kV and up to and including 52 kV IEC 60376 Specification and acceptance of new sulphur hexafluoride IEC 60529 Classification of degree of protection provided by enclosures DESIGN AND CONSTRUCTION REQUIREMENTS 3 1 General 3 1 1 The ring main unit shall consist of the following configurations i 2 Nos ring switches Isolators for through feed and 2 Nos circuit breakers for tee off according to manufacturer s type tested configuration ii 2 Nos 630A 11kV Incoming Lo
41. t due to incorrect details furnished by us Office Seal Signature of Vendor Counter Signed by Banker Seal of Bank Enclosure Self attested photocopies of the following documents 1 PAN Card 2 VAT Registration Certificate 3 Service Tax Registration 4 CST Registration 5 Provident Registration Certificate 6 Cancelled cheque of the bank account mentioned above in original 7 Bank Statement not older than 15 days on the date of submission
42. tal break time ms 4 21 At 30 Breaking capacity a Opening time max ms b Arcing time max ms c Total break time ms 4 22 At 10 Breaking capacity a Opening time max ms b Arcing time max ms c Total break time ms 4 23 a Make time max ms b Total closing time ms 4 24 Number of breaks per pole 4 25 Total length of breaks per pole mm 4 26 Total length of contact travel mm 4 27 Speed of break 100 Short Circuit Current m sec 4 28 Rate of Contact travel a At tripping M sec b At closing M sec 4 29 No of breaker operations permissible without requiring inspection replacement of contacts and other main parts a At 100 rated current b At 100 rated breaking current 4 30 Type of contacts Page 9 of 12 a Main b Arcing 4 31 Material of contacts a Main b Arching c Whether contacts silver plated d Thickness of silver plating 4 32 Contact pressure at no load 4 33 Type of arc control device provided 4 34 Operating mechanism closing a Type b No of breaker operations stored C Trip free or fixed trip d Anti pumping features provided e Earthing for operating mechanism and metal parts furnished f Earth terminal size and material 4 35 Operating mechanism tripping a Type b No of breaker operations stored c Trip free or fixed trip V d Anti pumping features provided e Earthing for operating mechanism and metal parts furnished f Earth termi
43. ugh OIL s e Procurement portal No physical tender documents will be provided Details of NIT can be viewed using Guest Login provided in the e Procurement portal The link to e Procurement portal has been also provided through OIL s web site www oil india com NOTE a Tender Fee may also be paid online upto one week prior to the bid closing date or as amended in e portal b PSUs and SSI units are provided tender documents Free of Cost as per govt guidelines however they have to apply to OIL s designated office to issue the tender documents before the last date of sale of tender document mentioned in the tender 3 0 The tender is invited under SINGLE STAGE TWO BID SYSTEM The bidders are required to submit both the TECHNO COMMERCIAL UNPRICED BID and PRICED BID through electronic format in the OIL s e Tender portal within the Bid Closing Date and Time stipulated in the e Tender Page 2 of 5 3 1 Please ensure that Technical Bid all technical related documents related to the tender are uploaded in the Technical RFx Response gt User gt Technical Bid only The TECHNO COMMERCIAL UNPRICED BID shall contain all techno commercial details except the prices Please note that no price details should be uploaded in Technical RFx Response 3 2 The PRICE BID must contain the price schedule and the bidder s commercial terms and conditions 3 3 A screen shot in this regard is given below Offer not c
44. y at the site IR value of the panel shall be checked before energizing Earth resistance value shall also be checked before energizing of prefabricated RMU 4 Earthing Earthing of the prefabricated RMU shall be in the scope of supplier All the materials required for earthing shall be brought by the supplier The entire earth electrode should be connected together and resistance of earth should be less than 5 ohm Earth electrode shall be connected with 50mmx6mm GI Strap NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions of NIT Page 12 of 12 Annexure DDD INTEGRITY PACT Between Oil India Limited OIL hereinafter referred to as The Principal And Name of the bidder rocscscccccnsicetecsecccosss hereinafter referred to as The Bidder Contractor Preamble The Principal intends to award under laid down organizational procedures contract s for Tender No SDI5362P15 The Principal values full compliance with all relevant laws and regulations and the principles of economic use of resources and of fairness and transparency in its relations with its Bidder s and Contractor s In order to achieve these goals the Principal cooperates with the renowned international Non Governmental Organisation Transparency International TI Following TI s national and international experience the Principal will appoint an exte
Download Pdf Manuals
Related Search
Related Contents
GE JE740 700 Watts Microwave Oven 19-0882-00-1 6517 y 8517 USB-R nivel C Samsung Galaxy Y Duos SkyLink WR-001 User's Manual Bedienungsanleitung Lifter HCL 取扱説明書 Manual Digimini - trondigital.com.br T'nB ACDI034422 holder Camera Manual - 2CameraGuys.com Troy-Bilt LS338 User's Manual Copyright © All rights reserved.
Failed to retrieve file