Home
e-Tender no. & Bid Closing date Material
Contents
1. Page 10 of 17 of tender SGI5018P15 of 30 09 2014 ANNEXURE BBB Bid Rejection Criteria BRC amp Bid Evaluation Criteria BEC 1 0 BID REJECTION CRITERIA BRC The bid shall conform generally to the specifications and terms and conditions given in this bidding document Bids shall be rejected in case the goods materials offered do not conform to required parameters stipulated in the technical specifications Notwithstanding the general conformity of the bids to the stipulated specifications the following mandatory requirements will have to be particularly met by the Bidders without which the same will be considered as non responsive and rejected All the documents related to BRC must be uploaded along with the Technical Bid A Technical The Bidder must meet the following requirements 1 Bidder should be Original Equipment Manufacturer OEM of the UPS system OR Bidder should be an authorized dealer service provider of the UPS system Authorized dealer service provider shall submit documentary evidence of authorization from the OEM along with their bid 2 Bidder should have a fully equipped service centre and office at Guwahati and should be able to provide maintenance service within 3 working days from the receipt of complain through email fax etc in all the pump stations from PS1 Duliajan to PS10 Barauni Bidder must confirm this in their bid 3 Bidder should have the experience of successfully supplying commission
2. Output 6 1 Voltage 230 V AC Single phase 6 2 Frequency Free Running Mode Within 50 Hz 0 25 Hz 6 3 Frequency Synchronization Range Up to 50 Hz 5 6 4 Voltage Regulation Both Line and Load Less than 1 6 5 Output waveform Pure Sine wave 6 6 THDv Total Harmonic Distortion Less than 5 non linear load Crest Factor 3 1 or better higher Power Factor 0 9 or higher Overload Rating 110 for 10 minutes Both minimum Efficiency AC AC Inverter and Converter All Minimum 90 Transient Voltage Dip lt 3 Peak lt 3 of output Voltage Transient Recovery Within 3 Cycles Bypass Facility Both Static amp Manual Bypass 10 Protections Advanced protections for device safety backed with MCB and fast acting fuses high speed pulse blanking over voltage and under voltage 11 Load transfer 11 1 Inverter to Bypass amp Bypass to Inverter Page 6 of 17 of tender SGI5018P15 of 30 09 2014 Both lt 5ms 12 Display amp Indication The UPS should have a graphical LCD with backlight It should provide useful information about the UPS itself with the following display and indication nominally 12 1 Measurement Input voltage Input current Input Frequency Battery voltage amp Level in Output voltage Output current Battery Charging Discharging current Output Frequency Load Level in Internal DC Bus voltage Internal Temperature etc 12 2 UPS status Operating Mode Warning Fault Codes Fault
3. Control Board guidelines and Environment Protection Act 1986 Supplier should deposit proof of disposal done as per the guidelines and Act 6 Documentation Two sets of complete documentation including block diagram detail description of UPS system card level description component level circuit diagram of UPS system and electronic cards fault diagnosis procedure amp rectification will be provided by the manufacturer for each unit 7 Maintenance spares Suppliers to quote for the minimum required maintenance spares optionally which will not be considered for price comparison of the main UPS and purchase of which will be at OIL s discretion 8 Warranty Onsite warranty of minimum one year after installation and commissioning of UPS to be provided by the supplier 9 Annual Maintenance Contract Supplier to provide on site Comprehensive AMC services of the UPS after expiry of the warranty for a period of minimum 5 five years Charges of the comprehensive on site Annual Maintenance Contract of the UPS is to be quoted by the supplier which will be considered for price comparisons but for which a separate contract agreement will be entered into at the quoted rate after expiry of the watranty period 10 All materials supply Installation and Commissioning charges to be made at sites as mentioned above Supplier to quote freight charges Installation and Commissioning charges accordingly FKK k k k k k K k k k k k gt K k K oie 2K og
