Home
Supply, Installation and Commissioning of 1.0 MW Crude Oil Run
Contents
1. For submitting the offer Click on Submit button only while been on General Data gt Basic Data tab Open 2 Bid Systm Name mock JI0384P11 Number CJI0384P11 External Version Humber 7 c1 Is 11 item Dat 1 You can view tender documents from Information from Purchaser tab 3 Click on Techno Commercial Bid tab to attach your tender documents 2 Click on Item Data tab to view item details and enter your prices 4 All dates amp times are according to Indian Standard Time GMT 5 30 HRS Basic Data Attributes Information from Purchaser Techno Commercial Bid Partner Delivery Address Bid Invitation Versions Check the information in your bid You can also add your own notes Texts Bidder s Remarks Attachments Upload a Document Descrision Path Crores Area for uploading Priced Bid No Documents Available Please click the link below for bid documents Area for up lo ading Te chno A Bid 60003169 DUMMY VENDOR FOR PRESS TENDER E E ok Commercial Unpriced Bid 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 6 0 Bidders are requested to examine all instructions forms terms and specifications in the bid Failure to furnish all information required as per the bid or submission of offers
2. 4 0 5 0 5 1 5 2 Offers not complying with the payment terms indicated in the enquiry shall be loaded with one percent above the prevailing Bank rate CC rate of State Bank of India for duration of commissioning time indicated in the tender plus transit time 3 months for evaluation purpose To ascertain the inter se ranking the comparison of the responsive bids will be made as under subject to corrections adjustments given herein When only foreign bidders are involved Comparison of bids will be done on the basis of Grand Total Value which is estimated as under A Total material value of the 2 Nos Generating Sets other than SI No B amp C below B Total cost mandatory spares as per Annexure E C Total cost of commissioning spares if any D Grand total material cost A B C E Pre shipment inspection and full load performance test charges by OIL personnel F Packing amp FOB Charges G Total FOB Port of Shipment value H Ocean Freight Charges upto Kolkata India 1 Insurance Charges 1 of Total FOB Port of Shipment value vide G above J Banking Charges 0 5 of Total FOB Value G above in case of payment through Letter of Credit If confirmed L C at buyer s account is required 1 5 of Total FOB Value will be loaded K Total CIF Kolkata value L Installation amp Commissioning charges M Total cost of Deputation charges for training for a period of 90 days refer Para 16 0 N T
3. Self supporting floor mounting built on rigid framework treated with antirust treatment as per IS and powder coated Dust and vermin proof as per IP54 Internal wiring with stranded copper wires of suitable conductor area lugs and ferrules as per drawing Internal earthing of all CFS units other equipment having earthing terminal and panel doors with suitably rated PVC insulated flexible copper earth wires copper braids of suitable rating as per IS and with Earthing bus at bottom of the panel Suitable for operation from front side with provision of inspection from the back Internal barriers between cubicles to provide separation as per IEC to prevent transmission of flashover in one panel to other panels Danger plates fitted on front and back Ventilation louvers guarded with wire mesh Bottom detachable gland plates for all cable entries 5 3 2 4 Wiring Scheme All Control system wiring shall be done with 2 5 sq mm flexible copper 1100v grade PVC insulated wires approved by ISI TAC FIA AII wiring will have copper lugs amp terminal blocks as required All control cable terminal ends will have suitable heavy duty crimping lugs of tinned copper Ferrules shall be provided for identification of cables All components shall be labelled for identification All auxiliary and main contactors shall be mounted on DIN channel Plug in relays shall not be used All auxiliary contactors timers terminal blocks sh
4. e Engine Lube oil outlet temperature e Engine Water outlet temperature e Engine Water inlet temperature e Exhaust gas temperature for each cylinder e Exhaust gas temperature for turbocharger e Water temperature for each cylinder d Controls e Local remote mode e Emergency stop e Engine start stop e Engine speed raise low e Alarm flasher buzzer off e Miscellaneous Indications e Common engine alarm e Engine start permission 6 2 Instrumentation and control system 6 2 1 6 2 2 6 2 3 The Engine Alternator set shall be provided with all requisite Instrumentation and control system to make the system complete Control system should be designed in a manner so as to allow both local as well as remote shutdown of the engine generator set in case of any emergency Programming configuration kit for engine troubleshooting complete with necessary licensed software for the Programming configuration kit shall be supplied 6 3 Instrument Design and construction 6 3 1 6 3 2 6 3 3 6 3 4 6 3 5 6 3 6 6 3 7 6 3 8 Each instrument shall have an over range protection of at least 30 of specified range The instrument enclosure shall be suitable for the area classification in which they are installed The enclosure shall be to the following standards a Weather proof housing IP55 to IEC 529 IS 2147 b Flameproof housing Flameproof Ex d as per IEC 60079 1 IS 2148 Flameproof housing shall also be made wea
5. 06 Nos for each type INDICATION LAMP FITTING Assorted 12 Nos INDICATION BULBS Assorted 200 Nos 4 Set ROTARY SELECTOR SWITCH Assorted 06 Nos AIR CIRCUIT BREAKER AUX CONTACT 06 SET AIR CIRCUIT BREAKER CLOSING COIL 02 Nos AIR CIRCUIT BREAKER TRIP COIL 02 Nos AIR CIRCUIT BREAKER UV COIL 02 Nos BATTERY CHARGER POWER DIODES 1SET THYRISTORS SCRs 1SET 4 Set CONTROL CARD All Types 1 No each AUTO MANUAL ROTARY SWITCH 1 No Any other material which the supplier may feel necessary As reqd Tender No SGG8156P13 1H Page 49 of 64 Annexure F DEVIATION SI No Page No of Section Clause No Description Deviation tender of clause proposed by document Bidder We herby certify that the offered equipment fully conforms to the tender specifications and we agree to all the technical and commercial specifications terms amp conditions except for the deviation s exception s mentioned in this Annexure Offer reference Name of the Bidder Tender No SGG8156P13 1H Page 50 of 64 Annexure G CHECK LIST THE CHECK LIST MUST BE COMPLETED AND RETURNED WITH YOUR OFFER PLEASE ENSURE THAT ALL THESE POINTS ARE COVERED IN YOUR OFFER THIS WILL ENSURE THAT YOUR OFFER IS PROPERLY EVALUATED CONFORMITY CHECK LIST 1 Bidder Quoting as Engine Procured Alternator Tick Appropriate from Procured from
6. During the process of this Site Acceptance test all the operating parameters shall be recorded hourly in the log sheets provided by the bidder for this purpose The bidder shall make necessary checks adjustments repairs required for normal operation of the system equipment All the safety devices shall be tested for their proper operation Upon completion of this Site Acceptance test the log sheets along with all observations shall be jointly signed by the bidder and OIL The performance of the system shall be evaluated based on the data and operations made during the Site Acceptance test In case of any dispute the decision of OIL shall be final COMMISSIONING DATE THE DATE OF SUCCESSFUL COMPLETION OF THE SITE ACCEPTANCE TEST SHALL BE CONSIDERED AS THE DATE OF COMMISSIONING OF THE GENSET Tender No SGG8156P13 1H Page 27 of 64 15 0 15 1 15 2 HANDING OVER On satisfactory completion of the Acceptance Test the genset shall be handed over to OIL for operation of the genset by OIL under the supervision of the bidder s technically competent Engineer Handing over shall also include submission of all documents data sheets test results drawings and spares as per purchase order of OIL 15 3 The Warranty Period shall be for 12 months and shall commence immediately after Handing over 16 0 16 1 16 2 16 3 16 4 16 5 17 0 17 1 17 2 17 3 17 4 17 5 of the genset to OIL The warranty shall cover the compl
7. 3 M s Gunnebo India Private Limited Kolkata 2 Double Headed Hydrant Fire Fighting Hose Type B Jet Spray Nozzle Hose Box 1 M s Newage Industries Surendranagar Gujrat 2 M s Zenith Fire Services India Pvt Ltd Mumbai 3 M s Nitin Fire Protection Industries Ltd Mumbai 8 0 CIVIL ENGINEERING WORKS 8 1 Construction of all major Civil engineering jobs shall be done by OIL Tender No SGG8156P13 1H Page 23 of 64 8 2 8 3 8 4 8 5 8 6 8 7 9 0 9 1 9 2 However for this purpose the successful bidder shall furnish the foundation design along with detailed working drawing for the Engine Generator set along with other foundation requirements for all other related accessories like Heat Exchangers Fuel conditioning plant Air Compressors Cooling water pumps Radiators etc Testing of soil and other parameters as required prior to design of foundation shall be undertaken by the bidder at his own cost The successful Bidder shall provide detailed drawings for requirements related with other civil items like Grouting bolting mounting arrangements cable trenches Pipe trenches etc for all Electrical and Instrumentation panels and Battery charger The Bidder shall also provide the proposed layout plan for the entire generator house indicating therein location and dimensions of all equipment The Foundation Design data and all other related drawings should be complete in all resp
8. N AE V 3 Ph EN Bas Dar E A NN em rs SOS woe 514 D TIP BS ham ry boom cin Ad Fe pra Coe Dor Sedum ef LMW 7 T mes IC iini Lo ams ne Dn t N R T K ot XNICIRAL ime s swnrca x i A d H QA HE i J jm M x bila Nd be A IP rs imn a hae T la header CAI s MAN PROPOSED SIME LINE DIADRAM Wea Nt BbUTARAL Wien 4 gt o 5OK VA e i 5 Vaga A m ALLIN nz LEAL Page 42 of 64 Tender No SGG8156P13 1H 9snoH JeMO7 10j wed sJayieni pea eujadig d MOj 4 18 og eur ejBuis Page 43 of 64 Tender No SGG8156P13 1H we ee wap aurdu uaAu q a pana pamo li opui MIN E Xz posodo yid o jo ud MOAR INS 7s png 1710 spes euo UTE WE DOO unge pdig pog sd PRA tO Sum any vora p pag Page 44 of 64 Tender No SGG8156P13 1H Density API Pour point Water content Wax Sulphur content Viscosity RVP Calorific value CRUDE OIL CHARACTERISTICS 0 8792 at 15 5 Deg C 29 400 at 15 5 Deg C 15 Deg C 0 65 v v 16 7 w w 0 15 9o w w 8 9 cst at 40 degC 0 05 kg cm2 at 40 degC 10167 Kcal Kg to 10833 Kcal Kg Tender No SGG8156P13 1H Annexure A Page 45 of 64 The generating sets should be suitable for operation at the following site condition GUWAHATI KAMRUP ASSAM INDIA 38 5 DEGC 07
9. Supply Regulation 2010 refer Drg No OIL PL SLD 03 Also the 1 MVA stepup transformer shall now be connected to the new LT switchgear panel refer Drg No OIL PL SLD 04 in place of the existing scheme where it is connected to the existing LT switchgear panels refer Drg No OIL PL SLD 01 The new and existing LT switchgear panels shall be interconnected through the Tie Breaker Panel 2 and 3 in the existing and new LT switchgear panels respectively refer Drg No OIL PL SLD 04 Tender No SGG8156P13 1H Page 13 of 64 The scope of work and supply for the bidder with respect to the above conversion work shall be as follows a Supply Erection and commissioning of a New LT switchgear panel as shown by dotted lines in Drg No OIL PL SLD 04 and as further described in para 5 3 2 below b Supply installation and termination of adequately sized DGMS approved stranded copper armoured cable interconnecting the New LT switchgear panel 1 MVA Transformer Outgoing breaker to the primary side of the 1 MVA step up transformer as shown by dotted lines in Drg No OIL PL SLD 04 Scope of work shall also include Control cable for transformer protection Note Disconnection of the connection between existing LT switchgear panel 1 MVA Transformer breaker and the primary side of the 1 MVA step up transformer as shown by firm lines in Drg No OIL PL SLD 01 shall be carried out by OIL c Supply installation termination of adequately sized DGMS
