Home
SDI5585P15 - Oil India Limited
Contents
1. Ls s cas a cat tat coi 7 Number Of cylinders eere E weer VIRA EY gain 8 Month and year of manufacturing csse 9 Seating capacity including driver eee 10 Unladen weight 2 52 EIER RET 11 Maximum axle weight number and description of tyres Eront axle zy CEN Deus b Rear axle axles csse COO Anvotber axle MR a op Hasta re uide 12 Colour s of th body 13 Gross vehicle weight pP EX I4 Type GE body I SEA PENSA MAN Signature of manufacturer dealer Page 20 of 21 This is a sample copy similar to FORM 22 A of Indian Motor Vehicle Act only The certificate to be issued by supplier shall contain following minimum information CERTIFICATE OF COMPLIANCE WITH POLLUTION STANDARDS SAFETY STANDARDS OF COMPONENTS AND ROAD WORTHINESS LOUIE that sacccivuseeeg testes cguetieniodecmeucieatyssesneces brand name of the vehicle bearing Chassis number and Engine number complies with name of Emission Standard Euro III etc Emission standard as well as other Safety amp Road Worthiness Standards as provisions of the HIER name of Motor Vehicles Act of country of origin It is a
2. Page 1 of 4 Track Record PTR of continuous field operation for at least two years from the date of supply However such bidders shall submit copy of OIL s Purchase Order invoice Commissioning Report Completion certificate for the order executed by them for reference purpose COMMERCIAL i ii 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 Bid security The bid must be accompanied by Bid Security of Rs 7 80 000 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 s
3. Maximum Temperature 40 C Minimum Temperature Maximum Relative Humidity at 35 95 Maximum Altitude above mean Sea Level 150M HSD conforming to IS 1593 1982 and having the following specifications Cetane number 42 5 Gross calorific Value 19480 BTU CFT 10000 CAL GM The engine should be of reputed manufacturer like KIRLOSKAR RUSTON CUMMINS CATERPILLAR GREAVES complete with charging alternator electrical self starter with suitable maintenance free battery drive pulley for power take off air cleaner fuel filter amp speed regulator to run a air blower b fuel pump c feed water pump and d Charging alternator of the Mobile Steam Generator All the above units shall be direct belt driven Belt guard shall be provided on all the V belt assemblies A suitably selected flexible coupling should be incorporated to transfer power from the engine to the Alternator Suitable spark arrestor with silencer along with necessary piping covered with exhaust lagging shall be provided at the engine exhaust and the engine exhaust shall be provided outside the boiler hut and it shall be suitably insulated The engine shall have minimum 20 reserve HP Power balance for the unit i e generation and consumption of power shall be clearly indicated in the bid Alternative arrangement shall be provided for manual starting of the engine The engine shall be firmly anchored to the skid using vibration isolator of reputed make li
4. CABLES Entire electrical installation work will be as per BIS CEA Regulations amp NEC codes All items used shall conform to relevant IS The layout plan amp electrification work shall be planned considering safety of operating staff equipment amp maintenance aspect All cables will be terminated through suitably sized Heavy duty single compression glands and connections will be made through properly rated terminal strips and tinned copper sockets crimped rigidly to the copper conductors G ILLUMINATION AND LIGHTING DETAILS Interior of the unit shall have sufficient illumination with minimum 3 nos of industrial type 240V IP 55 bulkhead well glass fittings with mercury vapour 125 w CFL 23 w lamps These shall be wired with metallic conduit wiring armoured cable wiring using stranded copper conductor cables approved by ISI Make of light fittings Philips Bajaj Crompton GE MCB shall be used as switches for illumination system and shall be housed in metallic enclosure properly earthed One no Industrial type socket outlet of 10 amps with 10 amps MCB shall be provided inside the unit Make Schneider Siemens ABB Legrand H DOCUMENTS Complete scheme with schematic drawings component details and bill of materials for details of electrical system including genset control panel earthing illumination MCC Motor wiring scheme shall be submitted with the offer Three sets of above scheme along with test report inspection report an
5. alarm control amp monitoring f Ladder programs development for startup sequence interlock safety shutdown alarm control amp monitoring g Emergency amp Shutdown logic h Power and control circuit diagrams of generator control panel MCC and burner control system 1 Details of cables luminaries and other accessories iii The following documents are to be submitted prior to dispatch of the equipment The supplier is to note that only after scrutiny of the following documents and obtaining categorical approval the equipment shall be dispatched from works a 5 sets of bounded Operation and maintenance manual additionally one copy in a CD covering all the equipment including the truck unit The manuals shall contain details like make model part number etc of all installed equipment including bought out items with contact postal address of the supplier OEM and a detailed spares list However to reduce the size of the manual the manual may be separated into following volumes Manual for truck unit Manual for MSG unit with control panel and its related ancillaries like pumps blowers etc The manual shall contain the detailed P amp I diagram panel wiring diagram electrical circuit Page 16 of 21 diagram etc Manual for alternators Motors and related panels Operation amp maintenance manual and illustrated spare parts catalogue for the prime mover pilot engine Manual for Instrumentat
6. as per format provided in the tender Bid Security if Not submitted reasons thereof EN a Ps RENE Whether shall submit Performance Security 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 gt a l 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 nn NENNEN 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 bidders for the items quoted by them 7 Confirm that the the price bid is in conformity with OIL s online bidding format __ Confirm that the Bid comply with allthe terms amp condiion Confirm that the offe
7. 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 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 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 electronically 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
8. 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 B CORRIGENDUM THE TECHNICAL SPECIFICATION VIDE ANNEXURE 1 OF E TENDER NO SDI5363P15 DT 12 11 2014 FOR 3 NOS TRANSFORMER HAS BEEN AMENDED BY AMENDMENT NO 1 DATED 05 12 2014 TO ANNEXURE 1A BIDDERS ARE REQUESTED TO QUOTE AS PER DOCUMENT AMENDMENT NO 1 DATED 05 12 2014 TO ANNEXURE 1A ONLY Note All other terms and conditions of the press E tenders shall remain unchanged OIL INDIA LIMITED A Government of India Enterprises E PO Duliajan 786602 Assam India TELEPHONE NO 91 374 2808719 FAX NO 91 374 2800533 Email ranjanbarmanGoilindia in erp mmQGoilindia in FORWARDING LETTER Tender No SDISS85P15 DT 04 12 2014 Tender Fee Rs 1 000 00 Bid Security Amount Rs 7 80 000 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 Date of pre bid conference 22 01 2015 Venue of pre bid conference GUWAHATI TIME AND VENUE WILL BE INTIMATED NEARER THE PRI BID CONFERENCE OIL invites Bids for 06 NOS MOBILE STEAM GENERATOR through its e Procurement site under SINGLE STAGE TWO BID SYSTEM The bidding documents and other term
9. 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 Commissioner 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 mon
10. PC or laptop computer v Designed to work in boiler environment vi Battery backup for retaining memory in case of power failure K Control cabinets shall be industrial grade enclosed type and shall be designed for bottom Page 11 of 21 entry for cable connection and cabinet structure shall be rigid Cabinets shall be equipped with easy access door and door shall be equipped with lockable handles and concealed hinges All cable entry to the cabinet shall be properly rooted through conceal tray conduit Proper illumination shall be provided with operating door switch inside the cabinet L One 1 laptop handheld programmer for interfacing with PLC SLC 4 0 TRUCK UNIT Brand new Truck chassis of Make Tata Ashok Leyland or equivalent as per the following specifications Fitments amp Accessories Terms amp conditions etc The make and model of the truck chassis offered is to be clearly indicated in the bid Bidder should provide technical leaflet of the offered truck chassis along with the bid A CHASSIS i Drive 6x4 Drive with power steering system One single non powered front axle amp two Powered rear axles Cowl Full forward Control Iii Engine Suitable water cooled diesel engine of adequate HP Emission norms Latest applicable emission norms iv Gearbox Minimum 5 forward speeds amp 1 reverse speed Vi Steering Hydraulic Power Assisted Steering system vii Wheelbase In the range of
