Home

A Pre-Bid Conference against above tender will

image

Contents

1. i RFx Response Number 60006452 RFx Number TEST2 RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx Response Version Number 2 RFx Version Number 5 Area for uploading Techno Commercial Unpriced Bid Assigned To Category Text Preview Status Withdrawn Submission Deadline 13 04 2013 11 00 00 INDIA ESE Sign Attachment Add Attachment Edit Descripton Versioning Delete Create Qu Area for uploading a Priced Bid Assigned To Category Description File Name Version Processor Checker E 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 file 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 click on OK to save the File IMPORTANT NOTE NO PRICE SHOULD BE INDICATED IN TECHNICAL BID 7 0 Priced bids of only those bidders will be opened whose offers are found to be techno commercially acceptable 8 0 General Qualification Criteria In addition to the general BRC BEC
2. iii Validity of the bid shall be minimum 120 days from the Bid Closing Date otherwise the bid shall be rejected iv 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 v Bids received after the bid closing date and time will be rejected vi 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 vii C folder is meant for Technical bid only Therefore No price should be given in C folder otherwise the offer will be rejected viii 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 ix Conditional offers will be rejected x Bids received in any form or media other than through OIL s e Procurement portal will not be accepted xi 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
3. Certificate of origin of loader unit b Warranty guarantee certificate c Test Certificate as applicable d Emission EURO norms compliant certificate of engine s e Sale Letters in Form 21 amp 22 A etc as required under Motor Vehicle Act India for onward registration of the lorry loader in the name of OIL INDIA LIMITED f Notwithstanding any clause mentioned elsewhere in the NIT the invoice for the complete unit shall be submitted in 2 two parts separately as under i Invoice for truck chassis it shall include the cost of the truck chassis with driver s cabin only ii Invoice for Loader Crane unit it shall include cost of Loader Crane all equipment tools accessories etc subsequently fitted in the original truck chassis as well as supplied separately along of the unit g All manuals amp catalogues books amp CDs schematics tools etc as detailed elsewhere in this tender document h Any other documents literatures drawings mentioned elsewhere in this tender document 20 Same as in Item no 10 above K K K K K K K K K K K OK K K K K K K K SGI4028P15 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
4. Third Party Inspection TPI Charge Packing and Forwarding Charges Total Ex works value A B C Excise Duty including Cess Please indicate applicable rate of Duty Total Ex works value including Excise Duty amp Cess D E Sales Tax Please indicate applicable rate of Tax Total FOR Despatching station value F G Road Transportation charges to Guwahati Insurance Charges Assam Entry tax Total FOR Guwahati value H I J K Pre despatch inspection and testing Charges Lumpsum Commissioning charges Lumpsum Service tax on Commissioning charges if any please indicate the percentage Training Charges Lumpsum Service tax on Training charges if any please indicate the percentage Total Value L M N 0 P Q above Total value in words Gross Weight Gross Volume 1 0Pre despatch Inspection and testing charges Commissioning charges and Training Charges must be quoted separately not to include in materials cost on lumpsum basis which shall be considered 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 and training personnel during their stay at the site 2 0Bidders must categorically indicate the TPI charge Pre despatch Inspection and testing charges Commissioning charges amp Training charges in their offers and must confirm about SGI4028P15 providing the same in their Technica
5. fall as per design SGI4028P15 Wire rope shall have factor of safety not less than 4 e Dimensions Overall collapsible width including base amp stabilisers within 2500 mm Height from base ie top of chassis to top of boom with boom in horizontal position shall be within 3000 mm f Miscellaneous i 3 three point column to base mounting ii Self weight of loader within 3000 Kg iii Hook on pulley block shall have safety latch iv Locking provision for horizontal beam of stabilisers in fully retracted position v Internal hose layout to the extent possible vi Suitably located hydraulic tank with Sight Glass Level Indicator and Temperature Meter vii Suitably positioned control console without any obstruction from stabilisers extension viii Suitable amp sufficient reflectors florescent marker on boom ix Standard tool kit for maintenance amp repair of the loader List of tools that shall be supplied shall be submitted with the bid 02 1 SPECIFICATIONS OF TRUCK CHASSIS UNIT The loader as defined under Clause 02 0 above shall be mounted on a suitable truck chassis meeting specifications as under a Make amp Origin Indigenous make b Drive 4x 4 drive c GVW Approx 16 000 Kg d Wheelbase amp Length Approx 4220 mm and approx 6900 mm respectively e Engine Suitable water cooled diesel engine of adequate power in the range of 120 to 150 HP at rated RPM meeti
6. 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 single order of value not less than Rs 22 80 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 76 00 Lakhs 9 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 SGI4028P15 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 Procureme