10. box OEM of Genset Authorised dealer of OEM of Genset OEM of Engine Authorised dealer of OEM of Engine OEM of Alternator Authorised dealer of OEM of Alternator OEM approved assembler of Generating set Documentary evidence in respect of above has been provided YES NO Bidder s Signature Bidder s Name Tender No SGG8156P13 1H Page 51 of 64 I 1 0 2 0 2 1 2 2 a b c d e g Annexure Il Bid Rejection Criteria BRC and Bid Evaluation Criteria BEC BID REJECTION CRITERIA BRC The bids must conform to the specifications terms and conditions given in the NIT Bids shall be rejected in case the items offered do not conform to the required technical minimum maximum parameters stipulated in the technical specifications and to the respective international national standards wherever stipulated Notwithstanding the general conformity of the bids to the stipulated specifications and terms and 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 Technical Each genset should conform to the following Minimum net power output of 1 MW on continuous rating basis at 415V 3 Phase 50 Hz Power factor 0 8 lagging at the Generator terminal This shall be under the specified s
11. shall be to the Bidder Seller s account iii Income Tax on the value of the Services rendered by the Bidder Seller in connection with installation commissioning training etc shall be deducted at source from the invoices at the appropriate rate under the I T Act amp Rules from time to time Vendor shall supply the equipment with the nameplate carrying the following information i OEM name ii Country of origin iii Year of manufacture Payment Payment shall be released as follows i 70 96 of the Generating Set value shall be released on supply of Generating Set against proof of despatch shipment of the goods li Remaining 30 of Generating Set value along with installation amp commissioning charges shall be paid after successful commissioning and acceptance of the Generating Set by OIL at site iii Training charges shall be payable on successful completion of training and submission of bill iv Payment against AMC chargers shall be payable on quarterly basis against the invoice s to be submitted by the bidder at the end of each quarter OIL may consider making 100 payment of the Generating Set value towards supply of the Generating Set against proof of dispatch shipment provided bidders agree to pay interest 1 above prevailing Bank Rate CC rate of State Bank of India for 30 of the Generating Set value and also submit Bank Guarantee for the equivalent amount plus interest valid till successful commissioning of Gen
12. Area Zone classification in which they are installed Bidder to note that Electrical equipment installed in hazardous areas shall have to be DGMS approved and the same should be marked on the body of the material 5 20 ALTERNATOR 5 2 1 Specifications a Rated Output 1250 KVA at specified ambient conditions b Rated Voltage 415 Volts 5 c Duty Parallel Operation Continuous base load duty for Industrial Loads Motor amp Lighting d Power Factor 0 8 PF lagging e Rated Frequency 90 Hz 3 f Armature Winding 3 Phase 4 wire type g Winding Connection Y connected with neutral earthed through neutral reactor to limit earth fault current to within 750 mA as per Regulation 100 i of CEA Measures relating to Safety amp Electric Supply Regulation 10 h Excitation system Brush less Separately excited PMG and with solid state AVR Voltage Regulation 0 5 from no load to full load Tender No SGG8156P13 1H Page 10 of 64 i Enclosure Protection IP 23 j Bearing Double bearing DE NDE k RTDs 6 Nos for Stator winding amp 2 Nos for Bearings 5 2 2 Performance Requirement a b c d e g h i p Operating Condition Alternator shall be suitable for operating satisfactorily in very humid atmosphere refer site condition Service condition shall be as specified in the data sheets The Alternator shall operate satisfactorily under sudden
13. Stator Core The stator core should be composed of high quality laminated silicon steel plates to reduce heat loss and improved electromagnetic efficiency Six nos of RTDs shall be embedded in stator windings two nos for each phase winding for measurement of stator winding temp Leads from RTDs are to be labelled and terminated in a separate terminal box e Bearings The alternator rotor shall be supported on two bearings for direct connection to the engine RTDs shall be provided in both the bearing housings for measurement of bearing temp Leads from RTDs are to be labelled and terminated in separate terminal box f Direction Of Rotation A clear indication of the direction of rotation shall be given on either end of the machine g Heaters Suitably rated heaters shall be installed within the enclosure Location and maximum surface temperature of the heater shall be such that no damage is caused to insulation Heaters shall be suitable for operation on single phase 230 V AC supply Suitable double pole switch feeder shall be provided in the LT Switchgear panel for switching on the heaters Electrical interlock shall be provided so that heaters are automatically switched off as soon as the alternator is synchronized h AVR Mounting The Automatic voltage regulator shall preferably not be mounted on top of the Alternator However if the same is unavoidable the AVR should be mounted on appropriate rubber bushing to reduce transmission of vibra
14. a proper bid security in ORIGINAL will be rejected without any further consideration For exemption for submission of Bid Security please refer Clause No 9 8 Section A of General Terms amp Conditions for e Procurement as per Booklet No MM GLOBAL E 01 2005 for E procurement ICB Tenders The Bid Security shall remain valid till 6 February 2014 Validity of the bid shall be minimum 6 months 180 days from Bid closing date Bids with lesser validity will be rejected Tender No SGG8156P13 1H Page 55 of 64 4 0 5 0 6 0 Bidders must confirm that Goods materials or plant s to be supplied shall be new of recent make and of the best quality and workmanship and shall be guaranteed for a period of twelve months from the date of commissioning of the complete package at site against any defects arising from faulty materials workmanship or design Defective goods materials or parts rejected by OIL shall be replaced immediately by the supplier at the supplier s expenses at no extra cost to OIL Successful bidder will be required to furnish a Performance Bank Guarantee 10 of the order value The Performance Bank Guarantee must be valid for one year from the date of receipt acceptance of goods or 18 months from the date of shipment whichever is earlier Bidder must confirm the same in their Technical Bid Offers not complying with this clause will be rejected Bidders are required to submit the summary of the prices in their Priced Bids
15. as per bid format Summary given below i Priced Bid Format SUMMARY for Foreign Bidders Total material value of the 2 Nos Generating Sets other than SI No B amp C below Total cost mandatory spares as per Annexure E Total cost of commissioning spares if any Grand total material cost A B C Pre shipment inspection and full load performance test charges by OIL personnel if any Packing amp FOB Charges Total FOB Port of Shipment value Ocean Freight Charges upto Kolkata India Insurance Charges Total CIF Kolkata value Installation amp Commissioning charges Total cost of Deputation charges for training for a period of 90 days refer Para 16 0 Total AMC charges for 3 years Total Value J K L M above Total value in words Gross Weight Gross Volume o LACCTQOmNUmo2oOu LVOZSLS Priced Bid Format SUMMARY for Indigenous Bidders Total material value of the 2 Nos Generating Sets other than SI No B amp C below Total cost mandatory spares as per Annexure E Total cost of commissioning spares if any Grand total material cost A B C Pre shipment inspection and full load performance test charges by OIL personnel if any Packing and Forwarding Charges Total Ex works value SS IH OU 2E Om moou Tender No SGG8156P13 1H Page 56 of 64 Excise Duty including Cess Please indicate
16. different engines use different grade of lube oils the landed price of lube oil at site shall be calculated as mentioned in the Bid Evaluation Criteria of this tender BIDDER TO NOTE THAT THE TECHNICAL BID SHOULD NOT CONTAIN ANY PRICE INFORMATION WHATSOEVER Installation and Testing of the generating set along with all auxiliaries and systems shall be carried out by the bidder in the presence of OIL representatives Services of qualified and competent personnel from original equipment manufacturer OEM are essential during installation and Testing OIL will provide necessary statutory permits for all Hot works like welding grinding cutting etc in classified areas as and when required All tools instruments hand tools required for complete installation and commissioning of the Engine Generator set along with all auxiliaries shall be arranged by the Bidder The bidder will be responsible for safety of its personnel and safety of all the equipment All the safety gadgets required for safely carrying out the job shall be provided by the bidder Bidder will be responsible for safe custody of all the items till handing over to OIL The bidder to strictly ensure that all the cut ends of cables packing materials leftover items are removed from site after completion of work DOCUMENTATION amp APPROVALS The following are the list of documents and drawings to be submitted by the bidder These are in addition to any requirement of document
17. engine generator set All special tools tackles and instruments required for operation amp maintenance This shall be 1 lot common for both the engine generator set Mandatory spares The Bidder shall supply all the Mandatory spares as listed in Annexure E Only 1 set of the Mandatory spares for both the units as listed in Annexure E shall be supplied Cost of these spares shall be considered for bid evaluation purpose Recommended Spare parts for 3 Years The bidder should provide a list of recommended spares for 3 years normal operation and maintenance considering 8000 Hrs of operation per year The spare parts list should cover all major equipment including Engine Alternator Coupling Pneumatic System Fuel System Lube oil System Exhaust System Metering amp Control Tender No SGG8156P13 1H Page 8 of 64 panel LT Switchgear Panel Fire detection system Instrumentation and Control System and other accessories The price list should indicate item description part number recommended quantity and price of individual items The cost of recommended spares will not be considered for bid evaluation purpose However OIL may place a separate Purchase Order for the same at a latter date 3 30 Documentation As mentioned elsewhere in this document under the heading documentation 3 31 Any other item required for proper operation and maintenance 4 0 CODE amp STANDARDS The Generating set along with all its auxiliary syst
18. not substantially responsive to the bid in every respect will be at the bidders risk and may result in the rejection of its offer without seeking any clarifications 7 0 The Integrity Pact is applicable against this tender OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Annexure XII 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 OIL s Independent External Monitors at present are as under 1 SHRI N GOPALASWAMI I A S Retd Former Chief Election Commissioner of India E mail Id gopalaswamin gmail com I SHRI RAMESH CHANDRA AGARWAL IPS Retd Former Director General of Police E mail Id reagarwal rediffmail com Tender No SGG8156P13 1H Page 4 of 64 1 0 2 0 3 0 3 1 Annexure TECHNICAL SPECIFICATIONS FOR 1 0 MW CRUDE OIL RUN ENGINE GENERATOR SET INTRODUCTION The existing captive power plant located at OIL s Pipeline He
19. of 64 3 2 3 3 3 4 3 5 3 6 3 7 3 8 ventilation and crankcase relief valve The engine shall conform to ISO 3046 specifications and shall be rated for continuous power with an over load power rating of 110 of the continuous power for a period of 1 hr in a cycle of 12 hrs Coupling A suitable selected coupling should be incorporated to transfer power from the engine to the alternator A guard should be provided to cover the same to meet OISD norms Engine Pneumatic starting system Bidder shall supply the starting air system complete with Air bottles Air compressors piping pressure reducers etc The bidder shall supply at least 2 Nos Air compressors 1 one Electrical Motor driven and 1 One Engine driven The above system shall be common for both the Engine Generator sets Cooling water system complete The engine shall be water cooled with heat exchanger amp Radiator Forced Up Draft installed outside the Generator House The cooling system shall be designed to ensure that it is adequately rated for continuous full load operation of the genset at the maximum specified ambient temperature The cooling water system shall be provided with necessary cooling water treatment system for prevention of scaling corrosion and pH balance Bidder s scope shall include all items required to make the system complete including heat exchanger amp Radiator cooling water pumps cooling water treatment system piping along with all a