11. external paneling of thickness not less than 18 gauges Height Not more than 2200 mm from truck platform Overall height of the complete MSG unit including chimney shall not be more than 3400 mm from ground iv Width amp length As per size of the truck platform to cover the complete platform Doors 1 One full height 2 two panel door at rear of the housing width approx 600 mm less than the cabin width at rear of the housing 2 two full height 2 two panel doors of minimum 1500 mm width on either sides of the housing Positioning of the side doors as per convenience easy access All doors shall be provided with strong hinges and locking provisions from inside amp outside vi Windows Minimum 4 four nos windows of size preferably not less than 1 50 m x 0 75 m on sides of the housing with lockable sliding toughen glasses and aluminium frame vii Ventilation For proper ventilation the housing shall be fitted with two nos of suitable exhaust fans on opposite walls Insulations Glass wool packing inside all walls and doors to protect personnel from heat ix Waterproofing Suitable sealant gasket shall be used to arrest water leakage through panel joints etc x Illumination Adequate number of lights inside the housing for proper illumination While at least one number light is to be connected to truck electrical system power sources for the rest will be from the steam generator circuit In addit
12. including steam stop auxiliary and check valves The steam header shall have flanged ends for mounting all the valves It should be placed at the Right hand side of the Unit 3 1 14 DUCTING Ducting shall be provided for the flue gases from outlet of the boiler complete with a rain head outside the boiler housing 3 2 PIPING Piping to connect water pump boiler as well as steam outlet shall be of boiler quality duly certified by the competent authority Suitable insulation shall be done up to the rear of the boiler housing Drain piping for fuel feed water and steam coil shall be suitably provided 3 3 STEAM HOSE PIPE 25mm 1 NB 12 meter long flexible metal braided high pressure hose Four nos of steam working pressure of 70 kg sq cm 1000 Psig at 100 Deg C complete with quick release coupling at each end shall be provided Or Alternatively Two sets of 25mm 1 NB pipes of 70 kg sq cm 1000 Psig working pressure duly insulated with quick release couplings at each end shall be provided The far end of the pipe shall be 12 m away from the steam outlet of the boiler along the ground Accordingly necessary elbows bends and short joints with quick release couplings shall be provided Additionally provision should be made to keep at least 4 Nos of steam hose suitable coiled adjacent to the boiler housing 3 4 VALVES The boiler shall be equipped with 2 nos each of coil blow down valves at suitable position for easy operation safet
13. 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 Bidder 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
14. steam header That is replacement or maintenance of the tube bundle shall be independent of the headers 3 1 5 Shell Design The shell assembly comprises of a double shell arrangement containing the pressure parts as described above and to preheat the combustion air between the shells along with suitable radiator to reflect radiant heat to the convection zones Necessary refractory work at the burner and far end shall be provided using proper quality materials The far end shell must be independent of the coil bundle That is the far end wall should be easily removable without disturbing the coil for maintenance The shell shall be provided with a peephole for visual inspection of fire 3 1 6 Fuel The fuel for generating steam should be high speed diesel HSD The bidder shall indicate the gross calorific value of the fuel and fuel consumption per hour at rated output 3 1 7 Feed water quality The bidder shall specify the feed water quality for smooth and efficient operation of the unit 3 1 8 Prime mover The unit shall be equipped with an air cooled vertical naturally aspirated inline diesel engine of suitable HP for continuous running 24 Hrs with an overload capacity of 10 for a period not exceeding One Hour in any 12 hours running when running at 1500 R P M as per site conditions given below shall conform to specifications IS 10000 BS 5514 The Governing is to be in accordance with Class A 2 specifications to IS 10000 BS 55 14
15. 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 undertakes 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 l
16. with Make amp Model etc Submission of technical leaflet catalogue alone is not sufficient General Response like As per NIT specifications Technical leaflet Noted etc or in any similar fashion is not encouraged Quoting only the NIT stipulation without any confirmation of acceptance of the same and or without any confirmation of offering the same is also not acceptable 10 0 INSPECTION CUM ACCEPTANCE 10 1 PRE DESPATCH INSPECTION Inspection shall be carried out by OIL s representatives at the supplier s works in two 02 stages Stage 1 Ist stage inspection shall be carried out during preparation of the skid for mounting the water tanks amp preparation of the platform for the housing Stage 2 2nd stage inspection shall be carried out during final assembly of various components including complete control amp instrumentation system The supplier shall carry out change in assembly that may be desired by OIL Inspector Further OIL may depute its Inspector for trial run of the unit at the supplier s works prior to dispatch of the unit The supplier shall inform at least thirty 30 days ahead for such inspection prior to each stage to enable OIL to send its inspector s 10 2 Pre shipment inspection shall be carried out by OIL by representative of user as well as service dept viz Electrical Instrumentation Transport Dept Field Engineering etc at manufacturer s site The supplier shall inform OIL at least thirty 3
17. 0 days ahead for such inspection to enable OIL to send its inspectors The supplier has to arrange for six 06 OIL engineers for inspection OIL will bear the expenses towards traveling and accommodation etc of the OIL s inspection team The Inspection cum Acceptance process would include the following minimum steps tasks but not limited to a Physical verification inspection of all the items fittings accessories including all Parts Catalogue Maintenance amp Service Manuals Final Chassis Built Up Vehicle Content Record Page 17 of 21 documents etc and actual loading on axles The supplier shall arrange driver operator weighing facility and any other infrastructure during the process of inspection as and when required b Operational testing of the carrier c Supplier shall have to take note of any minor modification s for operational requirement suggested by the inspector and comply with the same at no extra cost to OIL d The inspection report would be prepared at the end of the inspection and jointly signed by both the parties e Supplier shall confirm in writing compliance of all the points raised in the inspection report as well as any other subsequent additions changes following deliberation with the inspector after arrival at Duliajan f Supplier will affect despatch of the unit only on receipt of OIL s despatch advice 10 3 THIRD PARTY INSPECTION 10 3 1 Third Party inspection of the units is to be ca
18. 0006452 RFx Number TEST2 Status i RFx Version Number 5 RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx Response Version Number 2 Commercial Unpriced Bid Adda Clear Assigned To Category Text Preview lb Area for uploading Priced Bid Sign Attachment Add Attachment Edit Description Versioning Delete Create Qualification Profi Assigned To Category Description File Name Version Processor i i The table does not contain any data 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 Page 4 of 6 Materials Materials Department Oil India Limited Duliajan 786602 Assam
19. 4800 mm 4910 mm Overall length As per OEM design ix Maximum width As per OEM design As per Indian MV Acts X Suspension As per OEM design Xl Maximum permissible GVW not less than 25 000 kg note para 4 1 b xii Rear overhang ROH ROH should be as per original chassis Extension of chassis to accommodate Steam Generator unit rear housing is not acceptable Brake Duel circuit Full Air Service Brake and spring Actuated Parking Brake acting on rear wheels xiv Wheels amp Tyres Tyre size min 10 00x20 with tube XV Electrical system 12 24 volt as per OEM design xvi Ground clearance As per OEM Design B DRIVER S CABIN Driver s cab Dual suitable for accommodating minimum four co workers excluding the driver should be complete with the following 1 steel structure construction with non slippery chequered plate flooring ii 2 two lockable doors with glass window moving up amp down iii Side windows on both sides with lockable sliding glass 1 one No rear peeping window with sliding lockable glass and steel wire mesh guard iv Adjustable driver s seat as per OEM design v 1 One no co driver s seat on the left side of the driver s seat Additional 1 one bench type seat made of foam rubber cushion with full backrest suitable for minimum 3 three persons at the back of driver s seat Total seating capacity of the cabin is to be for minimum 5 persons including driver vi
20. Annexure I OIL INDIA LIMITED Q 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 5015584 15 DT 04 12 2014 SINGLE STAGE TWO BID SYSTEM 22 01 2015 DOUBLE CAB TRUCK 04 NOS SDIS5585P15 DT 04 12 2014 SINGLE STAGE TWO BID SYSTEM 05 02 2015 06 NOS MOBILE STEAM GENERATOR 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 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 Procurement portal No physical tender documents will be provided Details of NIT can be viewed using
