Home

SDI5364P15 - Oil India Limited

image

Contents

1. 20 Legend LT POWER PANEL in appropriate size must be provided at the top centre of the panel 21 Each of the outgoing feeders must have Earth Leakage Protection with separate CBCT amp ELR EL current Range 0 1A adjustable in preferred steps of 50 100mA Trip Time Range 0 1s adjustable in preferred steps of 50 100ms 22 All outgoing MCCB feeders should have Pad locking arrangement for safety amp sealing purposes B TECHNICAL SPECIFICATIONS OF LT PANEL I THE PANEL SHOULD HAVE THREE DISTINCT SECTIONS AS BELOW 1 Incomer amp Bus coupler section consisting of 4 nos 1000A LT ACBs complete with all controls protection and metering These LT ACBs will be used as a LT Incomer 1 from Station Transformer 1 b LT Bus Coupler c LT Incomer 2 from Station Transformer 2 d LT Incomer 3 from Emergency DG Set 2 Outgoing feeder section 1 on the left side of incomer section This will consists of total 10 nos draw out type outgoing MCCB feeders Outgoing feeders shall be a 315A MCCB feeder 2 nos b 160A MCCB feeder 2 nos c 63 A MCCB Feeder 6 nos 3 Outgoing feeder section 2 on the right side of incomer section This will consists of total 10 nos draw out type outgoing MCCB feeders Outgoing feeders shall be a 315A MCCB feeder 2 nos b 160A MCCB feeder 2 nos c 63 A MCCB Feeder 6 nos ID INCOMERS amp BUS COUPLER Four nos 1000 Amps 4 pole 415V Ue 600V Ui 65 kA or above breaki
2. 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 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
3. VID INDICATION LAMPS Suitably Coloured LED indication lamps to be provided for the indication of power availability Red Yellow Blue ACB and MCCB status ON OFF TRIP Spring Charge Test amp Service etc in all incomer and outgoing feeders as per standard requirement Designation name plate for identification of all individual indication lamps shall also be provided Make of LED indication lamp Binay Teknic Siemens ESBEE VID PANEL WIRING 1 All internal wiring and cabling inside the panels should be done with 1 1 KV grade fire retardant PVC insulated tinned copper multi stranded flexible cables with proper lugs All wires and cable should have proper ferrule numbers for easy identification 2 Ring lugs should be used at all critical connections such as CT connections No more than two wires or lugs may be attached under any one screw All control amp CT wiring should be terminated on suitable TBs All terminal strips to have minimum 2 nos spare terminals to accommodate any modification required during commissioning operation All terminal strips should be accessible for testing and troubleshooting maintenance 3 All control wiring inside the panels should be done with single core flame retardant multi stranded flexible copper PVC insulated 1100 V wire 1 5 mm2 for potential circuits and 2 5 mm2 for current circuits Control wires should be properly identified with ferrule numbers and suitably terminated with proper siz
4. USER_ID and initial PASSWORD will be communicated to the bidder through e mail and will be allowed to participate in the tender through OIL s e Procurement portal No physical tender documents will be provided Details of NIT can be viewed using Guest Login provided in the e Procurement portal The link to e Procurement portal has been also provided through OIL s web site www oil india com NOTE Tender Fee may also be paid online upto one week prior to the bid closing date or as amended in e portal OIL INDIA LIMITED A Government of India Enterprises PO Duliajan 786602 Assam India TELEPHONE NO 91 374 2808719 FAX NO 91 374 2800533 Email ranjanbarman oilindia in erp_mm oilindia in FORWARDING LETTER Tender No SDI5364P15 DT 12 11 2014 Tender Fee Rs 1 000 00 Bid Security Amount Rs 25 000 00 Bidding Type SINGLE STAGE COMPOSITE BID SYSTEM Bid Closing on As mentioned in the e portal Bid Opening on do Performance Security Applicable Integrity Pact Not Applicable OIL invites Bids for Supply Installation and Commissioning of LT PANEL at OIL MORAN through its e Procurement site under SINGLE STAGE COMPOSITE BID SYSTEM The bidding documents and other terms and conditions are available at Booklet No MM LOCAL E 01 2005 for E Procurement LCB Tenders The prescribed Bid Forms for submission of bids are available in the Technical RFx gt External Area gt Tender Documents The general