20. s 1 e OIL notified Holidays The standard working time shall be from 0700 Hrs to 1530 Hrs with a 1 Hr Lunch Break from Monday to Friday and 0700 Hrs to 1100 Hrs on Saturday However OIL reserves the right to modify the training timing based on mutually convenient timing ANNUAL MAINTENANCE The Annual Maintenance period of 3 Years shall start immediately following the completion of the Warranty Period and shall cover Schedule preventive and Condition monitoring of all Mechanical Electrical Instrumentation and Fire Detection system supplied by the bidder Except for the routine day to day maintenances all other maintenances as per OEMs maintenance schedule shall be carried out by the bidder during the tenure of the AMC All spare parts and consumables required for carrying out the maintenance shall be provided by OIL However all Manpower Tools and Tackles shall be arranged by the Bidder The workforce deployed for the work shall be competent in the respective field of work For the above work at least two visits per year by supplier s maintenance engineer shall be mandatory Apart from the routine maintenances as highlighted above the bidder shall arrange to attend to any Break down Maintenance call issued by OIL within a maximum of 5 working days Services Tender No SGG8156P13 1H Page 28 of 64 17 6 18 0 18 1 19 0 19 1 19 2 19 3 19 4 19 5 19 6 19 7 19 8 20 0 of the OEM as may be required for fault diagn
21. set Detailed drawings for other civil items like Grouting bolting mounting arrangements cable trenches Pipe trenches etc for all Electrical panels Instrumentation panels Battery charger Battery etc Synchronizing Paralleling and Load sharing methodology Alarm Trip and Protective devices for the Engine Generator sets Design data and technical details of Fire detection and Alarm system Electrical Single line diagrams Cable sizing calculation for Alternator main cables Interconnector cable between the proposed LT Switchgear panel and OIL s existing LT Switchgear Distribution panel and 1 MVA transformer feeder Detailed Power amp Control wiring diagrams bus bar sizing Bills of material panel enclosure and equipment specifications for the LT switchgear panel Generator Metering amp Control panel and Engine Local Control panel Motor specifications and enclosure classifications Earthing scheme for both Body and Neutral earthing Sizing calculation for Battery Bank amp Battery Charger 20 3 4 months before pre commissioning activities 2 Two Sets of Pre commissioning and Commissioning activity list for each equipment system for approval by OIL These check lists in addition to indicating the checks test to be carried out on each equipment system shall also indicate the sequence and schedule of the activities 20 4 3 months before pre commissioning activities 2 Two Sets of draft start up and operating manuals for th
22. supplied Bidder shall offer only those makes of Engines and Alternators whose experience he has shown in the above table in compliance of requirements mentioned in para 3 2 3 above Any other make apart from those will not be accepted Supporting Documents a Possession of a supply order without complete execution or partially completed order will not be considered as previous experience of the bidder with respect to the Bidder s Experience criteria b In support of the experience as noted in Para 3 1 2 and 3 2 3 above the bidder shall submit the following documents duly notarized i Copy of the Purchase Order showing equipment details Date of order Delivery Date etc il Commissioning report from the clients iil Performance report from the clients c In support of clause nos 3 2 1 authorization certificate in original from the OEM shall be enclosed Note All The above mentioned documents shall be in the name of the bidder The Bidder must furnish an undertaking confirmation from OEMs that the Engine and Alternator are not going to become obsolete for at least the next 15 years and availability of spares is guaranteed for 15 years or more The Bidder must furnish an undertaking that they agree to make available spare parts carry out Preventive amp Breakdown maintenance provide Technical support amp updates for at least the next 15 Years The bidder shall also submit a declaration from OEM o
23. system is a solidly earthed system Refer attached Single line drawing SLD the scope of work covered under this specification shall also include addition of Neutral reactors in the existing system so as to make it compatible with the new system The revised SLD diagram showing the quantity and locations of the proposed neutral reactors to be supplied installed and commissioned by the bidder is attached Earthing system for all equipment supplied by the bidder including connection of the same to OIL s existing earthing grid Engine Local control panel indicating all critical parameters like lube oil pressure lube oil temperature water pressure water temperature exhaust temperature differential temperatures engine speed etc shall be separate for each Engine Generator set Engine Alternator Control amp Monitoring System All requisite Instrumentation and control system including Management Information System MIS Engine Generator Remote Metering amp Control panel supplied by the Bidder shall be located inside the Control Room built for this purpose by OIL Complete system monitoring Synchronising and Load Sharing of the entire system shall be performed from here Necessary inputs outputs from to existing CAT genset of OIL shall also be brought by the bidder to Tender No SGG8156P13 1H Page 7 of 64 3 19 3 20 3 21 3 22 3 23 3 24 325 326 327 328 3 29 this panel to facilitate parallel operatio
24. their authorized dealers Note But whatever may be their status in para 2 1 amp 2 2 above Bidder will have to enclose documentary evidence along with the offer failing which offer will be rejected Bidder s Experience In case the bidder is an Original Equipment Manufacturer OEM of the complete Generating set or Engine or Alternator The bidder shall be a Manufacturer of complete Generating set or Engine or Alternator Bidders should have the experience of successfully completing at least 3 Three orders in the last 10 ten years preceding from the date of Original Bid closing of this tender against supply installation commissioning and testing of Crude oil Heavy Fuel oil HFO Engine driven Generating sets of capacity 600 KW or above along with the Control Panels and accessories in State Central PSUs State Central Govt or any other Public Limited Company Documentary evidence in this regard must be provided along with the quotation failing which offer will be rejected Bidder shall also submit details of the previous supply of such supply in a tabular format as shown below SL Client Order No Date Genset specification Completi Supporting No Customer Name Contract of Engine Alternator on date document and Address No order Make Model Rating enclosed with contact e Fuel used amp Quantity mail id supplied In case the Bidder is an authorized dealer of OEM for the En
25. 0 DEGC gt 75 100 55 50 Meter 353 6 mm July Zone V 181893 Location District State Country Maximum Temperature Minimum Temperature Average Humidity Maximum Humidity Maximum Altitude above MSL Maximum Total rainfall Earthquake Zone Tender No SGG8156P13 1H SITE CONDITION Annexure B Page 46 of 64 INFRASTRUCTURE AVAILABLE AT SITE Annexure C SL NO DESCRIPTION CAPACITY 1 Over ground open static water tank Capacity 1200 KL Source of Raw Water supply Dimension L x B x D 35 m x 20 6 mx 2 2m Temperature 5 C above ambient temperature 2 Crude Oil service Tank 20x2 KL Temp Ambient Temperature 3 Crude Oil Circulating Pump Capacity 9 0 m3 hr Pressure 12 kg cm2 Max Note Bidder to assess regarding suitability of using the existing infrastructure for the proposed 1 MW Generating sets and make requisite arrangements accordingly Tender No SGG8156P13 1H Page 47 of 64 Annexure D DETAILS OF EXISTING 600 KW CAT DIESEL GENERATOR Proposed new 2 x 1 MW Generators will have to synchronize and run in parallel with this genset Engine details a Make CATERPILLAR b Type 3508B DITA c Fuel Diesel d Power 664 BK W 890 BHP e RPM 1500 f Others 4 Stroke V 8 turbo charged Air start Integral Radiator g Governor ECM Governing Class A1 as per ISO 3046 4 Governing accuracy class within Al Steady state speed band 0 25 Alte
26. Tender No Tender Fee Bid Security Bidding Type Bid Closing on Bid Opening on Performance Guarantee Oil India Limited A Govt of India Enterprise P O Udayan Vihar 781171 Assam Telephone No 91 361 2643685 Fax No 91 361 2643686 Email oilmatp oilindia in_ erp_mm oilindia in 8GG8156P13 1H INR 4 500 00 OR USD 100 00 Applicable SINGLE STAGE TWO BID SYSTEM As mentioned in the Basic Data of the tender in OIL s e portal As mentioned in the Basic Data of the tender in OIL s e portal Applicable OIL INDIA LIMITED invites Global Tenders for items detailed below Item No Material Description QTY UOM Mat Code 10 Supply Installation and Commissioning of 1 0 MW Crude Oil Run 2 Nos Engine Generator set as per the following Annexure 8 Detailed specification Annexure l b Bid Rejection Criteria BRC and Bid Evaluation Criteria Annexure Il c Technical amp Commercial Check list vide Annexure III NOTES 1 A Pre Bid Conference with the Parties will be held in Guwahati India on 8th amp 9th January 2013 to discuss on the technical specifications and other terms and conditions of the tender All the Parties who purchase the Tender 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 Clarificat
27. Transformer primary end The copper armoured cable shall be sized for a minimum of 1 30 times the full load LV primary current of the 1 MVA Transformer which is 1444 Amps with due consideration given for cable Voltage drop The approximate cable length per phase which shall be required for this purpose is 100m However this is only an approximation and bidder shall supply as per actual site requirement Scope of work shall also include Control cable for transformer protection g Outgoing Feeders Switch Fuse units shall be mechanically interlocked with the panel door 5 3 2 6 Cable arrangement inside panel All cables to the panel will enter through a detachable gland plate at the bottom of the panel All cables will enter the enclosure through suitably sized heavy duty single compression glands and connections will be made through properly rated tinned copper terminal strips Cable alleys will be provided as necessary for running the cables in the panel Detachable gland plates of adequate size and number of cables shall be provided at the bottom of the panel for incoming and outgoing cables Space inside panel shall be sufficient for armoured copper cables All Incoming and outgoing power cables shall terminate on electrolytic grade high conductivity electro tinned copper links liberally sized for termination of power cables 5 3 2 7 Make of Electrical Items All Electrical items used in the LT switchgear panel shall be of reputed make Bi
28. ad Quarter at Guwahati Assam supplies the electrical power requirement of the Crude oil Pump Station and domestic housing colony The Power plant has 3 x 250 KW Allen crude oil driven genset 1 x 584 KW MAN diesel genset and 1 x 600 KW CAT diesel genset for this purpose Since there is no grid supply these gensets run continuously for meeting the required electrical load which is generally in the range of 500 KW 635 KW The number of gensets which run in parallel at a particular point of time depends on the load and operational availability of the gensets In view of ageing of the 3 x 250 KW Allen and 1 x 584 KW MAN gensets and projected increase in the electrical load it is proposed decommission these 4 sets and install 2 Nos x 1 MW crude oil driven gensets for catering to the electrical load SCOPE OF WORK The work shall cover Design Engineering Manufacturer Supply System integration Full load performance test at Manufacturer s works installation testing pre commissioning site acceptance test commissioning and handover of 2 Nos x 1 MW at site condition 415V 3 Phase 50 Hz Power factor 0 80 lagging Industrial type continuous duty stationery Medium speed 750 1000 RPM 4 stroke cycle water cooled Compression Ignition turbocharged or naturally aspirated Crude Oil run Engine Generator set for continuous base load operation in parallel with existing 600 Kw CAT Engine Generator Set including all auxiliaries required for runn