21. ECHNICAL 1 The manufactured product should be strictly as per OIL s tender specification 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 ii 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 TECHNICAL SPECIFICATIONS WITH QUANTITY Tender No amp Date SDI5585P15 DT 04 12 2014 Complied Not Complied Remarks if any ITEM NO 10 TRUCK MOUNTED HORIZONTAL MOBILE STEAM GENERATOR MSG QTY 06 NOS Clause no Description 1 0 Design Manufacture unitization and supply of a New Modern Truck mounted Horizontal Mobile Steam G
22. Fx Response folder is meant for Technical bid only Therefore No price should be given in Technical RFx Response folder otherwise the offer will be rejected 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 Page 3 of 4 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 T
23. LETION OF THE JOB 13 COST OF SPARES FOR TWO YEAR TROUBLE FREE OPERATION WITH DETAILS AS MENTIONED IN ANNEXURE IA clause No 06 c Unit price of each spares to be mentioned 14 COST OF SPARES FOR REST OF THE LIFE AS MENTIONED IN ANEXXURE IA clause no 06 d Unit price of each spares to be mentioned INTEGRITY Between Oil India Limited OIL hereinafter referred to as The Principal And Name of the bidder JJ etie hereinafter referred to as The Bidder Contractor Preamble The Principal intends to award under laid down organizational procedures contract s for Tender No SDI5585P15 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 external 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 principle
24. PC L amp T a2 Multifunction Digital meter for V I KW Freq KWH shall be provided Current Transformer type BPL 5 amp output at rated primary current Burden 15 VA Class I Qty 3 nos Make of meter HPL Socomac Merlin Gerin Make of CT Kappa A E L amp T a7 Control fuses for protection of meter 3 nos a BUSBAR A suitable length of 4 nos Three phases and one neutral electrolyte grade high conductivity tinned copper busbar shall be provided Continuous current rating of the busbar shall be two times the current rating of the panel incomer MCCB Busbarinsulation support material shall be non hygroscopic SMC GRP Busbar shall be insulated with colour coded heat shrinkable PVC sleeves b OUTGOING MOTOR amp LIGHTING FEEDERS Direct on line DOL starters for motors up to 5 HP and star delta starters for motors above 5 HP shall be provided along with one no spare starter for highest sized motor Besides starters one no lighting feeder Fitted with MCB and switch and one no spare feeder Fitted with 25 amp 4 pole MCCB shall be provided Starters shall have following components c1 Incomer MCCB 4 pole microprocessor controlled overload and short circuit release Make Schneider Siemens ABB Legrand Indo Asian c2 TP power contactor with auxiliary contacts Make Schneider ABB Siemens Indo Asian c3 Thermal overload relay within built single phasing preventer Qty 1 No Make Same as contactor c4 Timer f
25. Suitable roof lamps and minimum 2 Nos cabin fan vii Windscreen of laminated non splinter glass Sliding window glasses of toughen type viii The roof of the driver cabin from inside should have proper upholstery with heat resistance insulation to prevent heat radiation Page 12 of 21 FITMENTS amp ACCESSORIES a All standard equipment gauges and meters air horn lightings reflectors sunshades lockable fuel tank with strainer standard tool kit lockable toolbox inside the cabin hydraulic jack of capacity min 30 MT handle amp wheel wrench mud flaps etc b One additional lockable toolbox of size min 1 00m x 0 50 m x 0 50 m under the truck platform at suitable location c 2 two nos large rectangular rear view mirrors on each side of the cabin d Well covered lockable Battery Box preferably outside the driver s cabin suitable mounting arrangement for the spare wheel and towing hooks at rear and front e Audio visual alarm Reversing horn with blinking light while reversing of the vehicle f First aid box Glove box Fire extinguisher s of adequate size and all other statutory fittings accessories as per Indian MV Act D PLATFORM a A suitable platform is to be constructed on the truck chassis to mount the skid s with all the items of the Steam Generator Unit SGU described at para 3 0 to 3 5 above and to construct a weatherproof housing as detailed at para 5 0 below The skid sha
26. an 10 of the alternator rated voltage 14 Mounting Foot mounted 15 Suitable cable termination box for four core copper conductor steel armoured PVC insulated cable connection 16 Alternator is to be mounted on anti vibration pads 17 Alternator shall have two external grounding terminals 18 The following information in respect of the alternator shall also be provided i Rated output ii Motor starting ability iii Voltage swing when rated load is suddenly switched on iv Overload capacity v Short circuit withstand capacity vi Automatic voltage regulation vii Unbalanced current withstand capacity viii efficiency of alternator at 2596 5096 7596 amp 10096 load 0 8 PF 19 Alternator make shall be Stamford Kirloskar NGEF Crompton Greaves Alternative make if offered will be subject to OIL s approval 20 Alternator shall be guaranteed for a period of one year from the date commissioning of the unit 21 The alternator along with the Prime mover shall be housed in an acoustic enclosure B CONTROL PANEL Suitable Industrial type PLC based Non redundant Non compartmentalized and Non Draw type CONTROL PANEL shall be provided for the alternator The panel shall comprise of the following i Four pole 415V MCCB minimum 25 kA breaking capacity continuous current rating AC23 duty 2596 higher than the genset full load current adjustable in both current and time microprocessor controlled overload short circuit and
27. ansformers etc should be placed in the control panel in such a way that no high voltage interference will occur in the PLC side Therefore the control panel should be designed like that upper half of the panel should include all instrumentation items and lower half of the panel should include all three phase electrical component including ignition transformer with proper isolation G The control panel shall be mounted in such a way that it can absorb maximum shock vibration since the panel is truck mounted and truck is required to move very frequently sometimes on bad road condition also H The control panel shall have an entry for easy access and shall be suitable for use in IP 65 environment The control system shall be designed in such a way that failure of portion of the system shall not jeopardize the health of the MSG unit i e the health of various auxiliaries as well as the steam generation availability shall be always ensured I the indication as well as sequence interlock startup and safety shutdown through PLC using analog digital I O cards Also preferred analog digital indication in the panel as mentioned J The control panel shall include a programmable logic controller PLC SLC with the following features to cater the operational need of the boiler 1 Indication of status of inputs and outputs for easy debugging ii Expandable inputs outputs Program memory held in EPROM iv Communication port for connection to
28. as required Sub Notes for Panel N1 The generator control panel shall be industrial type self supporting floor mounting built with rigid framework of suitable size MS Angle Channel of sufficient strength with vibration dampers dust amp vermin proof made of 14SWG CRCA sheet steel cubicle type conforming to IP54 having front and rear hinged doors with locking arrangement danger plate fitted on both sides lifting lugs on top ventilation louvers with perforated sheet on both sides detachable gland plates for easy amp safe entry of cables double earthing studs on two sides complete with suitably sized zinc plated amp passivated double nuts and spring washers N 2 Control panel shall be thoroughly cleaned before applying 2 coats of rust preventing primer followed by 3 coats of light gray paint as per BIS code N 3 All control wiring shall be done with 1100V grade single core 1 5 sq mm ISI FIA TAC approved and marked PVC insulated flexible copper cable CT and Ammeter wiring shall be done with 2 5 sq mm copper cable CT wires shall be terminated with ring type lugs All wires shall be numbered with ferrule for Identification Make Finolex Havell s N 4 All power connections inside the panel shall be made with copper wire or straps of current rating as per MCCB rating Generator output terminals shall be connected to the control panel input at heavy duty terminals with 1100V grade heavy duty ISI approved and marked PVC insulated f
29. bution on the truck chassis Detailed calculation for sizing of all equipment f Relevant technical catalogue manuals of each component like water pump fuel pump blower diesel engine coil tube alternator burner system instruments amp control system etc Detailed specification of each component should be provided g Electrical control circuit diagram and layout diagram h Test certificates including copy of CPRI test certificate for type test of the electrical panels 1 Bill of materials for all equipment ii The following documents are to be submitted by the successful bidder within 4 weeks from the receipt of the formal order for OIL s approval Only after receiving approval from OIL fabrication of the MSG unit shall start a Detailed engineering drawing showing lay out of all equipment load distribution rear overhang equipment mounting details P amp I drawing electrical circuit diagram panel wiring diagram details including make amp model no of all equipment along with quality assurance plan Note During detailed designing of the unit special emphasis shall be given to the issue of ease of accessibility servicing maintenance and removability of individual equipment while maintaining a reasonable compactness of the unit as a whole b Detailed calculation for sizing of all equipment c Loop diagram and lop details d PLC hardware and software e Logic details of startup sequence interlock safety shutdown