5. amp commissioning similar works minimum one panel with any State Govt Central Govt PSUs in last three years as on bid closing date Similar works means fabrication manufacturing of LT HT electrical panels with minimum 4 nos 1000A or higher rated ACB VCB as incomer outgoing feeders along with other panel components testing of LT HT electrical panels as per relevant Indian International Standard and installation amp commissioning of LT HT panels As documentary evidences in support of experience credential bidder have to submit purchase order with invoice along with detailed scope of work and completion certificate Page 7 of 8 B 1 Bidder should submit following drawings for evaluation of the bid i Detailed electrical schematic diagram of the panel ii Tentative assembly drawing showing different compartments sections etc along with dimensions 2 Bidder should submit a complete bill of quantity for various items components considered for manufacturing the panel indicating make and model of the items 3 Copy of Electrical Supervising License of the electrical supervisor to be deputed for commissioning works at site shall be submitted along with the bid 4 Bid will be evaluated considering both material price together with price of installation amp commissioning quoted by the bidder XIII DRAWINGS a To be submitted within 30 days after issuance of purchase order The successful bidde
6. and applicable Indian Standard shall be carried out in presence of OIL s Engineer at manufacturer s works 2 The Supplier shall give intimation to OIL at least 15 days in advance prior to commencement of the tests so that OIL can depute representative for witnessing tests in time 3 Panel should be despatched only after the written clearance from OIL after the inspection amp testing of the panel at the manufacturer s works 4 Materials equipments failed to conform to the specifications during testing OIL s representatives shall have the right to reject the materials and in that case the supplier will either replace the rejected materials or make alterations necessary to meet specifications requirements free of cost XII Special Terms and Conditions A 1 Offer should be complete in all respect to meet the technical specifications as per NIT 2 List of deviations from NIT specifications taken by the bidder in the offer if any along with justifications shall be provided by the bidder 3 Bid shall be complete with supply and installation amp commissioning of the panel Bids only for supply of the panel will not be considered for evaluation 4 The Bidder should be an electrical panel manufacturer or authorized dealer of reputed panel manufacturer Authorized dealer have to submit copy of valid dealership certificate along with the bid 5 Experience Credential Bidder should have experience of supplying and successfully erecting
7. details of tender can be viewed by opening the RFx Tender under RFx and Auctions The details of items tendered can be The tender will be governed by a b c d e General Terms amp Conditions for e Procurement as per Booklet No MM LOCAL E 01 2005 for E Procurement LCB Tenders Technical specifications and Quantity as per Annexure 1A The prescribed Bid Forms for submission of bids are available in the Technical RFx gt External Area gt Tender Documents In the event of receipt of only a single offer against the tender within B C date OIL reserves the right to extend the B C date as deemed fit by the Company During the extended period the bidders who have already submitted the bids on or before the original B C date shall not be permitted to revise their quotation Any sum of money due and payable to the contractor including Security Deposit refundable to them under this or any other contract may be appropriated by Oil India Limited and set off against any claim of Oil India Limited or such other person or persons contracting through Oil India Limited for payment of sum of money arising out of this Page 1 of 3 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 ex