4. Meter Quality ISO 9001 Compliances to Standards General amp safety requirements for UPS used in operator access areas Ensure safety for the operator layman amp service persons that may come into contact with the equipment Compliance to IEC 62040 1 1 or its equivalent 20 2 UPS EMC requirements Ensure satisfactory functioning in its environment without introducing intolerable electromagnetic disturbances to other electronic devices in that environment Compliance to TEC 62040 2 or its equivalence 20 3 RoHS and WEEE Compliance to RoHS Page 7 of 17 of tender SGI5018P15 of 30 09 2014 and WEEE 21 100 meter of high quality armoured insulated copper cable of suitable capacity for connecting the two battery banks at each location at a distance of about 25 meter from the UPS is to be supplied along with the UPS 22 Supplier to buyback the existing UPS VINITEC make 3KVA UPS with 10 nos of SMF 26 AH batteries in each UPS along with the batteries and should submit their offer with buyback option Material Specification same as that in item no 10 above without the cable for battery mentioned in specification sl No 21 For Parallel Redundant Load Sharing Configuration with that of Item No 10 above for PUMP STATION 1 DULIAJAN PIN 786602 Supply of material at Pump Station 2 MORAN PIN 785669 having material specification same as that in item No 10 Material Specification same as that for item No 10 without the
5. Minimum Eleven Digit No e a a a e O O E A Ee Ee Eae Ee E SEE SeA AREER S Bank Name E E T E E AT Branch areae a T a E ESEE EE S EEDS Complete Address of your E E T A Bank r NEE ET ES T E vacate IFSC Code of your Bank a RTGS E E sted E EE E E TE b NEFT E I E E vests E E PAN E E A E E E E E E VAT Registration No E PE E E E E A TA E E CST Registration No E A E a A T Service Tax Registration No E A E E E E TE Provident Fund Registration EE EAEN E E A T 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 Registration Certificate 3 Service Tax Registration 4 CST Registration 5 Provident Registration Certificate 6 Cancelled cheque of the bank account mentioned above in original 7 Bank Statement not older than 15 days on the date of submission Page 17 of 17 of tender SG15018P15 of 30 09 2014
6. Pump Station SCADA through its e Procurement site under SINGLE STAGE COMPOSITE BID SYSTEM The general details of tender can be viewed by opening the eRFx Tender under RFx and Auctions The details of items tendered can be found in the Item Data and details uploaded under Technical RFX The bidding document is available in the Technical RFx gt External Area gt Tender Documents Standard Notes 1 0 The tender will be governed by General Terms amp Conditions for e Procurement as per Booklet No MM LOCAL E 01 2005 for E Procurement LCB Tenders 2 0 This Bidding document consists of Technical specifications and Quantity as per Annexure AAA Bid Rejection amp Bid Rejection Criteria as per Annexure BBB Technical bid check list as per Annexure EEE Page 2 of 17 of tender SGI5018P15 of 30 09 2014 Response sheet as per Annexure FFF and Bank Details as per Annexure GGG Vendor User Manual and LCB Doc Booklet revised have been uploaded separately in the Technical RFx gt External Area gt Tender Documents 3 0 The tender shall also be governed by the Bid Rejection amp Bid Evaluation Criteria given in enclosed Annexure BBB However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria as per Annexure BBB 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 BR
7. by Bidder Indicate Confirmed Indicate Not Confirmed Not Corresponding BEC TENDER REQUIREMENTS applicable age ref of bid Bidder to confirm that they have not taken any exception deviations to the bidding document Confirm that the product offered strictly conform to the technical specifications Confirm that the Offer has been made with Bid Security along with the offer Confirm unconditional validity of the bid for 120 days from the date of opening of techno commercial bid Confirm that the prices offered are firm Conditional offer will be liable for rejection Confirm that all relevant fields in the on line biding format been filled in by the bidders for the items quoted by them Confirm that the price bid is in conformity with OIL s online bidding format documents are digitally signed using digital signatures issued by an acceptable Certifying Authority CA as per Indian IT Act 2000 CONFIRM THAT YOU HAVE SHALL SUBMIT PERFORMANCE BANK GUARANTEE AS PER bidding document IN THE EVENT OF PLACEMENT OF ORDER ON YOU Page 15 of 17 of tender SGI5018P15 of 30 09 2014 Annexure FFF Bidders Response Sheet x 1 Name of Bidder 2 Place of Despatch Ex Works 3 gt prices quoted prices Make of quoted Product Offered Validity of Bid from Bid Closing Date 7 Delivery Period in days weeks months from placement of order Complied to Standard Payment Terms of OIL or not Please refe