30. claim of Oil India Limited or such other person or persons 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 format 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 Page 2 of 6 Criteria Complied Not Complied Documentary evidence submitted not submitted a Annual financial turnover of the firm in any of the last 3 financial years or current financial year should not be less than Rs 780 00 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 clear
31. d all drawings of electrical system and guarantee certificate for electrical items shall be submitted with the unit 3 1 10 FUEL BURNING COMBUSTION SYSTEM Page 7 of 21 The fuel burning system of the boiler shall comprise of the following a BURNER The burner shall be pressure jet direct electric spark ignition type using spark electrodes plugs and high tension power supply from inverter magneto of a well proven design comprising of burner gun electrode air fuel mixing devices ignition transformer and other accessories if any all rated for continous duty service The burning system shall be adequate to produce heat required for generating steam at the desired rate within 3 to 5 minutes of cold start Make Monarch Manual describing combustion principle for steam generation is to be submitted b COMBUSTION AIR BLOWER Centrifugal type air blower of suitable capacity is to be driven directly either by the diesel engine through belt drive or by directly coupled electric motor complete with all the accessories for power transmission It shall also be provided with an over pressure relief valve c FUEL PUMP Gear type fuel pump suitable for pumping HSD or any second grade fuel oil either mounted on the same shaft as that of the air blower driven by the diesel engine through belt drive or by directly coupled suitable electric motor The fuel pump shall be complete with all accessories required for power transmission It shal
32. e provided for instrumentation items and high voltage interference generating items like contactors MCCBs etc of motor starters Page 5 of 21 The MCC panel shall have the minimum technical specification as under a INCOMER Qty 1 no It shall be supplied from the output of the generator control panel It shall comprise the following al MCCB 4 pole minimum 25 kA breaking capacity continuous current rating AC23 duty as per design of control panel adjustable in both current and time microprocessor controlled overload short circuit and ground fault release with shunt trip coil qty 1 no Make Schneider NSX series Legrand DPX3 series Siemens series ABB Tmax series Indo Asian a2 Earth leakage relay with core balance current transformer Range 0 3 Amp to 3 0 Amp with adjustable time delay indication LEDs test and reset push button Qty 1 no ELR shall trip the MCCB in case of an earth leakage Make Schneider Legrand a3 Multifunction Digital meter for V I KW Freq KWH shall be provided Current Transformer type BPL 5 amp output at rated primary current Burden 15 VA Class I Qty 3 nos Make of meter HPL Socomec Schneider Make of CT Kappa A E L amp T b a4 Control fuses for protection of meter 3 nos INCOMER Qty 1 no It shall comprise of the following al TPN combination switch fuse unit with current rating as per CFS unit of control panel Make Siemens GE
33. ed field operations for each of the units for successful field trial 12 0 TAX amp DUTIES i All taxes stamp duties and other levies imposed outside India shall be the responsibility of the Bidder Seller and charges thereof shall be included in the offered rates ii All taxes amp levies imposed in India for the services including installation amp commissioning shall be to the Bidder Seller s account iii Income tax on the value of the Services rendered by the Bidder seller in connection with installation commissioning training etc shall be deducted at source from the invoices at the appropriate rate under the I T Act amp rules from time to time 13 0 NOTES TO THE BIDDERS a The supplier shall provide a tool kit for operation and maintenance of prime mover boiler amp instrumental panel b OIL logo will have to be marked prominently on both sides of the boiler house Page 18 of 21 The bidder has to mention the names of manufacturer of all items quoted All the items offered shall be from manufacturers as mentioned in the NIT at the relevant places d The bidder shall do the packaging of the unit in such a manner that all the equipment are easily accessible and removable for regular operation amp maintenance e The supplier shall obtain permission from the IBR Assam for operating the boiler in OIL s operational area f To ascertain the substantial responsiveness of the bid OIL re
34. enerator MSG unit as per following specifications Qty Six 06 nos 2 0 SCOPE OF WORK 2 1 To design and manufacture the Mobile Steam Generator 2 2 To procure and supply truck chassis as per specification furnished in para 4 0 to 4 2 for mounting the Mobile Steam Generator Unit 2 3 To unitize and install the steam generator unit on the truck chassis and to construct a weatherproof housing on the truck platform as detailed at para 5 0 below 2 4 a To furnish necessary certificate documents from competent Government authority and obtain permission from IBR Assam for operating the boiler in OIL s operational area b To provide chassis documents in Form 21 amp 22 Copy enclosed for registration of the complete unit in the name of M S Oil India Limited Duliajan 2 5 To commission the unit at site operating at the rated capacity and desired conditions to OIL s satisfaction 2 6 To furnish five 05 copies of detailed operating and servicing manuals for smooth operation and maintenance of the unit Additionally one copy in a CD 3 0 TECHNICAL SPECIFICATION Detailed technical specifications of the Mobile Steam Generator are as under 3 1 BOILER STEAM GENERATOR The boiler shall have the following features 3 1 1 Duty Condition The boiler shall meet the following duty amp working condition Steam output capacity 1000 kg hr dry amp saturated Steam at 100 Deg C Max Working pressure 42 2 Kg sq cm 600 psig Maximum Max Steam tempe
35. ground fault release with shunt trip coil qty 1 no Make Schneider NSX series Legrand DPX3 series Siemens 3VT series ABB Tmax series Indo Asian ii Earth leakage relay with core balance current transformer Range 0 3 Amp to 3 0 Amp with adjustable time delay indication LEDs test and reset push button Qty 1 no ELR shall trip the MCCB in case of an earth leakage Make Schneider Legrand 1 No 3 phase 4 wire Microprocessor based Over and Under Voltage Monitoring Relay for the following protections Make Schneider Model TR114VS7 ProkDvs Model LVM11 34 2CF ABB 1 Over voltage 110 2 Under voltage 85 with 1 10 seconds time setting 3 Incorrect phase rotation iv INo Over and Under frequency monitoring relay from 40 to 60 HZ with accuracy 0 1 suitable for 415V Trip time 0 10Sec with LED indication 2NO 2NC contact Make ProkDvs Model HILO 2C F Minilec FCS D2 v Multifunction Digital meter for V LKW Freq KWH shall be provided Current Page 4 of 21 Transformer type BPL 5 amp output at rated primary current Burden 15 VA Class I Qty 3 nos Make of meter HPL Socomec Diris A40 Schneider EM 6400 series Make of CT Kappa A E L amp T vi Control fuses for protection of meters and earth leakage relay vii LED indication lamp for indication of incoming 3 phase power supply Qty 3 nos Other components like CT selector switch pushbuttons
36. hall be valid for 10 months from Bid closing date i e upto 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 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 extension 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 Page 2 of 4 iii iv vi vii viii ix x Performance Security The successful Bidder will have to submit Performance Security 10 of the order value after receipt of order The Performance Security shall be valid for 12 months from the date of despatch Bidder must confirm the same in their bid Offers not complying with this clause will be rejected T
37. he 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 Validity of the bid shall be minimum 120 days from the Bid Closing Date The prices offered will have to be firm through delivery and not subject to variation on any account bid submitted with an adjustable price will be treated as non responsive and rejected 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 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 RCAI Controller of Certifying Authorities CCA of India The bid signed using other than Class 3 with Organisation s Name digital certificate will be rejected Technical R
38. hnical specifications and other terms amp conditions of the tender arising out of discussion in the Pre bid Conference shall also form part of the tender document 4 Parties immediately after the purchase of the Tender documents shall inform OIL at the following address about their participation in the Pre Bid Conference with details of the persons to enable OIL to make arrangement for the Pre Bid Conference HEAD MATERIALS OIL INDIA LIMITED P O DULIAJAN PIN 786 602 DIST DIBRUGARH ASSAM INDIA FAX NO 91 374 2800533 E Mail ranjanbarman Goilindia in The tender will be governed by a General Terms amp Conditions for e Procurement as per Booklet No MM LOCAL E 01 2005 for E Procurement LCB Tenders b Technical specifications and Quantity as per Annexure 1A c The prescribed Bid Forms for submission of bids are available in the Technical RFx gt External Area gt Tender Documents d 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 e 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