7. 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 13 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 14 0 Anysum 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 15 0 In the event of receipt of only a single offer against the tender within B C date OIL SGI4028P15 reserves the right to extend the B C date as deemed fit by the Company
8. 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 Yours Faithfully Sd P THAKURIA DEPUTY MANAGER MATERIALS PL FOR CHIEF MANAGER MATERIALS PL FOR GENERAL MANAGER PLS KR BKK KK ARK KK RA KA SGI4028P15 ANNEXURE AAA Item srl no 10 01 0 Brand New indigenously available Stiff telescopic Boom Truck mounted Hydraulic full slewing crane with hydraulically operated winch The crane should be mounted on suitable brand New truck chassis of indigenous make The specifications terms amp conditions are detailed below 02 0 SPECIFICATIONS OF LOADER UNIT Stiff telescopic Boom Truck mounted Hydraulic full slewing crane with hydraulically operated winch powered by truck engine through suitable PTO arrangement and meeting specifications as under a Make amp Origin Indigenously available unit b Capacity 14 TM 14 000 Kgm 5 c Maximum Outreach horizontal Not less than 6 Six meter d Lifting capacity at 6 m outreach Approx 2000 Kg e Lifting capacity at 2 m outreach Approx 5500 Kg f Maximum Vertical Outreach Not less than 7 seven meter g Mounting on truck chassis Front mounting h Stabilisers 4 four Nos two front amp two rear all hydraulically operated beam amp jack function for all stabilisers front as well as rear through hydraulic operation
9. LL BE PROCURED BY SUPPLIER IN SUCH A MANNER THAT THEY CAN BE REGISTERED DIRECTLY IN THE NAME OF OIL CHASSIS PROCURED IN THE NAME OF SUPPLIER AND SUBSEQUENTLY CHANGE IN OWNERSHIP IN THE NAME OF OIL CONSIDERED AS SECOND HAND UNIT SHALL NOT BE ACCEPTED H Bids with qualifying conditions like the product is under development and would be supplied at the time of eig etc will be summarily rejected Deviation s from Tender requirements shall be clearly indicated in the bid under separate heading and must be supplemented by proper justification J All bid documents are to be submitted in proper filing binding format Submission of same in loose sheets should strictly be avoided OIL will not be responsible for any misplacement loss of such documents Clause not applicable for E tendering K Duly filled up Checklist as per prescribed format provided vide Annexure CCC enclosed herewith shall be submitted by bidder along with the bid L All offered specifications features etc must clearly be indicated in the bid submission of Technical Leaflet alone is not sufficient Similarly bidder s response to technical details documents etc as stipulated should clearly be defined Response like As per Tender Specifications Technical Leaflet Noted Accepted or in any similar fashion shall be liable for rejection M Amongst others the following documents literatures shall be submitted along with the bid for bid evalua
10. OIL INDIA LIMITED A Government of India Enterprise P O Udayan Vihar 781171 Guwahati Assam India OIL INDIA LIMITED invites Competitive Bid through its e Procurement portal https etender srm oilindia in sap bc gui sap its bbpstart for following e tender e Tender No Type of Item Quantity Pre Bid Tender Fee and Bid Closing Bidding no Material Conference Date Code Materials Date Description SGI4028P15 Indigenous 10 2 NOS 05 08 2014 Rs 1000 00 Competitive 0C000172 Stiff Bid telescopic amp ro 06 08 2014 mounted hydraulic full slewing crane BCD with 21 08 2014 hydraulically operated winch Application showing full address email address with tender fee Non refundable of value as mentioned above excepting PSU s and SSI units registered with NSIC by D Draft in favour of M s Oil India Limited and payable at Guwahati to be sent to Chief Materials Manager Oil India Limited P O Udayan Vihar Assam 781171 only 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 ar
11. Rigger Feet Floats permanently attached to the jacks Size of rigger feet shall be such that it does not create problem to traffic during travelling Stabiliser s lateral span jack centre to jack centre for both front amp rear in the range of 4500 to 5500 mm Fixed non pivoting type stabiliser jacks a Boom Extension Composite multi section telescopic Full Power Boom operating through independent hydraulic actuator s for each section for approx 6 0 meter outreach FLY JIB amp Dipper Boom NOT REQUIRED b Slew Min 360 degree full capacity slew Gear amp Pinion Rack and pinion arrangement c Hydraulic system amp controls Independent as well as simultaneous operations of min 2 two operations Independently operated beam amp jack operations for all stabilizers for perfect levelling All operations in failsafe mode with positive hydraulic locking provisions in all actuators as applicable However stabiliser horizontal beams may be an exception Stabiliser vertical jacks with Double Check Valve provision Composite dual positioned hydraulic control console for operation of all hydraulic functions including beam amp jack functions of rear stabiliser located at either side of truck chassis amp operating from ground Control through lever arrangement without any Remote Control system d Winch Hydraulic motor driven winch with automatic brake Vertical lift by winch shall be minimum 7000mm on double 2 fall or quadruple 4