8. cable for battery mentioned in specification sl No 21 For Parallel Redundant Load Sharing Configuration with that of Item No 30 above for PUMP STATION 2 MORAN PIN 785669 Supply of material at Pump Station 3 JORHAT PIN 785010 having material specification same as that in item No 10 Material Specification same as that in item No 10 without the cable for battery mentioned in specification sl No 21 For Parallel Redundant Load Sharing Configuration with that of Item No 50 above for PUMP STATION 3 JORHAT PIN 785010 Supply of material at Pump Station 4 SEKONI PIN 782136 having material specification same as that in item No 10 Material Specification same as that in item No 10 without the cable for battery mentioned in specification sl No 21 For Parallel Redundant Load Sharing Configuration with that of Item No 70 above PUMP STATION 4 SEKONI PIN 782136 Supply of material at Pump Station 5 GUWAHATI PIN 781171 having material specification same as that in item No 10 Material Specification same as that in item No 10 without the cable for battery mentioned in specification sl No 21 For Parallel Redundant Load Sharing Configuration with that of Item No 90 above for PUMP STATION 5 GUWAHATI PIN 781171 Supply of material at Pump Station 6 BONGAIGAON PIN 783380 having material specification same as that in item No 10 Material Specification same as that in item No 10 without the cable for battery me
9. for evaluation of the offers These charges should include amongst others to and fro fares boarding lodging local transport and other expenses of supplier s commissioning personnel during their stay at the site In case Installation amp commissioning charge is different for different sites to quote site wise separately Bidders must categorically indicate the Pre despatch Inspection charges testing charges Installation amp Commissioning charges amp Training charges in their offers as mentioned in Price format in Appendix I above and must confirm about providing the same in their bids In case Pre despatch Inspection charges testing charges Installation amp Commissioning charges and training charges are NIL inclusive bidder must categorically mention the same in their offer Please note that if these charges are not quoted separately it will be considered as inclusive In case you mention that these charges are extra and donot quote these charges separately your offer will be considered as incomplete and will be rejected All materials pre despatch inspection testing Installation amp Commissioning and Training to be procured from same source FKK kk k K k K k k 2 K ok Page 14 of 17 of tender SGI5018P15 of 30 09 2014 Tender No SGI5018 P15 dated 30 09 2014 Annexure EEE Matrix for Technical amp Commercial Evaluation Note Only Grey coloured boxes are to be filled by the bidder Name of Bidder Compliance
10. B Packing and Forwarding Charges C Total Ex works value A B D Excise Duty including Cess Please indicate applicable rate of Duty E Total Ex works value including Excise Duty amp Cess C D E Sales Tax Please indicate applicable rate of Tax G Total FOR Despatching station value E F H Transportation charges to sites Lumpsum 1 Transit Insurance Charges J Inter State Entry tax K Total FOR Destination value G H I J L Pre despatch inspection and testing Charges Lumpsum M Total Installation and Commissioning charges Lumpsum item nos 210 to 300 and 320 of Annexure AAA N Service tax on Commissioning charges if any please indicate the percentage O Training Charges Lumpsum P Service tax on Training charges if any please indicate the percentage Q Buy Back Price of old Batteries inclusive of taxes Presently there are 20 nos of VINITEC make 3KVA UPS with 10 nos of SMF 26 AH batteries in each UPS R AMC charges Lumpsum S Service Tax on AMC Charges please indicate the percentage T Total Value for evaluation of offer K L M N 0O P R S Q Page 13 of 17 of tender SGI5018P15 of 30 09 2014 U V W 1 0 2 0 3 0 Total value in words Gross Weight Gross Volume Pre despatch Inspection charges and testing charges Installation amp Commissioning charge and Training Charges must be quoted separately not to include in materials cost which shall be considered