39. ial details except the prices Please note that no price details should be uploaded in Technical RFx Response 32 The PRICE BID must contain the price schedule and the bidder s commercial terms and conditions 33 screen shot in this regard is given below Offer not complying with above submission procedure will be rejected as per Bid Rejection Criteria mentioned in Annexure CCC Page 3 of 6 Display RFx Response Technical RF Response Cose uit RFx Response Number 60006452 RFx Number TEST2 Status Submit RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx Response V Go to this Tab Technical RFx Response for Uploading commercial Unpriced Bid Event Parameters Service and Delive Currency Indian Rupee Incoter Denied Pice hionmai IBEEERICEES Go to this Tab Notes and em um 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 Details Send E Mail Call Clear Function Number Name Valid fr 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 drawn Submission Deadline 13 04 2013 11 00 00 INDIA RFx Response Number 6
40. ion two searchlights connected to truck s electrical system switches inside the driver s cabin shall be provided at rear top corners of the housing Painting Two coats of primer followed by two coats of paints of following shades Exterior Caterpillar Yellow or Golden yellow Interior Light shade xi Others fitments accessories a Adequate firefighting equipment e g fire extinguishers inside the housing with suitable Page 14 of 21 mounting arrangements at suitable locations b Suitable foldable ladder steps of sufficient width below each door 01 one no fixed type ladder at rear of the housing for climbing to housing s roof top d Suitable walkway on top of housing s roof to avoid damage to roof structure paneling e Roof of the housing shall be made slanting towards sides to avoid water accumulation f Suitable ventilations with fixed cover on roof Jack roof type and with folding cover on wall near the engine for easy escape of hot air shall be provided Additionally two numbers exhaust fans shall be provided inside the MSG cabin for proper ventilation 5 1 A detailed drawing of the housing showing dimensions construction material descriptions positions of doors amp windows ladders steps amp walkway floodlights switchboards fire extinguishers ventilations etc is to be submitted along with the bid for scrutiny and acceptance 6 0 SPARES a COMMISSIONING SPARES The supplier has
41. ion and control system including recommended spare parts list However one copy of the manual shall be provided as master copy containing all the details in the same volume b Necessary certificate documents from competent Government authority to obtain permission from IBR Assam for operating the boiler in OIL s operational area c Engine emission certificates for truck engine as well as MSG prime mover d Temporary registration Insurance Road tax Sale letter in Form 21 amp 22 in originals etc of the truck as applicable in the name of M s OIL INDIA LTD Duliajan required under Indian MV Act for onward registration of the unit in Assam India e Test certificates including copy of CPRI test certificate for type of the electrical panels f License copy of software for control amp instrumentation system if any 8 0 DEVIATIONS FROM THE SPECIFICATIONS The bidder shall enclose comprehensive list of intended deviations from the technical specifications of any clearly highlighting the reasons thereof along with the bid If no deviations from the Technical specifications are intended the same shall be confirmed in the offer But OIL reserves the right for acceptance or rejection of the deviation 9 0 BID SUBMISSION amp DOCUMENTATIONS Bidder s response to all NIT stipulations should clearly be defined maintaining the same sequence as in the NIT Bidder shall furnish specific details specifications of all major components systems
42. iquidated 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 in the last 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 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 violating 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 i
43. ities of all axles i e GVWR of the unit Laden Weight means Weight of the complete unit with all equipment amp fittings i e weight of the chassis with driver s cabin weight of the all equipment permanently mounted on the unit weight of the other tools accessories etc generally being carried kept in the unit spare wheels oil etc Accordingly Laden Weight is the sum of actual loading on each individual axles Accordingly the truck chassis specifically with respect to GVW Engine HP amp Wheelbase is to be selected and offered quoted Positioning of the items of SGU on the platform should be such that the load is distributed evenly on the platform 4 2 PAINTING Exterior of Driver s cabin Deluxe Imperial Crimson Interior of Driver s cabin Light shade as per standard Chassis amp undercarriage Rustproof painting 5 0 UNITISATION amp SPECIFICATIONS OF HOUSING a The mobile steam generator shall be generally fabricated on the basis of the supplied layout Page 13 of 21 drawing as shown in Annexure II The bidders are also to note that the supplied drawing is only a reference drawing and in no case it should be considered as the final drawing However the successful bidder shall have to make their own detailed lay out drawing P amp I drawing etc and the same shall have to be submitted within 4 weeks from the date receipt of formal order for OIL s approval prior to starting actual fabricatio
44. ity 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 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 b The name of the OIL s Independent External Monitors at present are as under i SHRI GOPLASWAMI 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 Grediffmail 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 Page 5 of 6 11 0 To ascertain the substantial respons
45. iveness 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 OO Bidders should submit 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 6 of 6 Annexure CCC Tender No amp Date SDI5585P15 DT 04 12 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 Remark
46. ke DUNLOP Page 2 of 21 The minimum requirements for the engine shall be as below a Suitable air cooled diesel engine of adequate power and conforming to min EURO III emission norms Engine emission norms certificate shall be submitted along with documents as mentioned in 7 0 iii by the supplier b The engine shall be complete with Digital manual Tachometer amp Hour meter in addition to all standard Lub oil pressure gauges amp meters starting switch ignition switch ammeter filters spark arrestor etc Emergency Safety engine shutdown system in case of Low lubricating oil pressure amp Over speed should be provided Anti vibration mountings and Engine Low Lube Oil Pressure indication display red lamp should also be provided c 12 V engine electric starter Lucas or Delco Remy make with heavy duty maintenance free battery enclosed in a safety enclosure engine mounted Battery charging Alternator Make LUCAS and Starting ring fitted to the Engine Flywheel should be provided d The Fuel System should comprise of Mechanical Governor Fuel Injectors Fuel Pump Fuel Filter Assembly Fuel lines and Fuel Tank having storage capacity to meet the Fuel requirements of 12 hours of full load operations e The engine with all other accessories tanks etc shall be installed on a suitable skid with removable type steel protective frame cage equipped with lifting lugs for lifting of the complete unit The skid shall ha
47. l also be equipped with internal over pressure relief arrangement automatic by pass control valve Make Sofag Sun strand or Neel The position of the pump should be easily accessible for maintenance d DIESEL OIL TANK HSD tank of suitable capacity based on the feed water tank capacity and fuel consumption rate for continuous full load operating time made of MS sheet complete with inlet and drain nozzles fitted with valves graduated level gauge shall be firmly anchored to the skid to withstand severe wrenching and shocks Necessary MS piping up to the diesel engine and boiler fuel pump should be provided MANUAL HSD FILLING PUMP One 1 no hand operated HSD filling pump gear type complete with suction and discharge flexible rubber hoses for filling HSD tank shall be mounted near the tank While the length of the discharge hose shall be as per assembly requirement the length of the suction hose shall not be less than 40 ft 3 1 11 FEED WATER PUMP Triplex reciprocating plunger type positive displacement pumps of suitable capacity of a reputed manufacturer like SPECK etc to be driven either by the diesel engine through belt drive or by directly coupled suitable electric motor complete with all accessories for power transmission The pump shall be complete with fluid over pressure relief valve suction stabilizer and pulsation dampener The bidder shall clearly specify volumetric capacity pump HP and other technical details Piping