12. bmitted In case of Bank Guarantee is in toto as per format provided in the tender 11 Bid Security if Not submitted reasons thereof 12 Whether you shall submit Performance Security in the event of placement of order on you if applicable 13 Integrity Pact submitted Yes No 14 Confirm that the Integrity Pact submitted is in toto as per format provided in the tender 15 Whether submitted documents in support of General Qualification criteria of NIT 16 If bidder is Small scale unit whether you have quoted your own product 17 If bidder is Small scale unit whether you are eligible for purchase preference as per Govt guideliness SGI4028P15 ANNEXURE GGG TO BE FILLED UP BY ALL THE VENDOR IN THEIR OWN LETER HEAD ALL FIELDS ARE MANDATORY Tender No Tudeesesdeacsansoetissusabaednashssendeudes sacadeadensnaesussusa bnavacedesensen Name of Beneficiary SIMI S cincessnsave s nisccoevansesaveive cos vnvvat yeendasueeve dau veuweusuaver ete suedes Vendor Code Tusa sncsadeneacedesilassndscesnendeassessusasacsdeansdendssussuiabacsdesacassessusevss Address EE E E E A E Phone No Land Line NIATE T ORNE AAE Mobile No AE E T E A E A E T A E mail address OAE AAA E Bank Account No Minimum Eleven Digit No N P A POE E A E N Bank Name TT OAA OE T A T Branch A OE ET O O N T A Complete Address of your Si Saud cgaghdensi ecissteaevsceen esd estecsstdconnes esecadeevesscaesesderedersuteredersts Bank dsb ad
13. ce SGI4028P15 3 Any changes in the technical specifications and other terms amp conditions of the Stiff Telescopic Boom truck mounted Hydraulic full slewing crane with hydraulically operated winch arising out of discussion in the Pre bid Conference shall also form part of the bidding document 4 At the most 2 two representatives from each prospective bidder shall be allowed to participate in the pre bid conference All costs for attending the pre bid conference shall be to prospective bidders account 5 Parties immediately after the purchase of the bidding 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 CHIEF MATERIALS MANAGER OIL INDIA LIMITED PIPELINE HEADQUARTER P O UDAYAN VIHAR PIN 781171 GUWAHATI ASSAM INDIA FAX NO 91 361 2643686 E Mail oilmatp oilindia in panchali oilindia in Special 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 Evaluation amp Bid Rejection Criteria as per Annexure BBB Checklist as per Annexure CCC Technical bid check list as per Annexure EEE Response sheet as per Annexure FFF and Bank Deta
14. ce of lorry loaders to OIL at Guwahati for commissioning of the lorry loaders Commissioning charges if any including to amp fro charges and all applicable expenses shall be indicted in the bid The Commissioning personnel have to arrange for their own accommodation in Guwahati Commissioning shall be completed within 1 one months from receipt of the lorry loaders at site at Guwahati SGI4028P15 The supplier will be held responsible for delay in completion of any such commissioning and in case of default the Liquidated Damage clause shall be made applicable Commissioning spares if any including their freight as applicable shall be arranged by supplier Commissioning personnel shall impart basic training on operation amp maintenance of the lorry loaders to OIL s personnel during commissioning at Guwahati free of charge 09 0 GUARANTEE WARRANTY Notwithstanding any Guarantee Warranty clause s mentioned elsewhere in this tender document each individual lorry loader both loader amp truck chassis part shall be under onsite guarantee warranty by the supplier for a minimum period of 1 one year from the date of successful commissioning of each individual unit at site at Guwahati Assam OIL reserves the right to inspect test and if necessary reject any part parts after arrival of the units at site only if the said rejection is attributed to be the responsibility of the supplier It shall in no way be limite
15. cept the prices which shall be kept blank Details of prices as per Bid format Commercial bid to be uploaded as attachment in the Attachment Tab Notes and Attachments 6 1 Ascreen 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 Edit Print Preview Go to this Tab Technical RFx Response for Uploading Techno commercial Unpriced Bid epee cing RFx Response Number 60006452 RFx Number TEST2 ta RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx H Service and Delive Incoter Event Parameters Currency Indian Rupee Detailed Price Information Price with Conditions Go to this Tab Notes and Attachments for Uploading Priced Bid files Status and Statist Created C Created E Last Processed C Terms of Payment 9010 90 against despatch 10 after re Last Processed E Details Send EMail Call Clear Function Number Name valid fr E The table does not contain any data On EDIT Mode The following screen will appear Bidders are advised to Upload Techno Commercial Unpriced Bid and Priced Bid in the places as indicated above SGI4028P15 Edit RFx Response Submit Read Only Print Preview Check Technical RFx Response Close Save Bid on EDIT Mode se