29. and gear driven from the engine gear train The system shall incorporate full flow filtration with Pressure relief valve bypass valve and Filter changeover mechanism with one filter running and other on standby so as to continue lubrication in the event of filter clogging Bidder s scope shall include all items required to make the system complete including all piping valves heat exchangers etc Fuel system complete The fuel system shall broadly comprise of Crude Oil transfer system Crude Oil conditioning plant Fuel filter with changeover mechanism Fuel injection system and Engine governing system The existing fuel storage amp fuel transfer infrastructure system already available at site is given in Annexure C The bidder shall evaluate the existing Fuel oil crude system vis vis Bidder s engine requirement and make arrangements accordingly Separate crude oil storage tank shall not be installed by the bidder as statutory approvals are required for storage of crude oil Tender No SGG8156P13 1H Page 6 of 64 3 9 3 10 3 11 3 12 3 13 3 14 3 15 3 16 3 17 3 18 Bidder s scope shall include all items required to make the system complete including piping valves Regulating valve Flow meter to monitor the consumption of fuel oil etc In case of fuel leak off from Injectors etc a full enclosed tank with return to the main service tank shall be provided Complicated Electronic Fuel injection system shall be avoide
30. applicable rate of Duty Total Ex works value including Excise Duty amp Cess Sales Tax Please indicate applicable rate of Tax Total FOR Despatching station value Road Transportation charges to Guwahati Insurance Charges Assam Entry tax Total FOR Guwahati value Installation amp Commissioning charges Total cost of Deputation charges for training for a period of 90 days refer Para 16 0 Total AMC charges for 3 years Total Value O P Q R above Total value in words Gross Weight Gross Volume SSCAGASBSZSECSSSS NOTE 1 The Commissioning Spares and mandatory spares should be quoted separately indicating the unit price and quantity quoted 2 Total AMC charges for 3 years shall also be indicated per year basis separately 3 Summary of the prices as per the bid format Summary mentioned above to be up loaded in Priced Bid separately 4 Installation Commissioning charges amp 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 suppliers commissioning personnel during their stay at the commissioning sites All Income Service Corporate Taxes etc towards the services provided under installation commissioning shall be borne by the supplier and will be deducted at source at the time of rele
31. approved stranded copper armoured cable interconnecting the New LT switchgear panel Tie Breaker 3 with existing LT switchgear panel Tie Breaker 2 as shown by dotted lines in Drg No OIL PL SLD 04 d Removal of the existing solid neutral earthing system and in its place supply install and commission Neutral Grounding Reactors as per requirement shown in Drg No OIL PL SLD 03 5 3 2 LT SWITCHGEAR PANEL 5 3 2 1 The purpose of the LT Switchgear panel shall be for connecting the incoming power from the 1 MW Gensets and subsequent distribution of the same through outgoing feeders and motor starter panels All outgoing feeders and motor starters required for operation of the genset viz radiator motor cooling water motor Air compressor motor fuel conditioning plant motor Battery charger feeder outgoing supply to panels Alternator space heaters etc shall also be accommodated in this panel The number of such outgoing panels shall be as required by the bidder for operation of the genset The proposed LT switchgear panel shall be interconnected with OIL s existing LT switchgear panel through Tie Breaker 2 and Tie Breaker 3 refer Drg No OIL PL SLD 04 The proposed LT switchgear panel shall comprise of the following minimum panels For details please refer Drg No OIL PL SLD 04 Generator Incomer Breaker panel 2 Nos Bus Coupler Breaker panel 1 No Tie Breaker panel 3 1 No Outgoing Breaker Panel 2 Nos MVA Transforme
32. asing the payment Bidders must categorically indicate the Installation Commissioning Pre despatch Shipment Inspection Training charges and AMC charges in their offers and must confirm about providing the same in their Technical bids 7 0 Offers received without Integrity Pact duly signed by the authorised signatory of the bidder will be rejected I BID EVALUATION CRITERIA BEC The Bids conforming to the specifications terms and conditions stipulated in the tender and considered to be responsive after subjecting to the Bid Rejection Criteria will be considered for further evaluation as per the Bid Evaluation Criteria given below A Technical 1 0 CALCULATION FOR LOADING FOR FUEL CONSUMPTION Offers will be loaded considering 8000 Hrs of operation year and equipment life of 15 years The calculation for loading shall accordingly be as follows Tender No SGG8156P13 1H Page 57 of 64 2 0 B 1 0 2 0 3 0 Loading for Fuel Lr Pe x Fe x 8000 x t x Cr 1 000 000 Where Lr Loading in P Rated load in KW i e 1000 Kw Fe Fuel consumption of the genset package under evaluation in g K WH t Time in years i e 15 years Cr Crude oil price in X MT The crude oil price shall be determined based on the billing amount of our company we are an E amp P company for the month immediately preceding the Original Bid Closing date CALCULATION FOR LOADING FOR LUBE OIL CONSUMPTION Offers will be loaded consid
33. ation mentioned elsewhere in this tender document Tender No SGG8156P13 1H Page 29 of 64 20 1 Along with the bid 3 Three Sets a b c d e f g h i j k D Technical write up on the Engine generator set explaining therein the design concept and key features of the set Synchronizing Paralleling and Load sharing methodology between the new gensets as well as with existing CAT genset of Oil India Ltd Details of Alarm Trip and Protective devices for the Engine Generator sets Details of Fire detection and Alarm system GA drawings of Engine and Alternator Proposed layout drawings of all equipment Electrical amp Instrumentation panels Tentative dimensional foundation drawings of all equipment including main Engine Generator set Detailed Full Load Performance test procedure for Engine Generator set Technical Specifications Data sheets and Type Test certificates of all major equipment Electrical Single line diagrams Control schematics and Bills of material for LT switchgear panel Copy of Agreements MOUs between Bidder and his Sub Vendors regarding service support 20 2 Within 30 days of placement of purchase order 2 Two Sets for approval by OIL prior to starting manufacture procurement a b c d e f g h j k D GA layout drawings of all equipment panels and cable trenches Detailed Foundation design and working drawings of all equipment including main Engine Generator
34. ccessories to make the system complete Cooling water pumps shall be common for both the Engine Generator sets and designed taking into consideration that both gensets may be run at full load simultaneously For this purpose 2 Nos x 100 capacity electric motor driven cooling water pumps shall be provided with one pump in operation and the other remaining on standby Air Inlet system complete Normally aspirated or Turbo Charged with appropriate air filters suitable for dusty environment Exhaust Air system complete The exhaust system should comprise of exhaust manifold exhaust flexible connection exhaust silencer spark arrestor and piping connections Piping should be installed with appropriate thermal insulation and should be supported to prevent weight or thermal growth being transferred to the engine A rain cap will be supplied to terminate the exhaust pipe These components must be properly sized to assure operation with minimum back pressure Stack height of Genset shall be as per the guidelines of Central Pollution Control Board and as prescribed in Environment Protection Rules 1986 for release of gaseous emission considering diesel crude oil burning engine Lube oil system complete The lubricating system should comprise of lubricating oil pump lubricating oil filter lubricating oil cooler lubricating oil pan and crankcase breather The lubricating oil pump shall be a positive displacement type that is integral with the engine
35. chgear loads etc Sizing calculation shall be provided by the bidder Battery charger shall have both Auto Boost and Float mode as well as complete Manual mode Coarse amp Fine control Charger shall be designed and functionally cable of charging new set of batteries The Battery and Battery Charger system shall be separate for individual Engine Generator set Installation and commissioning Installation and Commissioning of the complete Engine Generator set along with all auxiliaries and sub systems viz control systems Fire detection electrical switchgears battery battery chargers etc shall be carried out by the successful bidder supplier Installation and Commissioning of the supplied equipment shall be started within of 2 weeks from the date of receipt of intimation from OIL regarding receipt of material at site Bidder to confirm the same in their techno commercial bid All consumables like lubricants grease filters gaskets etc including fuel required during pre commissioning commissioning and site acceptance test of the genset Regarding fuel for the engine as mentioned above the same may be supplied by OIL on chargeable basis based on specific request from the bidder All consumables like filters lubricants grease gaskets etc excluding fuel required for running the Engine Generator set for the subsequent 4000 Hrs after successful completion of the site Acceptance test This shall be supplied separately for each
36. copy of Bid Bond Sent separately If Yes provide details a Amount b Name of issuing Bank c Validity of Bid Bond 3 1 Whether offered firm prices Yes No 3 2 Whether quoted offer validity of Six months from the date of closing of tender Yes No 3 3 Whether quoted a firm delivery period Yes No 3 4 Whether agreed to the NIT Warranty clause Yes No 3 5 Whether confirmed acceptance of tender Payment Terms of 70 against shipment dispatch Yes No documents and balance 30 after successful commissioning along with commissioning charges 3 6 Whether confirmed to submit PBG as asked for in NIT Yes No 3 61 Whether agreed to submit PBG within 30 days of placement of order Yes No 3 7 Whether Price submitted as per Price Schedule refer Para 6 0 of BRC vide Annexure Il Yes No 3 71 Whether confirmed that all spares amp consumables will be supplied for a minimum period of 15 years Yes No 6 72 Whether cost of Recommended Spares for 2 years of operations quoted Yes No 3 8 Whether quoted as per NIT without any deviations Yes No 3 81 Whether quoted any deviation Yes No 3 82 Whether deviation separately highlighted Yes No 3 9 Whether indicated the country of origin for the items quoted Yes No 3 91 Whether technical literature catalogue enclosed Yes No 3 92 Whether weight amp volume of items offered indicated Yes No 4 0 For Foreign Bidders Whether offered FOB FCA port of des
37. d to the extent possible so as to ensure easy engine maintainability by the Purchaser OIL The following system shall be designed as below Equipment Configuration Remarks Fuel Transfer pump IW 15 Common for both the Engine Generator Crude Oil 1W 1S sets and designed taking into Conditioning Plant consideration that both gensets may be Processing unit run at full load simultaneously Over speed protection system Both Mechanical as well as Electronic Over speed protection system for fail proof shutdown of the engine in case of an overspeed Mechanical guard for totally covering all rotating parts of the engine generator set including the flywheel Grouting bolts of proper size to be provided for all equipment foundations Anti vibration dampers as required shall be provided Piping system All plant piping required for the Proposed Engine Generator package including interconnection piping with existing system Fire detection system and Alarm System Complete fire detection and Alarm system for the entire generator house internal The work shall be as per applicable standard Generator Neutral Earthing The Alternators shall be earthed through suitably rated neutral reactor so as to limit earth fault current to within 750 mA as per Regulation 100 1 of Central Electricity Authority Measures relating to Safety and Electric Supply Regulation 2010 Since existing LT power generation and distribution