48. lexible copper conductor cables in heavy duty metallic flexible conduit N 5 The overall dimensions of the panel shall be sufficient for safe and comfortable working inside the panel Panel shall conform to IS 8623 N 6 Control panel shall be guaranteed against manufacturing defects for a period of 12 months from the date of commissioning C ELECTRIC MOTOR Induction motors of suitable rating with adequate reserve HP amp RPM shall be provided for running the air blower fuel pump and feed water pump The motors shall have the following minimum specification a Voltage 415V 4 6 AC b Frequency 50 Hz 3 c Duty S 1 Continuous d Enclosure Totally enclosed Fan cooled TEFC e Class of insulation F but limited to temperature rise of B class insulation f Degree of protection IP 55 g Suitable cable termination box h 2 nos suitable earth terminals shall be provided 1 Standard Motor should confirm to IS 325 for performance j Motor shall be guaranteed for one year from date of commissioning of the unit Make Kirloskar Crompton Greaves Bharat Bijlee ABB The motors shall be directly coupled through direct flexible couplings amp complete with coupling guards D MOTOR CONTROL CENTER A suitable MCC panel shall be provided for starting the above motors As the MCC panel also will house the boiler controls with sensitive PLCs and other instrumentation sufficient and proper isolation space shall b
49. ll be properly mounted and for the same adequate number of cross members in the skid is to be provided Width and length of the platform should be as per original width of cowl driver s cabin and length of chassis Extension of chassis to accommodate the skid s housing of SGU or any additional overhang of the housing is not acceptable b The platform is to be made out of MS channels with min 5 five mm thick MS chequered plate flooring c It should be strong enough to carry the load of all the equipment and should withstand shock loads during movement d For aesthetic look extended paneling of the canopy housing is to be made to cover the tank portion of the unit This extended portion shall either be screwed with the main paneling or is to be fixed with hinge with the main housing frame In case of hinge proper anchoring is to be made to hold the lifted panel e The mounting of all equipment machineries etc on the rear platform should be of uniform load distribution for proper balancing of the vehicle 4 SELECTION OF TRUCK CHASSIS a The total weight of the Steam Generator Unit with full capacity water housing rear cabin of SGU all fittings etc as described at para 3 0 to 3 5 above amp 5 0 below is to be indicated in the bid Approx weight of the truck with driver s cabin amp platform is also to be indicated b The Laden Weight of the unit shall be within the maximum Permissible Gross Vehicle Weight i e sum of Axle Capac
50. lso certified that body of the above vehicle has been fabricated by us and the same complies with the provisions Of tei ce yere Seen Ea RR n EP A RERE name of Motor Vehicles Act of country of origin Signatures of Manufacturer Body Builder 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 21 of 21 ANNEXURE II CHASIS LAYDUT WATER STORAGE TANK DIESEL TANK STEAM HEADER CONTROL PANEL 1 7 l 1 FF SAFTY DRIVERS i i BOILER 2L BURNER 2500mm xs 20 iex BLOWER FAN 1 5 CHIMNEY a D4 t1500mm Exhaust Chimney 3400mm SKETCH ONLY FOR REPRESENTATION PURPOSE NOT TO SCALE PRICE SCHEDULE OF M OBILE STEAM GENERATOR To be submitted as Notes amp attachment only in Price Bid ANNEXURE III SL DESCRIPTION QUANTITY UNIT COST TOTAL COST REMARKS UNIT COST OF MSG MOBILE STEAM GENERATOR TPI PACKING EXCISE DUTY CST V AT ON COST OF SPARES As per clause no 06 b spares to be supplied along with each unit amp unit price of each spares to be mentioned SALES TAX ON SPARES FREIGHT INSURANCE 10 INSTALLATION amp COMMISIONING 11 SERVICE TAX 12 ANY ITEM WHICH MAY BE REQUIRED FOR SUCCESSFUL COMP
51. lve open SEQUENCE AND CONTROL FOR THE FOLLOWING CONDITIONS SHOULD BE Page 9 of 21 i Primary safety checks Start of blower fan and fuel pump Secondary safety checks iv Start ignition and fuel supply v Prove pilot flame establishment vi Continue operation till high steam pressure reached vii On off operation set pressure failure Safety lock out for flame or any other safety shutdown condition as mentioned above B Field and panel mounted indicating instruments shall also be available to monitor various process parameters Panel mounted indicating meter 1 Steam temperature Analog type input preferably 4 20 Ma Panel mounted indicating lamp amp switches Indicating lamp ii 230 V AC ON iii Safety Lockout Internal iv Start v Flame ON vi Water pump ON vii Water pump OFF viii Water pump Trip ix Fuel Pump ON x Fuel pump OFF xi Fuel pump trip xii Air blower ON xiii Air blower OFF xiv Air blower trip xv Steam Temperature high xvi Steam pressure high xvii Low steam pressure xviii Low air pressure xix Low fuel pressure xx Low fuel oil level xxi Low feed water level xxii Blow down valve open status Switches Push Buttons xxiii Start push button xxiv Stop push button xxv Alarm Test push button xxvi Alarms accept PB xxvii Alarm reset PB xxviii Start PB for water pump xxix Stop PB for water
52. ly 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 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 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 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 commerc
53. n 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
54. n of the unit b All the items of the Steam Generator detailed at para 3 0 to 3 5 above are to be installed on suitable individual skids of preferably on a single skid and the skid s is to be mounted on the truck platform through bolts extended up to the underneath cross members of the platform as well as chassis as applicable Mounting of the skid s either by the bolts or welding to the platform sheet floor sheet it should be avoided to the extent possible c The skid s is to be covered with suitable chequered plate flooring at areas where people will generally stand to operate different items of the steam generator unit d Positioning of different items of steam generator unit should be such that load is evenly distributed on the truck and does not create any problem in operating the truck as already mentioned at para 4 1 c above e A suitable all steel construction weatherproof housing is to be constructed on the platform Vertical posts of the housing structure are to be welded to the peripheral channels of platform through horizontal members and or underneath cross members of platform Welding of posts directly to the peripheral channels floor sheet or welding of the horizontal members to the floor sheet itself should be avoided The housing is to be constructed as per following specifications i Structure All welded MS structure made out of square tubing of adequate size min 5 00 cm sides Paneling Aluminium internal and
55. n 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 d 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 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
56. 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 documents submitted in physical form should be signed on all pages by the authorised signatory of the bidder and to be submitted 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 Integr
57. or star delta starter make Schneider AB B Siemens c5 Start amp Stop push button Qty 1 set Make Siemens L amp T c5 ON OFF Trip LED Indication Qty 1 set Make Siemens L amp T c c6 2 nos control fuses for control circuit OUTGOING MOTOR amp LIGHTING FEEDER c7 2 nos control fuses for control circuit Sub Note for MCC Panel 1 The MCC panel shall be industrial type self supporting floor mounting built with rigid framework of suitable size MS Angle Channel of sufficient strength with vibration dampers dust and vermin proof made of 14SWG CRCA sheet steel cubicle type conforming to IP54 having front and rear hinged doors with locking arrangement danger plate fitted on both sides Page 6 of 21 lifting lugs on top ventilation louvers with perforated sheet on both sides bottom detachable gland plates at suitable height from skid floor min 450 mm for easy amp safe entry of cables double earthing studs on two sides complete with suitably sized zinc plated amp passivated double nuts and spring washers N2 MCC shall be thoroughly cleaned before applying 2 coats of rust preventing primer followed by 3 coats of light gray paint as per IS code N3 All control wiring shall be done with 1100V grade single core 1 5 sq mm ISI FIA TAC approved and marked PVC insulated flexible copper cable CT and ammeter wiring shall done with 2 5 sq mm copper cable All wires shall be numbered with ferrule fo
58. pump xxx Start PB for fuel pump xxxi Stop PB for fuel pump xxxii Start PB for air blower xxxiii Stop PB for air blower Page 10 of 21 xxxiv Auto Manual water pump selector switch xxxv Auto Manual fuel pump selector switch xxxvi Auto Manual air blower selector switch xxxvii 230 V AC power ON OFF switch Field mounted instruments Analog type xxxviii Steam pressure gauges xxxix Feed water pressure gauge xl Steam temperature gauge xli Indicating thermostat or temperature switch for steam temperature with a set point for high temperature superheat alarm xlii Steam pressure switch for both high amp low xliii Air pressure switch xliv Pressure switch for fuel oil xlv Pressure switch for feed water xlvi Level switch for fuel oil level xlvii Level switch for feed water level xlviii Limit switch for blow down valve xlix Alarm rest engine start and main switch 1 Tachometer lube oil pressure indicator temperature indicator for the diesel engine C Ignition of burner should be carried out using ignition transformer and ignition electrodes operating at 230 V AC 50 Hz D Steam temperature controller function shall be incorporated in the control programme E A low voltage under voltage less than 180 V AC indication of instrument Panel incoming power 230 V AC 50 H2 to be provided F AII three phase 415 V 3 PH 50 Hz motor starter relays overload relays current tr