8. per rating of individual cubicle switch To suit the stringent site conditions the bus bar system must be designed with generous clearance between phases than specified in the standards Adequate non hygroscopic insulating sheet barriers between the bus chambers and feeders must be provided 5 The manufacturer of the panel must have CPRI test certificate and temperature rise certificate for bus bar fault level of 70kA A copy of the CPRI test certificate shall be enclosed with the offer IV OUTGOING FEEDERS 1 4 nos of 315Amps Four Pole TPN draw out type MCCB with breaking capacity minimum 50 kA with adjustable OL protection from 0 4 X In Out of these four feeders two nos shall be on the Outgoing feeder section 1 On the left side of the incomer section and other two nos shall be on the Outgoing feeder section 2 On the right side of the incomer section All these MCCB feeders shall have following protections 1 Short Circuit protection 4In to 10In ii Adjustable overload OL protection from 0 4xIn amp earth fault EF protection through inbuilt electronic trip unit in MCCB iii Earth leakage protection through separate CBCT amp ELR EL current Range 30mA 1A adjustable in preferred steps of 50 100mA Trip Time Range 0 1s adjustable in preferred steps of 50 100ms The relay must have indication LEDs test push button and reset push button and shall be duly wired up to trip MCCB in case of earth leakage 2 4 nos of
9. switch on all the 3 nos ACB incomer panels complete with required CTs Make AE Secure Rishabh Meter Size 96mm X 96mm Accuracy 0 5 Current range 0 1000A Total Qty 03 nos 3 Panel mounted 3 phase 4 wire digital Multifunction meter having features of reading maximum minimum and average value suitable for balanced unbalanced load with LCD Back Lit display amp with minimum 3 line simultaneous display to be provided on all the 3 nos ACB incomer panels to measure minimum following parameters i Active Reactive Apparent Power ii Active Reactive Apparent Energy ii1 Frequency iv Line Current v Power Factor vi Phase Voltage Page 50f8 vi THD Model Meter should be equivalent better than Model RISH Master 3480 3 110 D R D 2 of Rishabh Instruments Pvt Ltd Nashik India Make Rishabh Schneider AE Minimum Display Size 96mm X 96mm Display Type Graphical LCD Display having Resolution Minimum 320 x 240 Accuracy Voltage Current Active Power Re Active Power Active Energy KWh Re Active Energy KVARh Apparent Energy kV Ah 0 5 of range Frequency 0 15 Power factor 1 of Unity THD 1 Total Qty 03 nos 4 Digital Ammeter on all the 315A outgoing feeders Make AE Secure Rishabh Schneider or equivalent Accuracy 0 5 Resolution Minimum 0 1 Ampere Total Qty 04 nos Make AE Secure Rishabh Schneider
10. the bid in every respect will be at the bidders risk and may result in rejection of its offer without seeking any clarifications 5 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 6 0Bid must be submitted electronically only through OIL s e procurement portal Bid submitted in any other form will be rejected 7 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 is NOTE 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 MATERIALAS ID FOR HEAD MATERIALS Page 3 of 3 Tender No SDI5364P15 DT 12 11 2014 Annexure CCC BID REJECTION CRITERIA BRC BID EVALUATION CRITERIA BEC The following BRC BEC will govern the evaluation of the b
11. 160Amps Four Pole TPN draw out type MCCB with breaking capacity minimum 50 kA with adjustable OL protection from 0 4 X In as outgoing feeders for the following Out of these four feeders two nos shall be on the Outgoing feeder section 1 On the left side of the incomer section and other two nos shall be on the Outgoing feeder section 2 On the right side of the incomer section Page 3 of 8 All these MCCB feeders shall have following protections 1 Short Circuit protection 4In to 10In ii Adjustable OL protection from 0 4xIn amp EF protection through inbuilt electronic trip unit in MCCB iii Earth leakage protection through separate CBCT amp ELR EL current Range 30mA 1A adjustable in preferred steps of 50 100mA Trip Time Range 0 1s adjustable in preferred steps of 50 100ms The relay must have indication LEDs test push button and reset push button and shall be duly wired up to trip MCCB in case of earth leakage 3 12 nos of 63 Amps TPN draw out type MCCB with breaking capacity minimum 36 kA with adjustable OL protection from 0 4 X In as outgoing feeders for the followings Out of these twelve feeders six nos shall be on the Outgoing feeder section 1 On the left side of the incomer section and other six nos shall be on the Outgoing feeder section 2 On the right side of the incomer section All the MCCB feeders shall have following protections 1 Short Circuit protection 4In to 10In ii Adj