16. ction of the Parts Catalogue Maintenance amp Service Manuals Schematics etc and other documents for their compliance to tender requirements as applicable e Verification of all test certificates for lorry loader unit and other assemblies amp sub assemblies as applicable f Any other points as felt necessary comes up during inspection g Supplier shall take note of any minor modification s for operational requirement as well as in hose layout suggested by the inspection team amp comply with the same with no extra cost h The minutes of the inspection process would be prepared at the end of the inspection amp jointly signed by both the parties at site i Supplier shall confirm in writing compliance of all the points raised in the minutes of inspection as well as any other subsequent minor addition deletion to the same following deliberation by the inspection team at Guwahati after arrival j Supplier shall affect despatch of the units to OIL Pipeline Headquarters Guwahati INDIA only on receipt of OIL s acceptance despatch advice 07 0 DELIVERY Notwithstanding any clause s on delivery mentioned elsewhere in this tender document the 2 two units are to be delivered in one lot to OIL s premises at Guwahati Assam 08 0 COMMISSIONING The lorry loaders both loader amp truck chassis part shall be commissioned by the supplier at Guwahati Assam Supplier shall depute experienced personnel in operation and maintenan
17. d driver s cabin after keeping sufficient space for mounting the loader The width of the platform IN NO CASE shall be less than the overall width of the loader including base amp stabilisers at its collapsible position Other details as under i All welded steel construction platform suitably designed for min 7 0 MT load ii Min 5 mm thick steel chequered plate flooring on top of suitably designed steel base structure iii Cross members at approx 1 0 meter interval below base structure amp firmly mounted on chassis through U bolts of adequate strength iv Suitable lashing hooks at approx 1 5 meter interval for binding chains chain hooks binding chains need not be supplied v Front Side amp Rear boards dalla of approx 350 mm height vi Support for pulley end of the boom at the rear end of the platform vii No extension of chassis to accommodate the platform Any overhang of platform beyond chassis within permissible limit only viii To maintain the desired Stability Index the platform may be made heavier as necessary DETAILED CONSTRUCTIONAL DRAWING OF THE PLATFORM SHALL BE SUBMITTED FOR ACCEPTANCE WITHIN 1 ONE MONTH OF PLACEMENT OF FIRM ORDER n Toolbox Rugged steel construction toolbox of adequate size under the platform for storing chains craw bars etc o Miscellaneous i All standard lightings fittings amp accessories as per Indian Motor Vehicle Act ii Two large rear vi
18. d or waived by the reason that the units have been inspected tested and passed by OIL prior to despatch as per para 06 0 above In order to keep the unit fully operational any item sub item failed during the warranty period is to be arranged and replaced repaired at site by the supplier or their authorised dealer agent at their own cost within 15 fifteen days from the date of failure and warranty for such items shall be extended accordingly 10 0 TRAINING A Supplier shall provide training on maintenance amp Operation to 6 Six employees and min 2 two engineers of OIL in two separate batches at their works training centre either before supply or after commissioning of the units as per convenience of both the parties covering following topics of loader amongst others a Hydraulics schematics pumps motors valves actuators etc b Loader controls safety system fault code amp symptoms etc c Operational aspects and working principle etc d Loader electrical and electronic systems as applicable B Supplier shall also provide classroom amp practical training on maintenance troubleshooting and operation of the system to OIL s personnel at site during commissioning or subsequent to commissioning of the units as per convenient C Training charges for A amp B above if any shall clearly be indicated in the bid Details on training modalities duration etc shall be worked out after placement of order as per conven
19. date Bidders may check this with the appropriate authority while submitting their offer iii Price 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 price bid SGI4028P15 iv 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 Bidding document or MM LOCAL E 01 2005 elsewhere those in the BRC BEC shall prevail v To ascertain the inter se ranking the comparison of the responsive bids will be made as per price format given in Appendix l SGI4028P15 Appendix 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 Item Item Description UOM Qty Unit Total Srl Required Price Price No 10 Stiff telescopic Boom truck No 1 mounted Hydraulic full slewing crane with hydraulically operated winch 20 Stiff telescopic Boom truck No 1 mounted Hydraulic full slewing crane with hydraulically operated winch A B C D E F G H D O K L M N O P Q R S T U Total material value of Item no 10 to 20
20. ds in the on line biding format been filled in by the bidders for the items quoted by them 7 Confirm that the price bid is in the format as per Appendix 8 Confirm that the Bid comply with all the terms amp conditions 9 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 shall submit performance bank guarantee as per bidding document in the event of placement of order on you 11 Confirm that you have submitted the duly signed Integrity pact document 12 Confirm that you have submitted documents as per General qualification criteria SGI4028P15 Bidders Response Sheet Annexure FFF SI Description Remarks No 1 Name of Bidder 2 Place of Despatch Ex Works 3 Whether Freight charges have been included in your quoted prices 4 Whether Insurance charges have been included in your quoted prices 5 Make of quoted Product 6 Offered Validity of Bid from Bid Closing Date 7 Delivery Period in weeks from placement of order 8 Complied to Standard Payment Terms of OIL or not 9 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 10 Confirm that the Bid Security su