59. r identification Make Finolex Havell s N4 All power connections inside the panel shall be made with copper wire or copper straps of current rating as per individual MCCB rating Motors should be connected to the respective panel at heavy duty brought out terminals with 1100 V grade Heavy duty ISI approved and marked PVC insulated PVC sheathed Galvanized steel armoured stranded copper conductor cables Heavy duty single compression cable glands shall be used for all cable entries Make of Cable Finolex Havell s L amp T 5 The overall dimensions of the panel shall be sufficient for safe and comfortable working inside the panel Panel shall conform to IS 8623 N6 Panel shall be guaranteed against manufacturing defects for a period of 12 months from the date of commissioning E EARTHING DETAILS The entire earthing work shall conform to IS 3043 Two nos 25x5 mm galvanized GI straps shall be mounted suitably inside the unit which will act as parallel earth bus bars Two nos earth connections either with suitable size GI straps or GI wire rope suitably terminated with crimp type lug from alternator motors control panel amp MCC shall be connected to these straps so as to ensure two earth connections for each device The generator neutral shall be earthed to the earth straps with suitable sized insulated copper cables Bidder shall specify the neutral cable size Earthing scheme shall be as per IS 3043 F ELECTRICAL WORKS amp
60. rature 253 Deg C Max Time allowed to generate 3 to 5 minutes Steam at the rated output amp Pressure of 42 2 kg sq cm from cold start Design code IBR 1950 with latest amendments ASME 3 1 2 Type Fully automatic Oil fired once through water tube coil type laterally wound force circulation forced draft 3 pass design horizontal type 3 1 3 Design code of Pressure parts The pressure parts must be designed amp made as per latest edition of ASME IBR 1950 code 3 1 4 Coil Tube design The boiler has two concentric helical closed pitch coils fabricated out of carbon steel seamless tubes The coils are connected to form continuous flow passage This coil assembly is kept inside a shell assembly The unit is horizontally mounted on a skid Removable refractory cover mounted on the jacket covers the front of the unit The pressure parts including inner and outer coils must be made out of seamless boiler quality alloy steel tube suitable for high temperature amp pressure service The coil shall be technically wound with closed pitch except at the entrance of each pass The winding shall be done in cold condition and the ovality of the tubes shall be within tolerable limits The tubes shall be 100 radiographed at all circumferential welds before winding and the coils are fully stress relieved at elevated temperature as per IBR code requirement The coil ends shall be flanged joined and independent of the feed water and main
61. res will not be considered for bid evaluation c Recommended spares The bidder is to furnish a list of spares amp components that will be required for regular operation and maintenance overhauling etc throughout the life of the equipment complete with price of each item Annual consumption of each spare should be furnished The bidder should also provide detailed spare list of all the items including bought out items in the operation and maintenance manuals The list should include a spare parts list along with OEM part numbers make amp model of the equipment and contract postal address of Page 15 of 21 OEM for all items of the whole unit The price quoted for recommended spares will not be taken into account for bid evaluation d The bidders must submit a written undertaking along with the bid that they would be able to supply all the requisite spares and consumables including bought out items for a minimum period of 10 ten years from the certified date of completion successful field commissioning of the unit e To provide Two 02 sets of tool box of reputed make 7 0 DOCUMENTATION 1 The following documents are to be submitted along with the bid a Preliminary P amp I diagram along with bill of equipment b Instrumentation schematic diagram and interlock control circuit diagram c General layout diagram showing dimensions of various components and the unit as a whole d Details of weight load distri
62. rnator KVA output at 40 deg C ambient shall be more than the sum of starting KVA of the biggest motor and the maximum running KVA of other electrical equipment The engine shall be able to provide the required KW during motor starting amp running The engine output rating shall be on continuous basis at 40 deg C ambient and at rated alternator output KW The engine amp alternator rated output on continuous basis shall be at least 2096 more than the continuous running electrical load The bidder shall submit detail calculations for KVA rating of alternator amp KW rating of the engine along with the bid Alternator shall conform to IS 13364 The alternator shall meet the following technical specifications and conform to relevant BIS 1 Rated voltage 415V 6 AC 2 Rated frequency 50 Hz 3 1500 RPM Page 3 of 21 3 Phase system 3 phase 4 wires 4 Power factor 0 8 lagging 5 Class of insulation for stator rotor F H 6 Phase sequence UVW 7 Rating Continuous 8 Connection Star 9 All windings should be made from electrolytic grade virgin copper 10 Alternator Internal protection enclosure IP 23 11 Alternator cable terminal box protection IP 54 12 Excitation system Brushless Self excited amp auto regulated 13 The automatic voltage regulator shall ensure that voltage dip during starting of highest size motor with other electrical loads running at rated output shall not be more th
63. rried out for all the component of the unit by OIL approved TPI agency viz M s Lloyds M s Bureau Veritas M s Tuboscope Vetco M s IRS M s Rites or M s DNV only Scope of 3rd party inspection 1 Witness the manufacturing and assembly ii Witness the functional and performance tests Any other requirement of the inspection agency to satisfy of the equipment as per applicable standards 10 3 2 Third Party Inspection TPI charges to be quoted separately 11 0 COMMISSIONING 11 1 The supplier shall depute their competent personnel for initial startup and commission the units at OIL s operating site within fifteen 15 days from the intimation of OIL Any spares components if required at the time of commissioning the unit shall have to be replaced supplied free of charge by the supplier Installation commissioning charges should be quoted separately which shall be considered for evaluation of the offers While quoting Installation commissioning charges above bidder should take into account all charges including to and fro fares boarding lodging local transport at Duliajan Assam and other expenses of supplier s personnel during their stay at Duliajan OIL may provide accommodation on chargeable basis subject to availability Bidder should confirm about providing all these services in their Bid However OIL reserves the right to provide such services at its own discretion 11 2 There shall be at least 3 three successive uninterrupt
64. rs 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 account 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 Registratio
65. s 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 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 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
66. s 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 Tender Documents The general details of tender can be viewed by opening the RFx Tender under RFx and Auctions The details of items tendered can be NOTES 1 A Pre Bid Conference with the Parties will be held in Guwahati on 22 01 2015 to discuss on the technical specifications and other terms and conditions of the tender the Parties who purchase the Tender Document within the Last date of Tender Fee Payment i e 19 01 2015 or amended otherwise will be eligible to attend the Pre Bid Conference The exact venue and time of the Pre Bid conference will be intimated to the Parties at a later date 2 Clarification on the technical specifications and other terms amp conditions of the tender shall be provided to the parties during the Pre bid Conference Parties should come fully prepared to the Pre bid Conference and submit their queries to OIL in the Pre bid Conference for clarification The set of queries may also be sent to OIL at least 7 seven days before the Pre bid Conference for study by OIL At the most 2 Two representatives Page 1 of 6 from each party shall be allowed to participate in the pre bid conference costs for attending the pre bid conference shall be to the bidder s account 3 Any changes in the tec