11. C shall prevail 4 0 Bidder are advised to fill up the Technical bid check list Annexure EEE Response sheet Annexure FFF and Bank Details Annexure GGG given in the bidding document uploaded in Technical RFx gt External Area gt Tender Documents The above filled up documents to be uploaded in the Technical RFX Response 5 0 Please do refer the User Manual provided on the portal on the procedure How to create Response for submitting offer 6 0 Bidders shall prepare and shall upload 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 Bid shall contain all technical and commercial details Details of prices as per price format in Appendix I to be uploaded as attachment in the Attachment Tab Notes and Attachments 6 1 A screen shot in this regard is given below Any offer not complying with above submission procedure will be rejected as per Bid Rejection Criteria mentioned in the tender Display RFx Response tit Print Preview Technical RFR Go to this Tab Technical RFx gt fak Response for Uploading Techno RFx Response Number 60006452 RFx Number TEST2 commercial Bid RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx RI tems f Notes and Attachments i a Event Parameters Currency Indian Rupee Detailed Price Information Price with Conditions Go to this Tab N
12. OIL INDIA LIMITED A Government of India Enterprise P O Udayan Vihar 781171 Guwahati Assam India A OIL INDIA LIMITED invites Indigenous Competitive Bid under single stage composite bid system through its e Procurement portal httos etender srm oilindia in ir portal for the following item e Tender no amp Material Description Bid Closing date SGI5018P15 Procurement Installation amp Commissioning and Training of 5KVA BC date UPS for Pump Station SCADA 20 11 2014 Application showing full address e mail address with tender fee Non refundable of Rs 1000 00 only Excepting PSUs and SSI units registered with NSIC in favour of M s Oil India Limited and payable at Guwahati is to be sent to Chief Materials Manager PL Oil India Limited P O Udayan Vihar Assam 781171 only between 10 10 2014 and one week prior to bid closing date The envelope containing the application for participation should clearly indicate Request for participation for easy identification and timely issue of authorization No physical tender documents will be provided 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 Bidders who are already having vendor code user Id are advised to log in using user Id amp password and register against the respective e tender and indicate the same while makin
13. PS and batteries by OIL personnel before dispatch and inform at least two weeks in advance 4 Training Supplier has to give training as detailed below i During installation at each site minimum half day training to the OIL personnel of the site Pump Station on Operation and Maintenance of the UPS to be supplied ii Minimum one day class room training at each of these Base Stations viz PS3 Jorhat Assam PHQ Guwahati Assam and PS8 Sonapur West Bengal and at Pump Station PS1 Duliajan Assam explaining full operation logic operating and maintenance procedures of the UPS to be supplied by competent personnel s of the supplier OEM at mutually agreeable dates OIL will provide only the class room facility for this 5 Buyback of old UPS and batteries for Pumpstation 1 to Pumpstation 10 except Tengakhat Pump Station as mentioned in item no 310 above Presently there are 20 nos of VINITEC make 3KVA UPS with 10 nos of SMF 26 AH batteries in each UPS They are at different locations Pump station from Duliajan in Assam to Barauni in Bihar Supplier to buyback the existing UPS from different locations along with the batteries and should submit their offer with buyback option Parties have to make their own arrangement of dismantling and collection of the old UPS and batteries from the respective locations after installation of the new one Supplier to make their own arrangement for disposal of the old batteries following Pollution
14. ained from the licensed Certifying Authorities operating under the Root Certifying Authority of India RCAJ Controller of Certifying Authorities CCA of India The bid signed using other than Class 3 digital certificate will be rejected Page 11 of 17 of tender SGI5018P15 of 30 09 2014 vi The User ID amp Password are not transferable Bids submitted by parties to whom the User ID amp Password was not issued by the Company will be rejected vii Conditional offers will be rejected viii Bids received in any form or media other than through OIL s e Procurement portal will not be accepted ix Bid documents uploaded in the e Procurement Portal shall be typed written and scanned clearly and contain no inter