38. dder shall in his detailed bill of material indicate the different makes offered for necessary selection by OIL In the event that the offered make in the opinion of OIL is not of good quality the bidder shall arrange to offer alternative makes 5 3 3 INSPECTION AND TESTING OF SWITCHGEAR amp CONTROL PANEL 5 3 3 1 All routine tests for LT Switchgear Panel and Generator Metering amp Control panel as per standard shall be witnessed by OIL at the manufacturer s works The routine test of the panels will include the following minimum tests measurements a Physical checks amp Operation check of all components b High Voltage Test c Insulation tests before and after HV tests 5 3 3 2 Any modification suggested during inspection to comply with order specifications shall be carried out by supplier at no additional cost Supplier shall dispatch the material to site only on receipt of dispatch clearance from OIL Tender No SGG8156P13 1H Page 17 of 64 5 4 5 5 5 5 1 5 5 2 5 5 3 6 0 6 1 6 1 1 SPECIFICATIONS FOR AUX MOTORS All Motors shall have the following specifications a Type Motor 1 or 3 phase squirrel cage AC Induction type b Voltage 240 V AC 415V AC 5 volts 3 Phase 50 Hz 2 5 c Duty Continuous S1 d Standards IS 325 e Insulation Class F f Degree of protection IP55 g Approval DGMS approval for all motors installed in Hazardous area h Earthing Two nos of earthing st
39. ditions for Global Tender However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria BEC BRC mentioned here contradict the Clauses in the General Terms amp Conditions of Global Tender of the tender and or elsewhere those mentioned in this BEC BRC shall prevail Tender No SGG8156P13 1H Page 60 of 64 Annexure Ill CHECK LIST A TECHNICAL CHECK LIST THE CHECK LIST MUST BE COMPLETED AND RETURNED WITH YOUR OFFER PLEASE ENSURE THAT ALL THESE POINTS ARE COVERED IN YOUR OFFER THESE WILL ENSURE THAT YOUR OFFER IS PROPERLY EVALUATED PLEASE SELECT Yes OR No TO THE FOLLOWING QUESTIONS IN THE RIGHT HAND COLUMN l Whether offered Engine Generator set is a crude oil burning genset as per specifications of NIT YES NO ps Whether any deviation from the NIT specifications has been separately highlighted as required by the NIT YES NO Whether documentary evidence of experience as specifically mentioned in the NIT has been enclosed YES NO Whether Bidder agrees to inspection of Engine and Alternator during the manufacturing assembling stage by OIL s representative YES NO Whether full load performance testing at manufacturer s works will be carried out in the presence of OIL s representative If yes then In totally assembled state Engine amp Alternator Separately for Engine and Alternator at their respective works YES NO Whethe
40. e of measurement Management Information System MIS The Engine Alternator set shall be provided with a Management Information System MIS for monitoring all vital engine and generator parameters from the control room The MIS system shall collect process display and store live as well as historical data Requisite user friendly MIS software should be provided for this purpose The Bidder shall provided all necessary hardware and software for information sharing between this MIS and OIL s existing SCADA system for monitoring of all critical parameters centrally The approximate distance between the proposed control room where this MIS system shall be installed and OIL s existing SCADA system is approx 120m All software preloaded in the Programming configuration kit and the Management Information System MIS shall also be provided in separate CDs to enable OIL reinstall the same in case of a system hardware or software crash FIRE DETECTION AND ALARM SYSTEM Automatic fire detection and alarm system Applicable areas are Generator House Control Room and Battery Room General Specifications a Bidder shall provide the detailed design basis of the Automatic fire detection and alarm system which shall comply with e OISD STD 173 Fire Prevention and Protection System for Electrical Installations e OISD STD 163 Safety for Control Room in Hydrocarbon Industry b The automatic Fire Detection and alarm system should c
41. e plant In particular the following information shall be covered Tender No SGG8156P13 1H Page 30 of 64 20 5 a b c d e f g h i j k D General description of the plant Pre starting checks Start up procedures Normal operation procedures Shutdown procedure normal emergency Vendor instructions for all equipment for normal operation and trouble shooting Detailed write up on Control amp Safety Instrumentation system along with set points of different alarms and trip devices Summary of utilities consumption Lubrication schedule Fire detection and Alarm system Equipment specifications Equipment and instrument data sheets m Electrical single line and schematic diagrams n o p q r Wiring diagrams of various panels Details about various electronic cards amp modules Piping and instrumentation drawings P amp I Safety logic diagrams Recommended Performa of log sheets Review of Start up and Operation Manual shall be done by OIL and all changes additions deletions required by OIL shall be discussed with the bidder and shall be incorporated in the final Start up and Operation Manual Vendors operating manuals shall form a part of final operating manual After commissioning 6 Six Sets in bound form and 3 Three sets in soft copy a b c d e g GA drawings layout plan showing all equipment Drawings should be provided in full size and not in A4 size R
42. ect test amp if necessary reject any parts parts after delivery at site including incomplete manuals catalogues etc in case of any fault on the part of the supplier It shall in no way be waived by the reason that the unit item was previously inspected amp passed by OIL as per Inspection Clause detailed elsewhere in the NIT To keep the unit fully operational in case of failure of any item during the warranty period it is the supplier s responsibility to arrange replacement repairing at site at their own cost including custom duty freight etc within a period of maximum 3 three weeks from the date of notification of such failure The warranty for the repaired item shall be correspondently extended by a period equal to that from the date of failure to the date of re commissioning In case of replacements the warranty shall be for 1 one year from the date of commissioning of the replaced item Defective goods materials or parts notified by OIL to the Seller shall be replaced immediately by the Seller on F O R destination basis including payment of all taxes and duties at Seller s expense This guarantee shall survive and hold good not withstanding inspection payment for and acceptance of the goods Predespatch Inspection and Testing Charges The Generating Sets shall be inspected by OIL s deputed engineer at manufacturers works factory prior to dispatch and as per the scope clauses mentioned in the NIT However such inspect
43. ects so that civil work by OIL is not hampered due to inadequate information Successful bidder s representative shall visit site regularly during the civil construction work of the power plant in order to check the suitability of the ongoing civil construction work The number of such visits shall be based on requirement and shall be subject to mutual agreement NOTE All minor civil works including cable tray works shall be in Bidder s scope of work EXCLUSIONS FROM BIDDER S SCOPE OF WORK The following are specifically excluded from the scope of work of the bidder a All major civil works including construction of Generator House Genset foundations equipment foundation RCC cable and pipe trenches etc Bidder should however note that wherever RCC cable and pipe trenches are not available the bidder shall arrange to lay the cables and pipes by direct burial method at his own cost b Lighting inside and outside the Generator House c Air conditioning system d Telephone communication system e Loading Unloading and storage of Bulk Crude oil Following facilities shall be provided by OIL to the Bidder without any charges during the period of installation and commissioning a General open space and limited covered space for temporary storage of Bidder s materials inside the Industrial Area b Construction power area lighting and water supply c Unguarded open space outside OIL s Industrial area for use by the Bidde
44. ed lube oil consumption data declared by the bidder the genset package shall stand automatically rejected SITE ACCEPTANCE TEST After successful completion of the full load performance test at Manufacturer s works and installation of all equipment and auxiliaries at site the generating set will be subjected to SITE ACCEPTANCE TEST as detailed in the following paragraphs at full load or 100 of the available load before handing over to OIL The Engine Generator set would be loaded to full load or 100 of the available load and run continuously for a period of 72 Hrs During this period of 72 Hrs a total cumulative outage of 3 5 Hrs with each outage of not more than 0 5 Hrs duration shall be allowed Failing the above condition the test shall be repeated The Genset s synchronizing and load sharing capabilities amongst each other as well as with existing CAT genset of OIL shall also be tested In addition the bidder shall demonstrate the dynamic stability of the system under various abnormal outage tripping conditions of individual generator s loads Vibration of the complete Genset package shall also be checked On successful completion of the above tests the reliability of the units shall be assessed by running the units at full load or 100 of the available load The duration of each reliability run shall be 10 days During this reliability run no outage shall be allowable Failing the above condition the test shall be repeated
45. el zone detector indicator alarm system etc for Fire detection and Alarm system j Details of power cables control cable and their routes k Bill of materials of all components 1 Catalogues of various components m Detailed data graphs etc of all Tests carried out during commissioning n Recommended Spare parts list for 3 Years o Training brochures schedules for all major equipment for enabling OIL to depute their personnel for training in their own workshop DATA SHEET 21 0 DATA SHEET FOR GENSET PACKAGE e Manufacturer e Type e Duty e Design Code e Power Output in KW amp BHP SO Power Service Power at site condition e Specific fuel consumption at ISO conditions g K WH e Guaranteed fuel consumption in g KWH at 100 load at alternator terminal e Fuel consumption g KWH At 75 load at alternator terminal At50 load at alternator terminal e Guaranteed lube oil consumption in L KWH at 100 load at alternator terminal e Lube oil consumption L K WH At 75 load at alternator terminal At50 load at alternator terminal e Engine Thermal efficiency e Type amp grade of lube oil recommended e Engine sump capacity Ltr e Method of starting e Minimum Air pressure required for starting Tender No SGG8156P13 1H Page 32 of 64 e Engine Speed Governing Governor Make Type of Governing ISO 3046 4 Governing accuracy class Upward range of speed setting Downward range of speed sett