12. Annexure I OIL INDIA LIMITED A Government of India Enterprise P O Duliajan 786602 Assam India FAX 91 0374 2800533 E mail material oilindia in A OIL INDIA LIMITED invites Indigenous Competitive Bid e tenders through its e Procurement portal https etender srm oilindia in irj portal for following e tender E Tender No B C Date Material Description amp Quantity SUPPLY OF PRESSURE SDI5263P15 DT 04 11 2014 08 01 2015 CALIBRATOR SOLDERING IRON SINGLE STAGE COMPOSITE BID SYSTEM tas STATION PRECISION STANDARD GAUGE SDISDI5363P15 DT 12 11 2014 SINGLE STAGE COMPOSITE BID SYSTEM 08012015 TRANSFORMER 3 NOS SDI5364P15 DT 12 11 2014 SINGLE STAGE COMPOSITE BID SYSTEM 08 01 2015 LT PANEL 01 NOS SD15362P15 DT 12 11 2014 SINGLE STAGE TWO BID SYSTEM 08 01 2015 11 KV VCB PANEL 05 NOS Application showing full address email address with Tender Fee Non refundable of Rs 1 000 00 Excepting PSUs and SSI units registered with NSIC in favour of M s Oil India Limited and payable at Duliajan is to be sent to Head Materials Oil India Limited P O Duliajan Assam 786602 Application shall be accepted_one week prior to Bid Closing date The envelope containing the application for participation should clearly indicate REQUEST FOR ISSUE OF USER ID AND PASSWORD FOR E TENDER NO for easy identification and timely issue of user ID and password On receipt of requisite tender fee
13. Draft Cashier cheque in favour of OIL The Bid Security may be submitted manually in sealed envelope superscribed with Tender no and Bid Closing date to Head Materials Materials Department Oil India Limited Duliajan 786602 Assam on or before the Bid Closing Date and Time mentioned in the Tender The Bank Guarantee towards Bid Security shall be valid for 10 months from Bid closing date i e upto 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 Page 1 of 3 ii iii iv v vi vii vii 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 bi
14. 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 Please note that all tender forms and supporting documents are to be submitted through OIL s e Procurement site only except following documents which are to be submitted manually in sealed envelope super scribed with Tender _no and Due date to Head Materials Materials Department Oil India Limited Duliajan 786602 Assam on or before the Bid Closing Date and Time mentioned in the Tender a Original Bid Security b Detailed Catalogue if any c Any other document required _to be submitted in original as per tender requirement Page 2 of 3 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 4 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
15. cel 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 a Bidder should have experience of successfully executing of supply installation amp commissioning of LT Panel Rs 07 56 Lakhs during last 3 years b Annual financial turnover of the firm in any of the last 3 financial years or current financial year should not be less than Rs 25 20 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 Bid Closing date or as amended in e portal The envelope containing the application for participation should clearly indicate REQUEST FOR ISSUE OF USER ID AND PASSWORD FOR E TENDER NO for easy identification and timely issue of user ID and password On receipt of requisite tender fee USER_ID and initial PASSWORD will be communicated to the bidder through e mail and will be allowed to participate in the tender through OIL s e Procurement portal No physical tender documents will be provided Details of
16. d closing date Performance Bank Guarantee Successful bidder will be required to furnish a Performance Security 10 of the order value 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 Performance Bank Guarantee for capital nature items like plant and machinery etc shall be valid for 12 months from the date of commissioning or 18 months from the date of despatch whichever concludes earlier However for consumable like chemicals cement tubular etc the Performance Bank Guarantee shall be valid for 12 months from the date of dispatch 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 A 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 RCAID Contro