21. e advised to log in using user id and password and register against the respective e tender and indicate the same while making application along with tender fee for participation Details of tender can be viewed using Guest Login provided in the e Procurement portal The link to OIL s e Procurement portal has also been provided through OIL s web site www oil india com USER ID AND INITIAL PASSWORD WILL BE ISSUED TILL ONE WEEK PRIOR TO THE BID CLOSING DATE Note A Pre Bid Conference against above tender will be held in Guwahati Assam on 5 amp 6 August 2014 for providing technical and commercial clarification on the tender if any Last date of receipt of application for authorization to participate against this tender is 30 07 2013 upto 15 30 hrs SGI4028P15 Oil India Limited A Govt of IndiaEnterprise i PO Udayan Vihar Guwahati 781171 Assam India TELEPHONE NO 91 361 2594286 FAX NO 91 361 2643686 Email panchali oilindia in erp_mm oilindia in Tender No amp Date SGI 4028P15 dated 01 07 2014 Tender Fee INR 1000 000 Bid Security As mentioned in the Basic Data of the tender in OIL s e portal Bidding Type SINGLE STAGE TWO BID SYSTEM Bid Closing on As mentioned in the Basic Data of the tender in OIL s e portal Bid Opening on As mentioned in the Basic Data of the tender in OIL s e portal Performance Guarantee Applicable Integrity Pact Applicable OIL INDIA LIMITED inv
22. e bidder takes exception to any clause of Bidding Document not covered under BEC BRC then the Company has the discretion to load or reject the offer on account of such exception if the bidder does not withdraw 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 Technical bid only Any additional information terms conditions furnished in sealed Price Bid will not be considered by OIL for evaluation award of contract 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 term 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
23. ew mirrors toeing hook lockable fuel tank first aid box fire extinguisher reversing alarm sufficient side marker reflectors florescent markers hazard light flashers etc Two flood lights at rear top of driver s cabin for night operation iii Standard painting colour shade as per manufacturer s design However in case of different colour shade available same shall be indicated in the bid along with leaflet for selection SGI4028P15 iv Standard tool kit wheel wrench 1 one No min 30MT capacity hydraulic jack with handle of reputed make 02 2 SPECIFICATIONS OF COMPLETE LORRY LOADER UNIT Loader amp Truck Chassis combine a OEM supplied original U I bolt type mounting arrangement for mounting the loader on the truck chassis b Mounting of loader to truck chassis through full length MS sub chassis frame c Overall length approx 7000 mm d Total weight within approx 10 MT without payload i e cargo weight e Ground clearance of stabiliser jacks approx 500 mm 02 3 SAFETY amp OTHER SPECIAL FEATURES a Stability Index not less than 1 5 at sides amp rear and not less than 1 0 at front b Safe working load shall be legibly stamped on the pulley block and test certificate provided c Integrally mounted load holding valves shall be provided to prevent dangerous failure of crane functions in the event of a hydraulic system failure eg supply hose rupture d Suitable Load Limiting De
24. ewan AN E E E N E IFSC Code of your Bank a RTGS EENE O NAE EAT A T b NEFT aca scvas A ONENEN EEE AA AEE E EEE PAN EEE ETET VAT Registration No E T E T CST Registration No ANAE E TT E Service Tax Registration NO s ccssssssssssscsscssecssssssesseseececcesscsseeseesencseseseessesseesensenseeaes SGI4028P15 Provident Fund Registration 2 cssssssssssssssecsecsecesscssesseeceesessesscsscsseeseeseesessessessesseeees 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 2 3 4 5 6 7 PAN Card VAT Registration Certificate Service Tax Registration CST Registration Provident Registration Certificate Cancelled cheque of the bank account mentioned above in original Bank Statement not older than 15 days on the date of submission SGI4028P15
25. ience of both the parties Expenses towards passage amp accommodation for OIL s personnel for attending the training at supplier works training centre shall be on OIL s account 11 0 IMPORTANT POINTS TO NOTE BID SUBMISSION amp DOCUMENTATION A Any item specification not included above but necessary for efficient amp effective operation of the unit shall be indicated in the bid SGI4028P15 B Detailed constructional drawing of the platform shall be submitted for acceptance within 1 one month of placement of firm order Any changes modification suggested by OIL for operational requirement shall be incorporated C Offer must be for complete ready to use unit i e offer must be for loader and truck with platform as a single ready to use unit part offer shall be outright rejected D Offer must be for full quantity i e 2 two units of lorry loaders part offer shall be outright rejected All the items will be procured from the same source Evaluation will be done taking the prices of all items together E The offered Make amp Model of the loader as well as the truck must be an existing one and same must be in production amp available in market for last min 1 one year as on the last day of the month preceding Bid Closing Date failing which the offer will be outright rejected F The 2 two units both loader amp truck chassis must be of same Make amp Model and identical G THE TRUCK CHASSIS SHA