lineation erasures or overwriting except as necessary to correct errors made by bidder in which case such corrections must be initialed by the person s signing the bid Any bid not meeting this requirement shall be rejected x Bidder must accept and comply with the following clauses as given in the Bidding document in toto failing which offer will be rejected Performance Bank Guarantee clause Force Majeure Clause Tax Liabilities clause Arbitration clause Liquidated damage clause can oP C GENERAL i Incase bidder takes exception to any clause of Bidding Document not covered under BEC BRCG then the Company has the discretion to load or reject the offer on account of such exception if the bidder does not withdra
15. ame as that in item No 10 Material Specification same as that in item No 10 without the cable for battery mentioned in specification sl No 21 For Parallel Redundant Load Sharing Configuration with that of Item No 190 above for PUMP STATION 10 BARAUNI BIHAR PIN 851114 Installation and Commissioning at PS 1 DULIAJAN ASSAM PIN 786602 and dismantling of old UPS and batteries from site Installation and Commissioning at PS 2 MORAN ASSAM PIN 785669 and dismantling of old UPS and batteries from site Installation and Commissioning at PS 3 JORHAT ASSAM PIN 785010 and dismantling of old UPS and batteries from site Installation and Commissioning at PS 4 SEKONI ASSAM PIN 782136 and dismantling of old UPS and batteries from site Installation and Commissioning at PS 5 GUWAHATI ASSAM PIN 781171 and dismantling of old UPS and batteries from site Installation and Commissioning at PS 6 BONGAIGAON and OIL s Terminal at BRPL ASSAM and dismantling of old UPS and batteries from site Installation and Commissioning at PS 7 MADARIHAT WEST BENGAL PIN 735220 and dismantling of old UPS and batteries from site Installation and Commissioning at PS 8 SONAPUR WEST BENGAL PIN 733202 and dismantling of old UPS and batteries from site Installation and Commissioning at PS 9 DUMAR BIHAR PIN 854104 and dismantling of old UPS and batteries from site Installation and Commissioning at PS 10 BARAUNI BIHAR PIN 851114 and dismantling o
16. dding document mentioned in the tender 9 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 Chief Material Manager Oil India Limited Pipeline Headquarter P O Udayan Vihar Guwahati 781171 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 Page 4 of 17 of tender SGI5018P15 of 30 09 2014 All documents submitted in physical form should be signed on all pages by the authorised signatory of the bidder and to be submitted in triplicate 10 0 Bidders are requested to examine all instructions forms terms and specifications in the bid Failure to furnish all information required as per the bidding document or submission of offers not substantially responsive to the bidding document in every respect will be at the bidders risk and may result in rejection of its offer without seeking any clarifications 11 0 Bidders must ensure that their bid is uploaded in the system before the Bid 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
17. f old UPS and batteries from site Material specification same as that for Item No 10 except buyback as mentioned in serial no 22 and except that battery Capacity should be for a back up time of 4 Four hours each and warranty for the supplied batteries should be 3 three years The two units are for Parallel Redundant Load Sharing Configuration Station Dibrugarh district Assam Page 9 of 17 of tender SGI5018P15 of 30 09 2014 PIN 786103 eE Sa Installation and Commissioning at Tengakhat Pump 1 AU Station Dibrugarh district Assam PIN 786103 NOTE 1 Installation and commissioning Supplier has to install and commission the UPS and batteries at all the required places namely PS1 Duliajan Assam PS2 Moran Assam PS3 Jorhat Assam PS4 Sekoni Assam PS5 Guwahati Assam PS6 Bongaigoan Assam PS7 Madarihat West Bengal PS8 Sonapur West Bengal PS9 Dumar Bihar PS10 Barauni Bihar and Tengakhat Assam All materials required for installation of UPS and batteries to be provided by the supplier including proper armoured cable for batteries which may have to be installed at an average of 25 meters away from the UPS units 2 Test Certificates from government recognised testing agency should be submitted for the quoted product confirming the technical specification parameters 3 Pre Despatch Inspection and Testing Supplier will provide facility for inspection amp testing of U