17. ed Insulation a Max withstand voltage b Impulse voltage withstand dry 7 General details of Panels a Extensible Yes No b Compartmentalized Yes No c No of compartments To be specified d Names of the compartments To be specified 8 Material of internal partitions 9 Busbars a Busbar material b Busbar shape c Busbar size d Busbar insulation e Busbar rating Amps f Busbar Short Circuit Fault Level g Busbar Spouts insulation material h Busbar Test certificate i Busbar support insulation Type amp materials B INCOMER amp BUS COUPLER SECTION 1 ACB Details a Number of Poles b Rated voltage c Rated normal current d Rated breaking capacity e Make amp Model of ACB 2 Details of Indication Lamps 3 Voltmeter details 4 Selector Switch details 5 Ammeter details 6 CT PT details 7 Ammeter selector switch details 8 Details of Multifunction Meter Make model and specifications etc 9 Space Heater details 10 Earth Leakage Relay Details 11 Details of other related accessories C OUTGOING FEEDER SECTIONS 1 Make and Model amp specifications of MCCBS a 315A MCCBs b 160A MCCBs c 63A MCCBs 2 ON OFF TRIP Indication Lamp Details 3 Earth Leakage Relay with CBCT Details 4 Digital ammeter and CT Details 5 Space Heater Details 6 Details of other related accessories D CONTROL CABLES a Make b Voltage Grade c Insulation d C
18. ed lugs cable make Finolex Havells Henley Nicco Reputed brand IX MECHANICAL LOCKING SYSTEM OF ACBs As already mentioned there will be total 3 nos incomers in the panel Two nos from two station transformers 11K V 400V and one no from emergency DG set However during operation power supply to the panel Page 6 of 8 shall be either from transformers or from emergency DG set DG set is for emergency purpose only and will never be synchronized with transformers To prevent accidental closing of DG set ACB which will normally remain open when other incomers are closed or vice versa there should be a mechanical inter locking system between ACBs to ensure following two points a Transformer ACBs cannot be closed when DG set ACB is close b DG set ACB cannot be closed when any of the Transformer ACB is closed X MISC COMMISSIONING ITEMS All the items required for installation amp commissioning of the panel like Cable Termination Kits Cable Termination Lugs and Cable Gland etc shall be supplied by the contractor OIL shall provide only the cables both at the incomer and outgoing side Along with other items party should supply total 12 sets of indoor type Heat Shrinkable end termination kit for 3 5 Core 1100 Volt grade 400Sq mm XLPE armoured cables Incomer Cables Make of the termination Kits Raychem Heat shrink Xicon XI INSPECTION 1 Inspection and Testing of the panel as per our technical specification
19. ejected 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 3 of 3 TECHNICAL SPECIFICATIONS WITH QUANTITY Tender No amp Date SDI5364P15 DT 12 11 2014 ANNEXURE IA Complied Not Complied Remarks if any ITEM NO 10 SUPPLY INSTALLATION AND COMMISIONING OF LT PANEL QOTY 01 NOS A General Specification for LT Panel The panel should have following features 1 Panel shall be indoor industrial cubicle type with provision of extension of panels in future 2 Panel shall be built on Self supporting floor mounting industrial type rigid framework 3 Panel shall be sheet steel clad made of 14 SWG MS CRCA sheets and built upon suitably sized MS angle iron frame work 4 Panel must be dust vermin proof and weatherproof with IP 54 degree of protection 5 Panel must be designed for ambient of 45 Deg C Max and 5 Deg C Min and Humidity 95 Max 6 Bottom detachable gland plates made from 3 mm thick MS CR sheet must be provided for all cable entries 7 Unless specified all the cable entry exit shall be at the bottom of the panel 8 The entire metal work must be given seven tanks anti corrosion treatment and then powder coated Colour DA GREY 9 Special non deteriorating Neoprene rubber gaskets must be provided between all joints 10 All feeders shall be suitable for operation f