26. ils as per Annexure GGG Integrity Pact as per Annexure DDD 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 BRC 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 document to be uploaded in the Technical RFX Response SGI4028P15 5 0 Please do refer the User Manual provided on the portal on the procedure How to create Response for submitting offer 6 0 In case of SINGLE STAGE TWO BID SYSTEM bidders shall prepare the Techno commercial Unpriced Bid and Priced Bid separately 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 Unpriced Bid shall contain all technical and commercial details ex
27. ist of tools to be supplied under Standard Tool Kit for loader 9 List of tools to be supplied under Special Tool Kit for loader 10 Price list for specified spares as in para 04 0 11 2 years maintenance spares list with price 12 Documentary evidence in support of SGI4028P15 meeting Eligibility of Bidder criteria 13 List of customer s with detailed address to whom 5 five units of Lorry Loaders of the offered Model were supplied during last 3 three years as on the last day of the month preceding Bid Closing Date 14 Any other documents literatures drawings etc Signature ___ Name Designation SGI4028P15 Tender No SGI4028P15 dated 01 07 2014 Bidder s Name Annexure EEE SI BEC TENDER REQUIREMENTS Indicate Indicate No Confirmed Not Corresponding Confirmed Not page ref of bid applicable 1 Bidder to confirm that he has not taken any exception deviations to the bid document 2 Confirm that the product offered strictly conforms to the technical specifications 3 Confirm that the Offer has been made with Bid Bond Bank Guarantee Earnest Money along with the offer 4 Confirm unconditional validity of the bid for 120 days from the date of opening of techno commercial bid 5 Confirm that the prices offered are firm Conditional offer will be liable for rejection 6 Confirm that all relevant fiel
28. ites Indigenous Tenders for item detailed below Item Srl No Item Description UOM Qty Required 10 Stiff telescopic Boom truck mounted Hydraulic full NO 1 slewing crane with hydraulically operated winch 20 Stiff telescopic Boom truck mounted Hydraulic full NO 1 slewing crane with hydraulically operated winch DETAILED TECHNICAL SPECIFICATIONS PROVIDED IN ANNNEXURE AAA NOTES 1 A Pre Bid Conference with the Parties will be held in Guwahati India on 5 amp 6 August 2014 to discuss on the technical specifications and other terms and conditions of the tender All the Parties who purchase the Bidding Document within the closing date of sale of the tender 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 Stiff Telescopic Boom truck mounted Hydraulic full slewing crane with hydraulically operated winch 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 in Word format may also be sent to OIL at least 7 Seven days before the Pre bid Conference for study by OIL OIL will not be responsible for non receipt or late receipt of any bidder s query in OIL s offi
29. l bids In case TPI charge Pre despatch Inspection and testing charges Commissioning charges and training charges are NIL inclusive bidder must categorically mention the same in their offer 3 0 Summary of the prices as per the bid format Summary mentioned above to be up loaded in Priced Bid separately K K K K K K K K K K K K K SGI4028P15 CHECKLIST Reference Clause No 11 0 K of Annexure AAA ALL DETAILS AS PER TENDER REQUIREMENTS SHALL BE PROVIDED IN THE BID ANNEXURE CCC THIS CHECKLIST IS TO CROSSCHECK THE OFFER AND TO KNOW THE SAME AT A GLANCE ONLY Part A__ TECHNICAL Sl PARAMETERS REQUIREMENTS BIDDER S To give details or REMARKS IF ANY OFFER No Yes No as applicable LOADER UNIT 1 Make amp Model of loader 2 Number of units offered must be two 3 Maximum Capacity 4 Maximum Outreach no fly jib and dipper boom 5 Capacities At 6 m outreach At 2 m outreach 6 Maximum Vertical Outreach 7 Mounting on truck chassis Front or Rear 8 Number of stabilisers 9 Span of stabiliser Front Rear SGI4028P15 10 Means of stabiliser operation Front Rear 11 Boom Number of sections Full Power Boom or not 12 Max Slew angle 13 Full Capacity Slew or not 14 Slew arrangement 15 Winch Hydraulic motor driven with automatic brake or not 16 Wire rope design factor 17 Number of
30. ng min Euro III BS III emission norms The same engine shall be used to power the loader and accordingly detailed calculation of power requirement for operating the loader is to be submitted along with the bid f Transmission Transfer Case and PTO Minimum 5 forward amp 1 reverse speed gearbox Transfer Case amp PTO as per design In case of PTO drive from main gearbox the gearbox must have factory built provision for mounting PTO g Axles As per design h Steering Suitable Power assisted steering Steering on Right Hand side of unit i e Right Hand Drive unit Left Hand Drive unit is not acceptable SGI4028P15 i Suspension Multi leaf suspension system for both front amp rear with suitable shock absorbers j Brakes Multi circuit S Z cam pneumatic service amp parking brakes Brake servos with suitable screw mechanism to release the brakes in the event of low no air pressure k Wheels amp Tyres 6 Nos of min size 10 00 x 20 16 PR Additional one complete spare wheel with suitable arrangement for mounting it below the chassis Driver s Cabin Ergonomically designed all steel construction original Factory Built by the chassis manufacturer Semi Forward Control driver s cabin complete with comfortable Driver Seat Co Passenger Seat for 1 person on the opposite side of driver s seat m Truck Platform Platform of length approx 4000 mm and width approx 2500 mm behin