67. s 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 responsive and rejected TECHNICAL 1 0 Bidder s Qualification 1 1 The bidder shall be an Original Equipment Manufacturer OEM of Mobile Steam Generator MSG 2 0Bidder sExperience 2 1 The bidder should be the Original Equipment Manufacturer OEM of Mobile Steam Generator MSG and shall have the experience of successful execution including commissioning of the equipment of at least two 02 nos of Horizontal Mobile Steam Generators in the last seven 07 years preceding from the original bid closing date of this tender The OEM must submit copies of Purchase Order together with tax invoice Inspection Release Note Commissioning Report completion certificate from the clients any documentary evidence which all combined together confirms that the bidder s past supply has been successfully executed Note Possession of an order without complete supply or partially completed order shall not be considered as previous experience of the bidder 2 2 The above clause 2 1 shall not be applicable to bidders successfully supplying horizontal MSG Units in Oil India Limited OIL and having Proven
68. serves 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 g Oil India Purchase order no must be engraved on the body of the item Bidder must confirm the same categorically in their quotation SPECIAL TERMS AND CONDITION 14 CONFORMITY TO THE NIT SPECIFICATIONS a The bidder must confirm that they are approved Boiler Manufacturer b The bidder must confirm that the supplied Mobile steam Generators shall conform to the requirements as per State Boiler Authority Assam c Bidder must fill the Technical check list data sheet enclosed with the offer d The bidder must confirm that the offered unit goods shall be of recent manufacture e The bids and the accompanied technical documentation must be in English language only The bids with other than English language must have an English version f The bidders must confirm that the offered MSG shall perform at the desired rate and parameters as mentioned in para 2 0 of Annexure g The bidders are to confirm categorically the commissioning clause as mentioned in Para 11 0 of Annexure IA h The bidders shall adhere to commitment of spares as per clause no 6 0 of Annexure IA Bidder must undertake that the provision for supplying spares including bought out items of
69. shall be provided for connecting the water pump to the coil inlet A suitable strainer shall be provided at the suction of the pump to remove foreign materials The position of the pump should be easily accessible for maintenance 3 1 12 FEED WATER TANK Tank s made of MS sheets Plate thickness min 5 mm with suitable anti corrosive paint of capacity not less than 6000 litre fitted with inlet outlet drain and vent nozzles in each tank fitted with valves level indicator gauges shall be provided The tank shall be properly designed to reduce water surging on turns and withstand violent wrenching and shocks It shall be firmly anchored to a skid mounted above the chassis as shown in the attached layout diagram The tanks shall be easily detachable from main unit for cleaning and maintenance without dismantling other units If the tanks are made in several sections then each section shall have isolating valve and individual tank drainage facility Suitable air vent nozzle shall be provided in each tank to eliminate air pockets while filling up Proper care shall be taken that the tanks are suitably connected to the feed water pump and there is no starvation of water to the pumps Page 8 of 21 Suitable provision shall be made to reduce metal to metal friction for longevity of the tanks 3 1 13 STEAM HEADER The steam header for mounting safety relief valves steam pressure indicator high steam pressure switch coil blow down valves
70. the equipment will be continued for next ten 10 years from the certified date of completion successful field commissioning of the unit i The bidder has to confirm categorically that all electrical instrumentation equipment to be supplied if any shall meet the relevant International National standards and the installation shall be carried out as per the relevant rules regulations and practice The bidder shall furnish the experience towards execution of the item as per BRC criteria 2 1 in a tabular format as shown below SL Client Order No Date MSG Date Supporting NO Customer Contract No of Specification of supply document Name and Order amp enclosed Address Qty supplied Page 19 of 21 This is a sample copy similar to FORM 21 of Indian Motor Vehicle Act only The certificate to be issued by supplier shall contain following minimum information SALE CERTIFICATE Certified that ite err ER e brand name of the vehicle has been delivered Dy usto ac Rohe ON RECEN E date Name or the oss ve esee eee CR YE S Vei ee ee A Or E es 8 MEM exw The details of the vehicles are as under I ChissoLyelucle vec etopc o mo yore yen 2 Maker s name amp address tees co Rd autores 3 Cassis NO uot yop LEE Eod olea Ede d Bneme NO detenti qnit n 5 Horse power or cubic Capacity
71. ths 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 If the 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 come to an agreement to their original intensions R BARMAN SR MANAGER MATERIALS IP For the Principal For the Bidder Contractor Place Duliajan Witness Date 05 12 2014 Witness 2 2 Page 5 of 5 Bidders Response Sheet Annexure FFF Bidders Name Bid Security Submitted 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 zn _ Ses 12 Confirm that the Bid Security submitted In case of Bank Guarantee is in toto
72. to supply all the spare parts required for initial commissioning of the unit b OPERATIONAL CRITICAL SPARES Supplier shall supply the following operational critical spares along with the supply of the EACH UNIT i 1 V Globe type valve 2 nos ii 1 global type valve 3 nos iii Fuel pump Suntec Danfoss 1 no iv Water pump 1 no 1 non return valve 2 nos vi Ignition transformer 1 no vii Spray nozzle 1 no viii Safety valve 1 no ix Steam coil 1 no x Blower 1 no xi Alternator 1 no xii Ignition Electrodes 3 8 1 no xiii Non return valve 1 xiv 1 Flange type globe valve 3 nos xv 1 Check valve 2 nos xvi 1 Flange check valve 1 no xvii 1 Flange type Globe valve 2 nos xviii Contactors 1 set xix Overload relays 1 set xx Fuses 1 set xxi Lamps 1 set xxii A set of instrumentation spares comprising field switch instruments solenoid valve flame sensor programmable controller amp card power supply etc a All spares in specified quantity as indicated above shall be supplied along with each unit b Specific description part nos Make etc and Unit price of each and every item shall clearly be indicated in the bid c Bidder shall also quote separately for any additional spares with similar details as felt necessary for 2 two years trouble free operation amp maintenance However cost of the spa
73. ve provision to facilitate installation of the same on a truck platform f Lubricating System The Lubricating System should comprise of Gear driven lubricating Oil Pump Lubricating Oil Filter with a replaceable Filter Element Lubricating Oil Cooler Lubricating Oil Pan Oil level dipstick and Crankcase breather g Engine to be supplied with standard painting and it should have SAE standard rotation NOTE The bidder should submit the following information along with relevant performance rating curves and engine product catalogues 1 Gross HP developed at rated RPM ii Deduction of blower fan charging alternator and other ancillary equipment iii Net HP developed at rated RPM iv Fuel consumption at rated power as 11096 75 and 50 of rated load In case of above system the alternator its control panel lighting scheme earthing scheme electrical works amp cabling etc will be as per clause 3 1 9 A B E F G below 3 1 9 ELECTRICAL SYSTEM pumps amp blower will be electrical motor driven The details of electrical system amp devices are as under A Alternator Power for all electrical equipment shall be provided by an air cooled diesel engine driven as mentioned in 3 1 8 above acoustically enclosed 3 phase alternator Air blower fuel pump feed water pump shall be driven by directly coupled electric motors The alternator prime mover engine shall have all the features of the engine stated above The continuous alte
74. y relief valves steam stop valves suitably covered for safe operation and feedback non return valves for coil blow down over pressure release steam shut off and preventing reverse flow respectively These valves are minimum requirement for the unit the valves shall be IBR quality flanged type valves The bidder has to provide necessary document in support of this along with the quotation 3 5 MSG CONTROL PANEL AND INSTRUMENTATION A control panel shall be designed based on microprocessor based state of the art technology Programmable Logic Controller PLC Sequence Logic Controller SLC system suitable for Mobile Steam Generation MSG operation and control The fault functions shall be both visually and audibly indicated on the unit s control panel and shall remain ON until manually reset It will have sequence starting system to ensure that all functions associated with starting operation are performed in correct sequence The initiation shall be by means of a switch of push type on the unit control panel Provision shall also be incorporated for emergency shutdown of the MSG unit The MSG units shall be provided with automatic safety shutdown devices and annunciation system with fuel cut off SHUTDOWN DEVICES WITH AUDIO VISUAL ALARM FOR THE FOLLOWING CONDITIONS SHOULD BE OFFERED i Flame failure Steam pressure high iii Steam temperature high iv Low feed water pressure v Low fuel oil pressure vi Blow down va
Download Pdf Manuals
Related Search
Related Contents
LAVORI STRADALI - Comune di Acireale OPERATOR`S MANUAL Consulte aqui o manual de instruções para Mac OS Philips 046677104573 incandescent lamp ISTRUZIONI PER L`USO SHE-130 PARTE MECCANICA Integra DSR-7.3 User's Manual Christopeit ET 6 Handleiding Copyright © All rights reserved.
Failed to retrieve file