20. ids received against this tender Bids that do not comply with stipulated BRC BEC in full will be treated as non responsive and such bids shall prima facie be rejected Bid evaluation will be done only for those bids that pass through the Bid Rejection Criteria as stipulated in this document Other terms and conditions of the enquiry shall be as per General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria BRC BEC contradict the Clauses of the tender or MM LOCAL E 01 2005 elsewhere those in the BRC BEC shall prevail Criteria Complied Not Complied Remarks if any 1 0 BID REJECTION CRITERIA BRC The bids must conform to the specifications and terms amp conditions given in the Bidding Documents Bids shall be rejected in case the item s offered do not conform to the required parameters stipulated in the technical specifications and to the respective national standards wherever stipulated Notwithstanding the general conformity of the bids to the stipulated specifications and terms amp conditions the following requirements shall have to be particularly met by the bidders without which the offer will be considered as non responsive and rejected A COMMERCIAL i Bid security The bid must be accompanied by Bid Security of Rs 25 000 00 in OIL s prescribed format as Bank Guarantee or a Bank
21. lation between phases at power terminals 7 Accessories Offered MCCBs shall have provision for mounting internal and or external Page 40f 8 accessories like Auxiliary Contact etc 8 Ease of Identification Basic technical parameters i e rating operating voltage breaking capacity etc shall be identified on front face of MCCB 9 Degree of Protection Bare MCCB shall have minimum IP20 degree of protection 10 Compliance to Environmental Protection amp Tropicalisation MCCBs shall have compliance to Environmental Protection and Tropicalisation Standards for performance under extreme atmospheric conditions 11 Mechanical Environment MCCBS used in the system shall be able to withstand stringent mechanical environment conditions like vibration and shock tests 12 Ambient MCCBs shall be suitable for use between 5 to 50 C temperature conditions However for temperature higher than 40 C ambient suitable de ration should be done on the rating of MCCB 13 Rated Insulation Voltage for all the MCCBs shall be 690V 14 Utilisation category for all the MCCBs Category A VI METERING The LT Panel should have following metering 1 Analog Voltmeter with selector switch on all the 3 nos ACB incomer panels Voltmeter is not required on Bus Coupler Panel Make AE Secure Rishabh Meter Size 96mm X 96mm Accuracy 0 5 Voltage range 0 500V Total Qty 03 nos 2 Analog Ammeter with selector
22. ller of Certifying Authorities CCA of India The bid signed using other than Class 3 with Organisation s Name digital certificate 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 Page 2 of 3 2 0 BID EVALUATION CRITERIA BEC The bids conforming to the technical specifications terms and conditions stipulated in the tender and considered to be responsive after subjecting to the Bid Rejection Criteria as well as verification of original of any or all documents documentary evidences pertaining to BRC will be considered for further evaluation as per the Bid Evaluation Criteria given below A TECHNICAL 1 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 To ascertain the substantial responsiveness of the bid OIL reserves the right to ask the bidder for clarification in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in toto must be received on or before the deadline given by the company failing which the offer will be summarily r
23. ncomer ACB Station Transformer 1 b Bus Coupler ACB c Incomer ACB Station Transformer 2 d Incomer ACB Emergency DG Set Page 2 of 8 HI BUS CHAMBER 1 The bus chamber must be sheet steel clad having front and rear bolted covers and shall consist of 1 set TP amp N electrolytic grade IACS 99 9 conductivity rectangular section electro tinned copper bus bars conforming to IS 613 Current rating of bus bar sections must be minimum 1500 Amps suitable for 600 V AC 50 Hz system Neutral bar must be of same size as phase bus 2 The bus bar must be insulated with heat shrinkable PVC sleeves and must be supported at required intervals with non hygroscopic non deteriorating and non inflammable SMC FRP supports having adequate mechanical strength and a high tracking resistance to withstand short circuit fault levels up to 70 kA for 1 sec 3 The bus bar individual phases shall be colour coded for easy identification Main bus bars shall be full length of the panel Vertically dropped buses from the main bus shall power individual feeder panels Vertical bus bars shall also be full vertical length of the panel Sufficient clearance shall be maintained in the bus chamber for proper cooling of the bus bar Bus bar should be extendible type to facilitate addition of cubicles and switches in future 4 All risers and connections from bus bar must be done with same material as the main bus bars of current rating as