31. nt portal has been also provided through OIL s web site www oil india com NOTE 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 10 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 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 11 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 12 0 Bidders must ensure that their bid is uploaded in
32. person s signing the bid Any bid not meeting this requirement shall be rejected xii 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 Qoqo0o SGI4028P15 e Liquidated damage clause xiii Integrity Pact a OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Annexure DDD of the tender document This Integrity Pact proforma has been duly signed digitally by OIL s competent signatory The proforma has to be returned by the bidder along with the technical bid duly signed digitally by the same signatory who signed the bid i e who is duly authorized to sign the bid Any bid not accompanied by Integrity Pact Proforma duly signed digitally by the bidder shall be rejected straightway Uploading the Integrity Pact with digital signature will be construed that all pages of the Integrity Pact has been signed by the bidder s authorized signatory who sign the Bid b The name of the OIL s Independent External Monitors at present are as under i SHRI N GOPLASWAML I A S Retd Former Chief Election Commissioner of India E mail Id gopalaswamin gmail com ii SHRI RAMESH CHANDRA AGARWAL IPS Retd Former Director General of Police E mail Id rcagarwal rediffmail com C GENERAL i In cas
33. r having tie up with OEM for last minimum 5 five years as on the Bid Closing Date The OEM must have their own manufacturing assembling setup in India since last 3 three years as on the Bid Closing Date vi The manufacturer i e the Maker of the Lorry Loader must have sold minimum 5 five units of Stiff Telescopic Boom Lorry Loaders during last 3 three years in India as on the Bid Closing Date At least 1 No of the 5 units sold should be of capacity 14 TM 14 000 Kgm 5 vii Maximum Lifting moment 14 TM 14 000 Kgm 5 and Maximum Horizontal Outreach not less than 6 0 meter viii Maximum Lifting capacity 5 5 Ton 5500 kg 5 viii g capacity g ix Truck Unit GVW not less than 16 000 kg SGI4028P15 x Documentary evidence in support of clause iv v vi must be submitted alongwith the offer The documentary evidence may be in the form of Purchase order and completion certificate or Performance certificate 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 alongwith the Techno Commercial Bid Any bid not accompanied by a proper bid security will be rejected ii Bids are to be submitted in a single stage two bid system i e Technical Bid Unpriced and Priced Bid separately Bids shall be rejected outright if the technical bids contain the prices
34. simultaneous hydraulic operations 18 Operation in failsafe mode or not 19 Loader Dimensions Overall collapsible width including base amp stabilisers Collapsible height from base Top of chassis 20 Self Weight of loader excluding rear stabiliser 21 Weigh of rear stabiliser SGI4028P15 TRUCK CHASSIS UNIT 22 Make amp Model 23 Drive 24 GVW 25 Wheelbase amp Length 26 Engine HP 27 Drive 4X4 or not 28 Driver s Cabin Factory Built or not 29 Size of truck platform 30 Weight of truck platform 31 Spare Wheel COMPLETE LORRY LOADER UNIT 32 Overall Length 33 Total Weight SAFETY amp OTHER SPECIAL FEATURES 34 Stability Index 35 Load Liming device 36 Failsafe Operations 37 Angle indicator of boom SGI4028P15 PartB DOCUMENTATION Reference para 11 0 M of Annexure AAA SI DESCRIPTIONS DOCUMENT ENCLOSED YES OR NO REMARKS IF ANY No LOADER UNIT 1 Original printed technical leaflet brochure of lorry loaders offered 2 Details on Stability Index calculations 3 Details of Power Requirement calculation for the loader 4 Hydraulic schematics of loader unit including rear stabiliser 5 Mounting details drawing of loader to truck chassis 6 Technical literature brochures on truck chassis offered 7 Detailed dimensional drawing of complete unit with platform 8 L
35. 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 alongwith the Technical Bid A Technical The Bidder must meet the following requirements i The offer shall be for supply of Brand New indigenously available Stiff telescopic Boom Truck mounted Hydraulic full slewing crane with hydraulically operated winch The crane should be mounted on suitable brand New truck chassis of indigenous make Basic minimum specification of each unit shall be as per points vii viii and ix below ii Offer must be for complete ready to use unit i e offer must be for loader and truck with platform as a single ready to use unit part offer shall be rejected outright iii Offer must be for full quantity i e 2 two units of truck mounted crane as stated in point ii part offer shall be rejected outright iv The offered Make amp Model of the loader as well as the truck must be in current production range of the manufacturer and same must be available in market for atleast 1 one year as on the Bid Closing Date v Bidder must be a Lorry Truck Loader manufacturer OEM or their authorized dealer distributor or Indian Counterpart of OEM Original equipment manufacture