46. ems shall be designed constructed and tested in accordance with the latest editions of the following but not limited to applicable International Indian standards STANDARD TITLE IS 1271 Classification of insulating materials for electrical machinery and apparatus in relation to their thermal stability of service IS 1885 Part 35 Electro technical vocabulary Rotating Machinery IS 2071 Methods of high voltage testing IS 2071 Part T General Definition and test requirements IS 2071 Part II Test Procedures IS 2071 Part III Measuring Devices IS 3043 Code of practice of Earthing IS 4691 Degree of protection provided by enclosures for rotating electrical machinery IS 4722 Rotating electrical machines Specification IS 7132 Guide for testing of synchronous machines IS 4889 Methods of determining the efficiency of rotating machinery IS 10 000 Part iv Declaration of power efficiency fuel and lube oil or I80 3046 consumption IS 12075 Mechanical Vibration of Rotating Electrical Machines with Shaft Heights 56 mm and Higher Measurement Evaluation and Limits of Vibration Severity IS 1554 Specification for PVC Insulated Heavy Duty Electric Cables Part 1 For Working Voltages Upto and Including 1100 V IS 2189 Selection Installation and Maintenance of Automatic Fire Detection and Alarm System Code of Practice IS 13947 Low Voltage Switchgear and Controlgear Specif
47. eproducibles of the drawings shall also be provided Preventive maintenance instructions on the complete system that cover daily weekly monthly biannual and annual maintenance requirements and include a complete lubrication chart Routine test procedures for all electronic and electrical circuits and for the Alternator Troubleshooting chart covering the complete Engine Generator set including all Auxiliaries showing description of trouble probable cause and suggested remedy AS BUILT Power amp Control schematic and wiring diagram for Engine Local control panel Engine Generator Metering amp Remote Control panel LT Switchgear Panel Battery Charger Panel Fuel oil conditioning plant Fire detection and Alarm system Technical literature Data sheets Service Manual Operational manual and Parts Manual of all major equipment and Auxiliaries including Engine Alternator AVR Circuit breakers Generator Protective relays Instrumentation system incl all sub systems MIS system Fire detection and Alarm system etc Calibration certificates for all instrumentation and electrical items Tender No SGG8156P13 1H Page 31 of 64 h All test certificates for Routine and Special tests done at manufacturer s works including Type tests for Engine Alternator control panel Switchgear panel Aux Motors Fire detection amp Alarm system etc i Plans showing piping detector location type amp quantity system components control pan
48. erating Set at site This is in addition to the 10 of the order value towards Performance Security as per the NIT requirement Tender No SGG8156P13 1H Page 38 of 64 Any offer not complying with the above shall be loaded at one percent above the prevailing Bank Rate CC rate of State Bank of India for evaluation purpose 12 0 Oil India Purchase Order No must be engraved on the body of the item Bidder must confirm the same categorically in their quotation 12 1 Other terms and conditions of the tender shall be as per General Terms amp Conditions for e Procurement as per Booklet No MM GLOBAL E 01 2005 for E procurement ICB Tenders However if any of the Clauses of the Bid Rejection Criteria BRC Bid Evaluation Criteria BEC mentioned here contradict the Clauses in the General Terms amp Conditions for e Procurement as per Booklet No MM GLOBAL E 01 2005 for E procurement ICB Tenders of the tender and or elsewhere those mentioned in this BEC BRC shall prevail 13 0 The Integrity Pact is applicable against this tender OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Annexure XII 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 no
49. ering 8000 Hrs of operation year and equipment life of 15 years The calculation for loading shall accordingly be as follows Loading for Lube oil Li P xFix8000xtx Ci Where L Loading in X P Rated load in KW i e 1000 Kw F Lube oil consumption of the genset package under evaluation in L KWH t Time in years i e 15 years C Landed price of Lube oil at site in X L Cost of Lube oil shall be determine from the cost of Indian equivalent e g IOCL s SERVO brand of the Bidder s recommended Lube oil for the month immediately preceding the Original Bid Closing date COMMERCIAL The evaluation of bids will be done as per the Price Schedule SUMMARY detailed vide Para 6 0 of BRC If there is any discrepancy between the unit price and the total price the unit price will prevail and the total price shall be corrected Similarly if there is any discrepancy between words and figure the amounts in words shall prevail and will be adopted for evaluation For conversion of foreign currency into Indian currency B C selling Market rate declared by State Bank of India one day prior to the date of price bid opening shall be considered However if the time lag between the opening of the bids and final decision exceed 3 three months then B C Selling Market rate of exchange declared by SBI on the date prior to the date of final decision shall be adopted for conversion and evaluation Tender No SGG8156P13 1H Page 58 of 64
50. ete genset including all auxiliaries and sub systems supplied by the Bidder DEPUTATION OF BIDDER S ENGINEER The Bidder shall depute technically competent Engineer for a period of 90 days i e 90 Man Days immediately following the handing over of the genset to OIL The deputation of Bidder s Engineer s should in no case be later than 7 days from the date of Handing over It is preferred that the bidder depute separate engineers each specialized in his respective field The bidder may however at his discretion depute a single engineer competent in all aspects of Mechanical Electrical and Control system However at any given point of time not more than 1 one Engineer shall be deputed by the Bidder The primary responsibility of the Bidder s Engineer s shall be to impart both In depth Theoretical knowledge as well as Hands On training to OIL s Engineers in all aspects of Operation Maintenance and Trouble shooting of Mechanical Electrical and Control system The basic objective of deputing Bidder s Engineer s is for training OIL s Engineers As such if the Engineer deputed by the Bidder is in OIL s opinion not adequately competent to do justice to his responsibilities or in any manner not performing his rightful duties towards the purchaser i e OIL then the bidder based on OIL s written request shall forthwith replace the Engineer with a suitably competent Engineer The period of 90 days shall be inclusive of Sundays and Purchaser
51. etion of the site Acceptance test d Supply of Mandatory Spares e Installation amp Commissioning charges f Cost of deputing Engineer 90 Days for training g Annual Maintenance of the supplied equipment for 3 Years YES NO 22 Whether detailed list of 3 Years Recommended Spare parts along with individual prices of each item has been submitted along with the price bid YES NO Offer reference Name of the Bidder Tender No SGG8156P13 1H Page 62 of 64 Annexure Ill B COMMERCIAL CHECK LIST THE CHECK LIST MUST BE COMPLETED AND RETURNED WITH YOUR OFFER PLEASE ENSURE THAT ALL THESE POINTS ARE COVERED IN YOUR OFFER THESE WILL ENSURE THAT YOUR OFFER IS PROPERLY EVALUATED PLEASE SELECT Yes OR No TO THE FOLLOWING QUESTIONS IN THE RIGHT HAND COLUMN SI No REQUIREMENT COMPLIANCE 10 Whether bid submitted under Single Stage Two Bid System Yes No 2 0 Whether quoted as manufacturer vesi Ng 2 1 Whether quoted as Supply House Distributor To Specify Yes No 2 2 If quoted as Supply House Distributor Yes No a Whether submitted valid and proper authorization letter from manufacturer confirming that bidder is their authorized Supply House for the product offered b Whether manufacturer s back up Warranty Guarantee certificate submitted 3 0 Whether ORIGINAL Bid Bond not
52. f Engine and Alternator regarding availability of their service centers in India Bidder shall offer full load performance test of the Engine Generator set at manufacturer s works in the presence of OIL s representatives Bidder shall offer site acceptance test of the complete system including synchronizing and load sharing capabilities amongst each other as well as with existing Caterpillar CAT genset of OIL The acceptance test shall be carried out on full load or 10096 of the available Tender No SGG8156P13 1H Page 54 of 64 9 0 10 0 14 0 14 1 14 2 14 3 B 1 0 2 0 3 0 load at that time The space requirement of the genset package along with all its Auxiliaries should be such that it can be accommodated in the proposed new Generator House area being built for this purpose Dimension and layout drawing provided in the NIT Bidder shall offer to depute 1 One Competent Engineer for a period of 90 days from the date of successful commissioning and handover of the genset to OIL This is to enable OIL s engineer to be adequately trained in the Operation and Maintenance of the entire system The Bidder shall offer their rates for Annual Maintenance of the supplied equipment as per schedule in NIT The Bidder shall submit a price list of all Critical Spares along with their offer The cost of Critical Spares will not be considered for bid evaluation purpose The Bidder shall confirm that Circuit diagrams of crit
53. ge protection Under frequency protection Excitation limiter Parallel operation facility External Voltage Adjustment Voltage bias and External potentiometer Alternator Protective Relays Under voltage protection Over voltage protection with timer 59 Under frequency protection 81 Reverse power 32 Restricted Earth Fault 64R Voltage controlled overcurrent 51V Over load with inverse time delay Loss of Excitation 40 Dead Bus Charging Relay 98 Rotor earth fault 61 Unbalanced loading protection 46 Negative sequence current protection Trip Circuit supervision relay 95 Tripping Relay 86 Generator Differential 87G ELECTRICAL POWER DISTRIBUTION SYSTEM INTRODUCTION The existing power generation and load distribution system is shown in the Single Line Drg No OIL PL SLD 01 Presently the entire load distributions are from these LT switchgear panels including the outgoing feeder for the 1 MVA stepup transformer The neutral of the existing system is solidly grounded and is shown in Drg No OIL PL SLD 02 With the proposed installation of 2 x 1 MW gensets the existing power generation and distribution system shall be modified by the Bidder to a system where the neutral shall be grounded through suitably designed Neutral reactor to limit earth fault current to within 750 mA as per Regulation 100 i of Central Electricity Authority Measures relating to Safety amp Electric
54. gine or Alternator or the complete Generating set or is an OEM approved assembler of Generating set The following criteria shall be met by the Bidder Bidder shall enclose a Certificate in original in support of authorization of dealership with back up Warranty amp Guarantee from the Original Equipment Manufacturer OEM to quote for this tender The bid shall be rejected in case of any change of the proposed OEM after submission of the bid Bidders should have the experience of successfully completing at least 2 Two orders in the last 10 ten years preceding from the date of Original Bid closing of this tender against supply installation commissioning and testing of Crude oil Heavy Fuel oil HFO Engine driven Generating sets of capacity 600 KW or above along with the Control Panels and Tender No SGG8156P13 1H Page 53 of 64 3 2 4 4 0 5 0 6 0 7 0 8 0 accessories in State Central PSUs State Central Govt or any other Public Limited Company Documentary evidence in this regard must be provided along with the quotation failing which offer will be rejected Bidder shall also submit details of the previous supply of such supply in a tabular format as shown below Sl Client Customer Order No Date Genset specification Completio Supporting No Name and Contract of Engine Alternator n date document Address with No order Make Model Rating enclosed contact e mail id Fuel used amp Quantity