24. ng capacity rated electrically operated Draw out type Air circuit breaker with microprocessor based release for over current short circuit and ground fault protection with distinct fault indication shall be used as incomers The ACBs shall conform to IS IEC 60947 2 IS 13947 2 tropicalized to Class II high humidity breaking capacity minimum 65 KA at rated service voltage the overload long time short circuit short time and earth fault current settings shall be selectable including individual time settings Each ACB incomer panels shall be fitted with 1 digital multifunction meter 1 analog voltmeter Size 90mm x 90mm 1 analog Ammeter Size 90mm x 90mm with selector switch LED indication lamps for R Y B ON status suitable CTs TNC switch fuse etc Make of ACBs Schneider Masterpact NW series GE Entelliguard series Siemens 3WL series ABB SACE Emax series L amp T U Power OMEGA series or higher versions series of these companies The Bus Coupler ACB Panel shall be fitted with a suitable Check Synch Relay The Check Synch Relay is for checking the electrical synchronising conditions of the supply at the both ends of the bus coupler Bus Coupler ACB closing shall be linked with the Check Synch relay Bus coupler ACB shall close only when a Electrical Supply at the both ends is in synchronous condition b any of the Bus Coupler ends is Dead No Supply These four ACB panels shall have legends as given below a I
25. onductor Material e Size Sq mm per core 11KV 415V 250 KVA To Existing Solar CFS Panel LT ACB 1000A 11KV 415V a 250 KVA B C LT ACB ACB 1000A 1000A gt lt MCCB 315A MCCB MCCB 160A 160A Single Line Diagram of new LT system Moran Power Station Emergency DG Set Not in the scope LT ACB 1000A MCCB 315A MCCB MCCB MCCB 63A 63A 63A To Existing Solar CFS Panel MCCB 63A MCCB 63A Cu Busbar 1500A MCCB 63A 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 pae E O Ses 12 Confirm that the Bid Security submitted In case of Bank Guarantee is in toto as per format provided in the tender Bid Security if Not submitted reasons thereof a Ps a ee Whether you shall submit Performance Security in the event of placement of order on you if applicable Integrity Pact Submitted if applicable Confirm that the Integrity Pact submitted is in toto as per format provided in the tender Whether submitted documents in support of General Qualification criteria of NIT If bidder is Small scale unit whether you are eligible for purchase preference NOTE Please fill up the greyed cells only Technical Bid Checklist Annexure EEE Bidder s Name Compliance b
26. r shall furnish two prints each of the following drawings for approval from OIL i Complete assembly drawing of the panel showing plan elevation sectional views and location of terminal blocks cable entry details ii Control and wiring diagram of the LT panel ii Foundation plan showing location of channels foundation bolts etc iv Complete Schematic diagram of the panel showing all components v List of LEGEND plates to be fixed on the panel b To be supplied along with the panel 3 Sets of approved drawings both in hard copy and soft copy CD shall be submitted along with the delivery of the LT panel 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 8 of 8 Bidder should provide along with the bid the following data sheet Annexure I duly filled and supported by suitable documents literatures technical leaflet of various components In this data sheet as far as possible bidder shall provide only one make amp model of items components which will be supplied by him if order is placed ANNEXURE I DATA SHEET To be filled up by the bidder A LT Switchgear Panel 1 Name of Panel manufacturer 2 Panel type 3 Degree of protection 4 Thickness amp other details of Steel Sheet to be used in the panel 5 Conforms to Standards a IEC b BIS c Others 6 Rat