36. tion refer Part B of Checklist under Annexure CCC a Original printed technical leaflet brochure of the lorry loaders offered containing detailed information on load charts safety system dimensions etc amongst others b Details on Stability Index calculations c Details on Power Requirement calculation for the loader d Hydraulic schematics of loader unit including stabilisers all horizontal beams amp vertical jacks of front as well as rear stabilisers e Mounting details drawing of loader on truck chassis SGI4028P15 f Technical literature brochures on truck chassis offered g Detailed dimensional drawing of complete unit with platform h List of tools to be supplied under Standard Tool Kit for loader i List of tools to be supplied under Special Tool Kit for loader j Price list for specified spares as in para 04 0 for reference only not for bid evaluation k 2 years maintenance spares list with price for reference only not for bid evaluation Documentary evidence in support of meeting Eligibility of Bidder criteria m A list of customer s with detailed address to whom 5 five units of Stiff telescopic boom Lorry Loaders were supplied during last 3 three years in India as on the last day of the month preceding Bid Closing Date n Any other documents literatures drawings mentioned elsewhere in this tender document N Following shall be submitted along with each lorry loader a
37. ue ii 1 one set of Workshop amp Service Manual iii 1 one set of Operator s Manual All above manuals amp catalogues shall be supplied in book print format In addition same may also be supplied in CD format if available 06 0 INSPECTION TESTING AND ACCEPTANCE SGI4028P15 Notwithstanding any clause s mentioned elsewhere in this tender document supplier shall facilitate pre despatch inspection testing of the 2 two lorry loaders in one lot for OIL approved third party inspection agency viz M S Lloyds M S IRS MS B V M S Rites and M S DNV The test shall comply with IS 45 73 1982 latest edition The supplier shall provide testing facility with actual loads Demonstration of tests shall be the responsibility of the supplier at their cost Driver operator test load s required during inspection is to be arranged by the supplier The supplier shall submit the copy of test certificates duly witnessed and endorsed by OIL approved Third party inspection agency Charges if any shall be quoted separately and the same shall be considered for bid evaluation In case TPI charges is nil bidder must categorically mention the same in their offer The inspection testing amp acceptance process of each individual unit shall include the following minimum steps tasks a Operational testing of all functions of complete lorry loader unit b Load testing c Physical weighing of complete lorry loader unit d Inspe
38. ull or part along with the units against this particular tender shall be as per OIL s discretion only In case of any procurement same shall be made in one lot against the 2 two Lorry Loader units only not against each Lorry Loader a 4 four sets of Hydraulic Filters b 1 one No Hydraulic Pump c 1 one set Seal Kit each for each amp every hydraulic cylinder actuator of the loader i e Seal Kit for luffing cylinder all cylinders of boom stabilizer horizontal amp vertical cylinders etc d 2 years recommended maintenance spares for Loader e SPECIAL TOOL KIT 1 one set of special tool kit if any comprising of all essential tools required for maintenance amp troubleshooting of hydraulics amp its control system of the loader List of tools that shall be supplied shall be provided Specific description Part No etc amp unit price of each amp every spares items should clearly be indicated 05 0 MANUALS amp CATALOGUES Following manuals amp catalogues covering all details on the complete lorry loader including its safety system shall be supplied against each lorry loader A FOR LOADER PART i 1 one set of Spare Parts Catalogue ii 1 one set of Workshop amp Service Manual iii 1 one set of Operator s Manual iv 2 two set of hydraulic schematics v 1 one set of electrical amp electronic schematics as applicable B FOR TRUCK CHASSIS PART i 1 one set of Spare Parts Catalog
39. vice for all loader functions e Angle indicator to show operating angle of boom f Independently operated beam amp jack operations for all stabilizers for perfect levelling All operations in failsafe mode with positive hydraulic locking provisions in all actuators as applicable However stabiliser horizontal beams may be an exception g Constant load lifting capacity in all boom angle positions h Suitable in build system to arrest vibration of boom loader unit during load handling i Display of Load Chart near control console j Electric horn switch near control console k Spark Arrestor s 03 0 OTHERS a The loader and its components shall be brand new and recent manufacture and design b All calibrations in metric system c All display amp software if any used in the loader in English language only d Colour coding number coding of electrical wirings hydraulic hoses to the extent possible for easy identification Same has to be confirmed in the bid e Suitable support clamping for hydraulic hoses pipes electrical wirings etc SGI4028P15 f Both 2 two units both loader amp truck chassis must be of same Make amp Model and identical 04 0 SPARES amp ADDITIONAL ACCESSORIES Bidder shall quote price for the following items in their bid However same shall not have any bearing on bid qualification as well as shall not be counted for bid evaluation Procurement of the same in f

Download Pdf Manuals

image

Related Search

Related Contents

Administrators Manual ( format)  Daewoo DTC-150 Specifications  ECMT MULTILATERAL QUOTA CONTINGENT MULTILATÉRAL CEMT  Installation and Operation Manual  User' Guide - Trygghandel.se  FEATHER2004 ユーザーズマニュアル  AccuCARE - CIVCO Medical Solutions  TB23 DiagnosticsTroubleshooting  manual de instalacion del software de identificación  Manual - FAST.Eu  

Copyright © All rights reserved.
Failed to retrieve file