18. 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 Yours Faithfully Sd P THAKURIA DEPUTY MANAGER MATERIALS PL FOR CHIEF MANAGER MATERIALS PL FOR GENERAL MANAGER PLS Page 5 of 17 of tender SGI5018P15 of 30 09 2014 ANNEXURE AAA Item Material Description amp Material code No Supply of material at Pump Station 1 Duliajan Pin 786602 having the following material specification Material code 0C000627 Technical Specification of 5KVA 4 5 KW UPS System 1 Capacity Min 5 KVA 45KW 0 9 p f 2 Technology True On Line Double Conversion UPS with PWM IGBT technology UPS should have both IGBT based Rectifier and IGBT based Inverter 3 Configuration To operate in Parallel Redundant Load Sharing configuration Also to be able to operate as in stand alone mode configuration 4 Input 4 1 Phase Single Phase with Ground L N G 4 2 Voltage Range 180 275 V AC Single Phase 4 3 Frequency 50 Hz 10 4 4 Power Factor 0 9 or higher 4 5 THDi Input Current Distortion lt 5 with full load 5 0 Galvanic Isolation Isolation Transformer for providing galvanic isolation between input amp output The isolation transformer should be inbuilt and placed within the UPS cabinet itself External transformer shall not be considered 6
19. g application along with tender fee for participation Details of bidding document can be viewed using Guest Login provided in the e procurement portal The link to e procurement portal has been provided through OIL s website www oil india com B CORRIGENDUM Bid Closing Date against E tender no SGI4028P15 for procurement of stiff telescopic boom truck mounted hydraulic full slewing crane with hydraulically operated winch has been extended upto 13 11 2014 upto 11 00 hrs Application for issue of user id and password will be accepted upto 07 11 2014 upto 15 30 hrs Some changes have been made in the bidding document details available in Amendment to tender document in OIL s e procurement portal All other terms and conditions of the e tender shall remain unchanged Page 1 of 17 of tender SGI5018P15 of 30 09 2014 OIL INDIA LIMITED E A Government of India Enterprises PO Udayan Vihar 781171 Assam India TELEPHONE NO 91 361 2643685 688 FAX NO 91 361 2643686 Email panchali oilindia in erp_mm oilindia in FORWARDING LETTER Tender No amp Date SGI5018P15 dated 30 09 2014 Tender Fee Rs 1 000 00 Bid Security Amount Rs 26 400 00 Bidding Type SINGLE STAGE COMPOSITE BID SYSTEM Bid Closing on As mentioned in the Basic Data of e portal Bid Opening on do Performance Guarantee Applicable Integrity Pact Applicable OIL invites Bids for Supply Installation and Commissioning of 5KVA UPS for
20. idding document or MM LOCAL E 01 2005 elsewhere those in the BRC BEC shall prevail iv To ascertain the inter se ranking the comparison of the responsive bids will be made as per price format given in Appendix I Page 12 of 17 of tender SGI5018P15 of 30 09 2014 Appendix I Bidders are required to submit the summary of the prices in their commercial bids as per bid format Summary given below Priced Bid Format SUMMARY Sl Material Description amp Material code No Unit Unit Total No Price Price 1 Cost of 5 KVA 4 5 KW UPS System without the cable for battery mentioned in specification sl No 21 Details as in technical specification of item no 10 in Annexure AAA Cost of 5 KVA 4 5 KW UPS System without the cable for 2 battery mentioned in specification sl No 21 Details as in technical specification Item no 310 in Annexure AAA 3 100 meter of high quality armoured insulated copper cable of suitable capacity for connecting the two battery banks at each location at a distance of about 25 meter from the UPS is to be supplied along with the UPS 4 Installation and Commissioning charges including dismantling and collection of the old UPS and batteries from the respective locations as mentioned in Item nos 210 to 300 of Annexure AAAabove Installation and Commissioning charges as mentioned in Item no 1 320 in Annexure AAA above A Total material value as in Serial no 1 2 and 3 above