27. rom front side and must have provision of inspection from backside 11 All panel doors shall be provided with single turn latches for opening closing 12 Internal barriers shall be provided between cubicles to provide Form 2 separation as per IEC to prevent transmission of flashover from one panel to other panels 13 Danger plates must be fitted on front and back of the panel 14 Legend plates of the feeders and starters shall be provided in the front as well as at back of each feeder panel 15 Adequate nos of lifting lugs hooks must be provided on top 16 Ventilation louvers must be guarded with wire mesh 17 Separate terminal blocks are provided for control and power wiring Power terminal blocks shall be rated at minimum of 90 Deg C Terminal Blocks should be clearly marked at both inputs and outputs 18 All non current carrying metallic parts shall be grounded All the equipment having earthing terminal shall be grounded with suitably rated PVC insulated flexible copper earth wires or copper braids of suitable rating as per IS 3043 19 Earthing bus must be provided at bottom of the panel Earthing Bus must be made of 50 x 6 mm GI straps with 80 micron galvanisation thickness Brought out studs must be provided on two sides complete with suitably sized zinc passivated double nuts and spring washers Earth bus must have holes drilled for connection with main earth electrodes and earth cable strap of outgoing feeders Page tofs
28. ustable OL protection from 0 4xIn amp EF protection through inbuilt electronic trip unit in MCCB iii Earth leakage protection through separate CBCT amp ELR EL current Range 30mA 1A adjustable in preferred steps of 50 100mA Trip Time Range 0 1s adjustable in preferred steps of 50 100ms The relay must have indication LEDs test push button and reset push button and shall be duly wired up to trip MCCB in case of earth leakage V GENERAL SPECIFICATIONS FOR OUTGOING FEEDERS All the MCCBs shall comprise following features for total safety of installation and operating personnel 1 Line Load Reversibility to allow line or load connections from top or bottom terminals without any risk of unsafe operation or protection performance of MCCB 2 High Endurance Level to allow prolonged and un interrupted use of product 3 Thermal Magnetic Trip Unit Offered MCCBs shall have Thermal Magnetic Trip Unit for protection against Overload and Short Circuit faults respectively 4 Test Trip button MCCBs shall have a Push to Trip test button on front face to test healthiness of Trip unit 5 ON OFF Trip Position marking MCCBs shall have well defined and identified ON OFF amp Trip positions marked on front face of the MCCB in accordance with Indian and International standards 6 Phase Barriers Phase Barriers shall be provided on MCCBs to prevent travel of arc between phases during any short circuit fault and for maximum insu
29. y Bidder a a l ETT SL NO BEC TENDER REQUIREMENTS Confirmed Not applicable unpriced bid or Comments 1 Bidder to confirm that he has not taken any exception deviations to the bid document specifications Confirm that the Offer has been made with Bid Bond Bank Guarantee Earnest Money along with the offer Wherever Applicable E nn ae opening of techno commercial bid Confirm that the prices offered are firm and or without any qualifications Confirm that all relevant fields in the on line biding format been filled in by the bidders for the items quoted by them 7 Confirm that the the price bid is in conformity with OIL s online bidding format 8 __ Confirm that the Bid comply with allthe terms condiions Confirm that the offers and all attached documents are digitally signed using digital signatures issued by an acceptable Certifying Authority CA as per Indian IT Act 2000 10 CONFIRM THAT YOU HAVE SUBMITTED THE DULY SIGNED INTEGRITY PACT DOCUMENT Wherever Applicable 11 CONFIRM THAT YOU HAVE SHALL SUBMIT PERFORMANCE BANK GUARANTEE AS PER NIT IN THE EVENT OF PLACEMENT OF ORDER ON YOU Wherever Applicable 12 CONFIRM THAT YOU HAVE SUBMITTED DOCUMENTS AS PER GENERAL QUALIFICATION CRITERIA NOTE Please fill up the greyed cells only ANNEXURE GGG TO BE FILLED UP BY ALL THE VENDOR IN THEIR OWN LETER HEAD ALL FIELDS ARE MANDATORY Tender No Name of Beneficiary Vendor Code Address

Download Pdf Manuals

image

Related Search

Related Contents

  NE-4100 Series User Manual  SOUL SL150CB  取扱説明書  Travailler dans la coopération au développement  Télécharger le fichier  Rapport annuel 2012 UNICEF Belgique  CERN UNIX User Guide  

Copyright © All rights reserved.
Failed to retrieve file