55. has been arranged such that it will fit within the allocated Generator House area shown in OIL s drawing YES NO 16 Whether offer includes deputing an Engineer for a period of 90 days for training OIL s engineers in O amp M of the entire system YES NO Tender No SGG8156P13 1H Page 61 of 64 17 Whether offer includes Annual Maintenance for 3 years YES NO 18 Whether DATA sheet filled up completely including Fuel consumption and Lube oil consumption YES NO 19 Whether Bidder confirms that those documents and specifications which have been specifically mentioned in this NIT shall be put up for OIL s approval prior to manufacturing procurement of the same by the bidder YES NO 20 Whether unit Cost of Lube oil has been mentioned and the same has been sealed inside a separate envelop placed inside the price bid If yes then whether the same has been supported by a quotation from either the manufacturer or the authorized dealer of the lube oil YES NO YES NO 21 Whether in the price bid following items have been quoted separately a Supply of Main equipment including all Accessories b Pre despatch stage Inspection amp Full load Performance Test at manufacturer s works c Cost ofall consumables required for Pre commissioning commissioning and site acceptance test Running the Engine Generator set for the subsequent 4000 Hrs after successful compl
56. hgear panel Scope of work shall also include supply amp laying of adequately sized DGMS approved stranded copper armoured cable including termination at both ends The copper armoured cable shall be sized for a minimum of 1 30 times the full load current of the 1 MW alternator with due consideration given for cable Voltage drop The approximate cable length per phase which shall be required for this purpose is 150m However this is only an approximation and bidder shall supply as per actual site requirement e Outgoing Breaker Panel Air Circuit Breaker Capacity 2500 Amps and trip circuit based on 24 V DC backed up by Battery Bank Power amp Energy monitor Showing Voltage Current Power KW Power factor KWH amp Maximum demand Protection Relay Over current Earth fault Overload Tender No SGG8156P13 1H Page 16 of 64 f 1MVA Transformer Outgoing breaker Panel Air Circuit Breaker Capacity 2500 Amps and trip circuit based on 24 V DC backed up by Battery Bank Power amp Energy monitor Showing Voltage Current Power KW Power factor KWH amp Maximum demand Protection Relay Over current Earth fault Overload External Input RTD Scanner potential free contacts for High winding temperature Alarm and Trip Scope of work shall also include supply amp laying of adequately sized DGMS approved stranded copper armoured cable including termination at the New LT switchgear panel end and at the 1 MVA
57. ical electronic circuits shall be provided to OIL during commissioning GENERAL Any exceptions deviations to the Bid Document must be spelt out by Bidder in their Techno Commercial bid only In case any of the clauses in the BRC contradict with other clauses of Bid Document elsewhere then the clauses in the BRC shall prevail All documentary proof shall be submitted along with the Bid The Original documents shall have to be produce by the Bidder if asked for by OIL COMMERCIAL Commercial Bid Rejection Criteria will be as per Section D of General Terms amp Conditions of Global Tender MM GLOBAL E 01 2005 with following Special Bid Rejection Criteria Bids are invited under Single Stage Two Bid System Bidders shall quote accordingly under Single Stage Two Bid System Please note that no price details should be furnished in the Technical i e Unpriced bid The Unpriced Bid shall contain all techno commercial details except the prices which shall be kept blank The Priced Bid must contain the price schedule and the bidder s commercial terms and conditions Bidder not complying with above submission procedure will be rejected Bid security of US 1 19 110 00 or 53 60 000 00 shall be furnished as a part of the TECHNICAL BID refer Clause Nos 9 0 amp 12 0 Section A of General Terms amp Conditions for e Procurement as per Booklet No MM GLOBAL E 01 2005 for E procurement ICB Tenders Any bid not accompanied by
58. ication Part 5 Control Circuit Devices and Switching Elements Section 2 Proximity Switches IS 2148 Electrical Apparatus for Explosive Gas Atmospheres Flameproof Enclosures d IS 3624 Specification for Pressure and Vacuum Gauges Tender No SGG8156P13 1H Page 9 of 64 In case of bidder s inability to use the mentioned codes and standards the bidder shall indicate his proposed codes and standards defining in detail the reason for using the same OIL may review the bidder s proposed codes and standards for approval of the same All work related to the Engine Generator set shall comply with the following regulations amp standards Standard Regulation TITLE CEA Regulation 2010 Central Electricity Authority Measures relating to Safety amp Electric Supply Regulation 2010 OMR Oil Mines Regulations 1984 Mines Act The Mines Act 1952 As Modified upto 1983 OISD STD 113 Classification of Area for electrical installations at Hydrocarbon processing and handling facilities OISD STD 118 Layouts for Oil and Gas Installations OISD STD 141 Design Construction and Inspection Requirements for Cross Country Liquid Hydrocarbon Pipelines OISD RP 147 Inspection and safe practices during electrical installations OISD RP 149 Design aspects for safety in electrical systems 5 0 ELECTRICAL SYSTEM 5 1 GENERAL 5 1 1 All Electrical equipment shall be suitable for the Hazardous
59. ich shall be considered for evaluation of the offers While quoting Installation amp commissioning charges bidders should take into account all charges including to amp fro fare boarding lodging local transport at Guwahati and other daily expenses of the commissioning Tender No SGG8156P13 1H Page 37 of 64 9 0 10 0 11 0 personnel OIL may provide accommodation on Chargeable basis subject to availability Bidder should confirm about providing all these services in the Technical Bid iv In the event of the Sellers default in maintaining the agreed Installation and Commissioning schedule set out in the order the Seller shall be liable to pay consequence liquidated damage 0 5 per week or part thereof of the value of the goods as well as Installation amp Commissioning charges in respect of which default in Installation and Commissioning schedule takes place subject to a maximum of 7 5 The value of the goods shall be based on the Landed Cost of the materials at Guwahati inclusive of all cost and taxes Note Failure on the part of the bidder to confirm the above will be treated as non responsive and liable for rejection Tax amp Duties i All taxes stamp duties and other levies imposed outside India shall be the responsibility of the Bidder Seller and charges thereof shall be included in the offered rates ii All Taxes amp levies imposed in India for the services including installation amp commissioning
60. ing Steady state speed band e Operation amp Maintenance Schedule Maximum permissible continuous running Hours of the genset Hrs Engine Top overhaul Hrs Engine Major overhaul Hrs e Life expectancy of engine Hrs e Idle Speed e Rated Speed e Emission details NOX SOX etc e Compliance with emission norms Provide details e Direction of rotation ISO 1204 e Number and arrangement of cylinder e Compression ratio e Size bore stroke amp displacement in mm e Engine radiator heat exchanger capacity Ltr Hr and KW Kcal Hr e Maximum Nox emission mg m3 e Maximum Black smoke emission mg m3 e Max Noise level at 1 m from genset e Length x width x height e Weight in Kg 22 0 DATA SHEET FOR ALTERNATOR e Manufacturer s name e Rated output in KVA and KW e Rated Voltage e Rated Stator Current e Rated power factor e Rated frequency e Rated Speed in RPM e Efficiency at rated p f Tender No SGG8156P13 1H Page 33 of 64 At 100 load At 75 load At50 load e Class of Insulation Stator winding Rotor winding e Maximum Temperature rise over ambient temperature Stator core Stator winding Rotor winding e No of terminals brought out e Type of excitation with without PMG e Excitation Voltage and Current e Voltage Regulation band e Transient Voltage response to step application of load 50 75 100 e Transient Voltage response to 100 unloading of load e Maxi
61. ing the Engine Generator set as per specification in this NIT The engines should comply with latest emission norms Crude oil characteristics are listed in Annexure A Site condition data is listed in Annexure B and existing 600 Kw CAT set data is given in Annexure D THE GENSET PACKAGE SYSTEM SHOULD BE DESIGNED FOR BLACK START CAPABILITY i e IT SHALL BE POSSIBLE TO START UP THE ENGINE ALTERNATOR SET AND LOAD THE ALTERNATOR WITHOUT AVAILABILITY OF ANY EXTERNAL AUXILIARY ELECTRICAL POWER SUPPLY The offered generating set should be pre packaged standard company product and shall be capable of providing rated power supply on a continuous duty basis at site condition The details of available infrastructure for running the existing crude oil and diesel driven gensets is listed in Annexure C Bidder shall examine the same and check feasibility of utilizing the existing infrastructure for the proposed new 1 Mw set BIDDER S BROAD SCOPE OF SUPPLY Each Generating Set Package shall be standard company product and not tailor made for the purchaser The Generating Sets shall comply with The Environmental Protection Rules 1986 as per latest amendment The Generating Set Package shall broadly comprise of the following main components Engine and Alternator set complete The engine shall be compression ignition vertical 4 stroke cycle along with all accessories to make the system complete including crankcase Tender No SGG8156P13 1H Page 5
62. ion on the technical specifications and other terms amp conditions of the Crude Oil Run Engine Generator set 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 office Tender No SGG8156P13 1H Page 1 of 64 3 Any changes in the technical specifications and other terms amp conditions of the Crude Oil Run Engine Generator set arising out of discussion in the Pre bid Conference shall also form part of the tender 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 Tender documents shall inform OIL at the following address about their participation in the Pre Bid Conference with details of the persons to enable OIL to make arrangement for the Pre Bid Conference CHIEF MATERIALS MANAGER OIL INDIA LIMITED PIPELINE HEADQUARTER P O UDAYAN VIHAR PIN 781171 GUWAHATI ASSAM INDIA FAX NO 91 361 2643686 E Mail aparajita oilindia in oilmat
63. ion will not relieve the supplier of his responsibility to ensure that the equipment supplied conforms to the correct specifications and is free from manufacturing and all other defects N B Charges for carrying out the above tests at the manufacture s facility should be included in the purview of the offer Intimation must be sent to OIL at least 75 days in advance for inspecting the equipment at manufacturer s premises All to amp fro air fares boarding amp lodging etc of OlL s Inspection personnel shall be to OlL s account However all facilities required for inspection testing shall be provided by the successful bidder to OlL s Inspection personnel Inspection testing charges if any should be quoted separately which shall be considered for evaluation of the offer Installation amp Commissioning i The Generating Sets shall have to be installed and commissioned at Narangi Guwahati by competent personnel from the respective OEM s of the Engine amp Alternator deputed by the bidder for the same OIL may provide necessary local transportation for the commissioning personnel to and from site li Installation and Commissioning of both the Generating Sets units shall be started within a maximum of 2 weeks from the date of receipt of intimation from OIL regarding receipt of material at site and to be completed in next three 3 months period ii Installation amp Commissioning charges must be quoted separately on lumpsum basis wh
64. isconnect open or shorted cell A separate battery enclosure shall be provided if battery calculations indicate the need for battery capacity in excess of that stored in the control panel a separate battery enclosure shall be manufactured by the control panel manufacturer and shall be of similar in appearance to that of Control Panel Enclosure Control Panel a A wall mounted addressable Fire Alarm Control Panel shall be located at easily visible place preferably inside generator house near entrance The control panels are housed in steel enclosures and are finished in hardwearing epoxy paint and to be designed to a high degree of standard The provision for front door locking of the Control Panel with transparent window to see functions from outside should be incorporated b The Fire Alarm Control Panel should be painted in fire red colour c The addressable Fire Alarm control Panel shall have LCD display to indicate the proper message of the system d The system should immediately and clearly supervise any fault that might jeopardize the correct performance of the system and fulfil its function without errors or omissions The Tender No SGG8156P13 1H Page 21 of 64 Control Panel in addition to its yellow system trouble Automatic fault identification with distinct signal LED shall further break down a trouble condition with use of diagnostic LEDs These LEDs shall indicate the following trouble in the system e A C Power loss e Bat