21. ing and maintaining at least 5 nos of UPS systems in a single order of at least 3K VA or above within the last seven years from Bid Closing Date of this bidding document 4 Bidder must undertake and confirm from OEM that provisioning of spares and maintenance service should be available for at least next 7 years 5 Manufacture of the UPS should be in accordance to international quality standard ISO 9000 series of standard for which the manufacturer should be duly certified under ISO 9001 quality certification 6 Test Certificates from government recognised testing agency should be submitted for the quoted product confirming the technical specification parameters B COMMERCIAL i The Bidder shall furnish requisite Bid Security by way of a Bank Guarantee Bank Draft in the manner and as specified in Section Bid Security which shall be furnished along with the Bid Any bid not accompanied by a proper bid security will be rejected ii Validity of the bid shall be minimum 120 days from the Bid Closing Date otherwise the bid shall be rejected iii The prices offered will have to be firm through delivery and not subject to variation on any account A bid submitted with an adjustable price will be treated as non responsive and rejected iv Bids received after the bid closing date and time will be rejected v All the Bids must be Digitally Signed using Class 3 digital certificate e commerce application as per Indian IT Act obt
22. le order of value not less than Rs 7 92 Lakhs for supply of similar items during last 3 years ii Annual turnover of the firm in any of the last 3 financial years or current financial year should not be less than Rs 26 40 Lakhs 8 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 Guwahati is to be sent to Chief Material Manager Oil India Limited Pipeline Headquarter P O Udayan Vihar Guwahati 781171 Application shall be accepted only upto 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 e Procurement portal No physical tender documents will be provided Details of bidding document 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 PSUs and SSI units are provided bidding 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 bi
23. ntioned in specification sl No 21 For Parallel Redundant Load Sharing Configuration with that of Item No 110 above for PUMP STATION 6 BONGAIGAON PIN 783380 Supply of material at Pump Station 7 MADARIHAT WEST BENGAL PIN 735220 having material specification same as that in item No 10 Material Specification same as that in item No 10 without the cable for battery mentioned in specification sl No 21 For Parallel Redundant Load Sharing Configuration with that of Item No 130 above for PUMP STATION 7 MADARIHAT WEST BENGAL Page 8 of 17 of tender SGI5018P15 of 30 09 2014 PIN 735220 Supply of material at Pump Station 8 SONAPUR WEST BENGAL PIN 733202 having material specification same as that in item No 10 Material Specification same as that in item No 10 without the cable for battery mentioned in specification sl No 21 For Parallel Redundant Load Sharing Configuration with that of Item No 150 above for PUMP STATION 8 SONAPUR WEST BENGAL PIN 733202 Supply of material at Pump Station 9 DUMAR BIHAR PIN 854104 having material specification same as that in item No 10 Material Specification same as that in item No 10 without the cable for battery mentioned in specification sl No 21 For Parallel Redundant Load Sharing Configuration with that of Item No 170 above for PUMP STATION 9 DUMAR BIHAR PIN 854104 Supply of material at Pump Station 10 BARAUNI BIHAR PIN 851114 having material specification s
24. otes and Service and Delive Incoter Attachments for Uploading Status and Statist Terms of Payment 9010 90 against despatch 10 after req Priced Bid files Created Created B Last Processed O Last Processed B Function Number Name Valid fr GJ 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 Page 3 of 17 of tender SGI5018P15 of 30 09 2014 Edit RFx Response Submit Read Only Print Preview Check TeclinigalRFx Response Close Save Bid on EDIT Mode Be RFx Response Number 60006452 RFx Number TEST2 Status Withdrawn Submission Deadline 13 04 2013 11 00 00 INDIA RFx Owner WIPRO_TEST1 Total Value 0 00 INR Response Version Number 2 RFx Version Number 5 5 Area for uploading Priced _ Bid Sign Attachment Add Attachment Edit Description Versioning Delete Create Qu Assigned To Category Description File Name Version Processor Checkec A The table does not contain any data 7 0 General Qualification Criteria In addition to the General BRC BEC following criteria on Bidders Experience and their financial capabilities shall be considered documentary evidence to be provided along with the bid in Technical RFx gt External Area gt Tender Documents as on the Bid Closing Date i Successful execution of a sing
25. r to clause 23 2 of LCB Doc Booklet Confirm that the Bid Security submitted In case of Bank Guarantee is in toto as per format provided in the bidding document Bid Security if Not submitted reasons thereof Z uj gt 11 12 Whether you shall submit Performance Security in the event of placement of order on you 3 Whether submitted documents in support of General qualification criteria of bidding document 4 If bidder is Small scale unit whether you have quoted your own product 15 If bidder is Small scale unit whether you are owned by SC ST entrepreneur O Po 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 sd Page 16 of 17 of tender SGI5018P15 of 30 09 2014 ANNEXURE GGG TO BE FILLED UP BY ALL THE VENDOR IN THEIR OWN LETER HEAD ALL FIELDS ARE MANDATORY Tender No Ss eLaladera gio bd hie Sau cehe T au uaeeed ae Mane Aeee PANNE awe vee O Name of Beneficiary SMS sscatedes a liatete A bes vanteds SESE E EEEN Vendor Code EEE E dds soos sasabensaade din de o oe ok wade da Dob teed bua TETT Address obdsadacilas saseusa Seasaseca lees bevels EEPE EE Phone No Land Line Ee rA nedoadadesdaudeacasneresdiscsodesess ENEE dese S SEEE be doudducsaneceaes Mobile No EERE AT A TEAREN A T E mail address EREET AE S E E AEA EA TS Bank Account No
26. s amp Warnings Normal Mode Load on Bypass mode etc 12 3 UPS Setting Output Voltage Frequency Bypass Enable Disable etc 13 Audible Alarm Mains Failure alarm Low Battery alarm UPS Warning Overload Fault amp Bypass mode etc 14 1 Enclosure IP and material IP21 or higher Material of enclosure is to be steel 14 2 Enclosure size Size should nominally be smaller than the existing UPS which is 660 H X 360 W X 1030 D in mm 15 Communication Network Connectivity Should have SNMP hardware and software connectivity facility for remote monitoring administration and management of UPS systems 16 Battery brand The battery should be a reputed brand having IS09001 2008 amp ISO 14001 2004 Certifications for quality amp environment 16 1 Battery Type amp Capacity 12 V VRLA Sealed Maintenance Free Batteries of requisite capacity to provide back up time of minimum 30 min at full load Capacity calculation for 30 min back up time should be shown in details 16 2 Batteries Warranty 2 Years minimum 16 3 Battery Rack Rack of proper size and material is to be provided Size of rack which will be suitable for the individual site should be confirmed from customer before supply of the same 17 Cold Start Feature Should allow UPS to start on Batteries without utility input 18 Environment 18 1 Ambient Operating Temperature 0 to 40 deg C 18 2 Relative Humidity 5 90 RH 18 3 Audible Noise lt 65 dB 1
27. the offer shall be rejected 12 0 Bid must be submitted electronically only through OIL s e procurement portal Bid submitted in any other form will be rejected All the Bids must be Digitally Signed using Class 3 digital certificate 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 digital certificate will be rejected 13 0 Any sum of money due and payable to the contractor including Security Deposit refundable to them under this or any other contract may be appropriated by Oil India Limited and set off against any claim of Oil India Limited or such other person or persons 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 14 0 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 15 0 To ascertain the substantial responsiveness of the bid OIL reserves the right to ask the bidder
28. w modify the deviation when as advised by the Company The loading so done by the Company will be final and binding on the Bidders No deviation will however be accepted in the clauses covered under BRC ii In case any of the clauses in the BRC contradict with other clauses of Bidding Document elsewhere then the clauses in the BRC will prevail iii Any exceptions deviations to the Bidding Document and applicable statutory duties and levies must be spelt out by bidder in their bid only iv The originals of such documents furnished by bidder s shall have to be produced by bidder s to OIL as and when asked for 2 0 BID EVALUATION CRITERIA BEC i The bids confirming to the technical specifications terms and conditions stipulated in the bidding documents and considered to be responsive after subjecting to Bid Rejection Criteria will be considered for further evaluation as per the Bid Evaluation Criteria ii 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 iii 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 B
Download Pdf Manuals
Related Search
Related Contents
Acer Aspire 571G-53238G50Makk firebird Wholehog Translation Guide 1.安全のために必ず守ること 2.外形寸法 Samsung RFG297AAWP User's Manual AKG K 910 Das iPad im Schulmusikunterricht View - Music Marketing Copyright © All rights reserved.
Failed to retrieve file