65. ite conditions mentioned in the NIT Alternator must be brushless type Designed Rated and Capable of continuous unattended operation for a minimum of 1500 Hrs without any human intervention inspection or schedule maintenance Suitable for operating on crude oil conforming to the crude oil specification as mentioned in the NIT Medium speed with engine RPM in the range of 750 to 1000 RPM The emission of the genset should conform to the latest edition of National and International Standards Suitable for operating in parallel amongst each other as well as with existing Caterpillar CAT genset with both KW and KVAR sharing Bidder s Qualification Bidder shall be an Original Equipment Manufacturer OEM of complete Generating set or Engine or Alternator OR Bidder shall be an authorized dealer of OEM for the Engine or Alternator or the complete Generating set OR Bidder shall be an OEM approved assembler of Generating set In case the Bidder is an OEM of Engine or their authorized dealer the Alternator must be purchased from the OEM of Alternator or their authorized dealer Alternatively if the Bidder is an OEM of Alternator or their authorized dealer the Engine must be purchased from OEM of Engine or their authorized dealer OR Tender No SGG8156P13 1H Page 52 of 64 3 2 3 2 1 3 2 2 3 2 3 In case the Bidder is an OEM approved assembler of Generating sets Engine and Alternator must be purchased from OEM or
66. list should include OEM part numbers make amp model of the equipment and contact postal address of OEM The price quoted for recommended spares will not be considered for bid evaluation purpose The Generating Set amp its Auxiliaries should be design constructed amp tested as per latest International Indian Standards mentioned in the Technical Specification Para 4 0 above However as mentioned in the Technical Specification in case of bidder s inability to use the mentioned standards the bidder shall indicate his proposed standards amp codes defining in details the reason for using the same OIL may review the bidder s proposed codes amp standards amp for approval of the same General Notes for Bidders 1 0 2 0 3 0 4 0 5 0 Bidders should confirm each amp every point clearly Deviations if any should be highlighted in the quotation Bidders other than the Original Equipment Manufacturer OEM must enclose proper authorization certificate in original with a back up Warranty and Guarantee from the OEM to quote against this tender failing which the offer will be liable for rejection The bidders must submit a written undertaking that they would be able to supply all the requisite spares and consumables including bought out items for a minimum period of 15 fifteen years from the Certified date of completion successful field commissioning of the unit Original Equipment Manufacturer s undertaking m
67. load application and after sudden load rejection Up to full load Bidder shall indicate the limits of sudden load applications as percentage of full load Voltage And Adjustment Range The alternator voltage shall be 415 Volts and the alternator voltage shall be adjustable within the range of 5 0 by means of sensitive reference point selector Voltage Regulation Automatic voltage regulation shall be 0 5 from no load to full load Transient Voltage Performance When full load is applied at rated power factor the voltage drop shall not exceed 10 096 Recovery to rated voltage shall be in less than 1 sec Alternator shall be equipped for surge currents when large squirrel cage motors are switched on directly Wave Form When tested on open circuit and at rated speed and voltage the telephone harmonic factor THF of the line to line terminal voltage shall not exceed 3 0 Frequency Limit Alternator shall be suitable for continuous operation at full load at a frequency of 50 Hz 3 Limits of short time under frequency operation shall be indicated by the bidder Over Load Alternator unit shall withstand a 10 overload for one hour based on a Twelve hour cycle Occasional Excess Current Alternator shall be capable of withstanding a current equal to 1 5 times the rated current for not less than 30s Overspeed The alternator should be capable of withstanding 1 2 times the rated speed for 2 min Parallel Operation Alternat
68. mum rating of Motor which can be started DOL starter e Maximum unbalanced current carrying capability e Length x width x height e Weight in Kg 23 0 DATA SHEET FOR FIRE DETECTION AND ALARM SYSTEM e Details of Fire detection and alarm system Make Model Battery Details Sensors Types Sensors Qty against each type 24 0 DATA SHEET FOR SWITCHGEAR PANEL e Manufacturer s name e Rated Voltage e Rated Bus Bar Current e Short Circuit withstand capacity in KA s e CPRI approval for Short Circuit withstand capacity available e Bus Bar Configuration Tender No SGG8156P13 1H Page 34 of 64 e Details of Bus Bar material e Busbar sleeving material e Bus Bar insulator material e Control Voltage e Panel configuration Front only Front amp Rear both e Details of panel mounted Relays for Circuit Breaker Protection Separately for each breaker panel Make of Protective relays Details of Protective relays along with model Nos and ANSI IEEE nomenclature Type of Protective relay Numeric solid state microprocessor based etc e Details of Air Circuit Breaker Separately for each breaker panel Make Model Draw out Non draw out type Current rating Short circuit breaking capacity Number of poles Control Voltage Under voltage release Yes No Special Notes for the item s 1 0 2 0 3 0 3 1 3 2 Delivery being the essence of the tender bidder should indicate their best deliver
69. n amp testing charges applicable Yes No 7 2 If Pre despatch shipment inspection amp testing charges applicable whether quoted separately on Yes No lumpsum basis 7 3 Whether confirmed to carry out Installation amp Commissioning of the equipment at Guwahati Yes No Assam 74 Whether Installation amp Commissioning charge applicable Yes No L5 If Installation Commissioning and Training charges applicable whether separately quoted on Yes No lumpsum basis T 6 Whether to amp fro air fares boarding lodging of the commissioning personnel at Guwahati Yes No Assam India included in the quoted charges T T Whether confirmed that all Service Income Corporate tax etc applicable under Installation Yes No Commissioning are included in the prices quoted 8 0 Whether Integrity Pact with digital signature uploaded Yes No Offer reference Name of the Bidder Tender No SGG8156P13 1H DRLLLLLLLLLLLLLLLI Page 64 of 64
70. n of pump station simultaneously with the system alarm in case of fire To facilitate the same an audio visual alarm need to be installed at Pump Station Control room situated at a distance about 150 Meters Detectors a The addressable detector should have an explosion proof body engineered to withstand temperature and humidity extreme for hazardous area and non Flame proof type for non hazardous area to identify the origin of Fire individually quickly and reliably b Detector should have address identification to identify which Detector is giving signal of detection c Bidder should mention the logic of selection of the Detector with coverage area type nos of Detectors calculations etc Piping a Piping conduit of reputed make to house different cards cables so that it s integrity under fire condition can be predicted with reliability All the piping conduit shall be painted in fire red colour Tender No SGG8156P13 1H Page 22 of 64 7 2 Fire Extinguishers The no of fire extinguishers to be placed in the installation shall be as follows Sl Nos Facility Type and Capacity of Extinguishers 1 Generator House 2 Nos 10 Kg DCP Type Fire Extinguisher 2 Nos 6 5 Kg CO Type Fire Extinguisher 2 Crude Oil Filtration Plant 1 No 50 L Foam Type Fire Extinguisher 1 Nos 10 Kg DCP Type Fire Extinguisher 2 Nos 4 5 Kg CO Type Fire Extinguisher 97 Control Room 2 Nos 4 5 Kg CO Type Fire Extingui
71. n of the gensets The distance between the existing CAT genset control room and proposed control room is approximate 90 m LT Switchgear Panel including Generator incomer Air circuit breakers ACB outgoing ACB feeders auxiliary motor starters and outgoing auxiliary feeders for loads like Battery Charger Lighting feeder etc This shall be common for both the Engine Generator sets Elastomer Insulation Mats as per BIS 15652 Voltage 3 3 KV Class A Thickness 2 mm ISI mark embossed shall be provided in front as well as behind all Electrical and Control panels All Copper Power and Control cables including generator main power cables interconnector Power amp Control cable between proposed LT Switchgear panel and OIL s existing LT Switchgear panel to enable Paralleling load sharing with OIL s existing CAT genset and outgoing Power amp Control cable for 1 MVA transformer feeder All the electric cables used shall be DGMS approved ISI marked 1100V grade PVC insulated PVC sheathed armoured stranded copper cable as per IS 1554 Cable laying and Termination Bidder to note that all cable trenches in Hazardous area should be backfilled with sand Identification number tags are to be provided at both ends of the cable for identification of the cables Battery and Battery charger complete with adequately sized Alkaline Battery The Battery should be sized to provide 4 Hr backup at full load i e inclusive of Control panel load LT swit
72. omponent used in the system should be compatible with each other j Design shall incorporate facilities to check the operational efficiency of the complete system at regular intervals k All the components shall be new and of current manufacture and shall be installed in accordance with relevant codes 1 Requirement of documentation is listed elsewhere in this document m Piping conduits cards relay Hooter Detector etc shall be of reputed make with UL ISI approvals Wherever the Codes OR certificates for equipments are available it should be supplied along with the offer Power Supply a The control Panel shall have a solid state high speed switching power supply with 24 V DC output capable of responding instantly to voltage and current surges on the input and output sides to protect the system from malfunction and damage A supervised battery charging circuit with battery charging facility and ground fault sensing circuitry shall be an integral part of the Power supply Battery Power Supply shall be On line such that Batteries will supply power to the system in the event of AC power loss without a power transfer relay b The control panel shall house its own sealed gel type maintenance free stand by Battery Batteries shall be sized to provide a minimum 24 hours stand by power plus five minutes of alarm operation but in no case shall be less than 8 AH capacity Batteries shall be supervised and provide a trouble signal upon d
73. omprise of addressable Automatic Detectors addressable Manual Call Points Break Glass type with Hammer Response Indicators Abort Switches Wall mounted addressable Control Panel addressable indicating equipment Signaling appliances Alarm Hooters with flashing light maintenance free Stand by Batteries Conduits for cables Electric Output zone cards Monitor Cards etc c The alarm system shall be activated by addressable automatic detection devices OR by addressable manual operation of Manual Call Point OR manually from main Control Panel in case of failure of automatic system d Suitable isolator shall be provided in such a way that short in the loop wire will not affect the entire loop e Loop wire return back to Panel wiring method shall be employed so that function of any of the Detector devices should not affect in case of open in the loop wire Tender No SGG8156P13 1H Page 20 of 64 f Major components of the system shall be UL listed particularly Detection Devices Control Panel Signaling appliances etc Detection of product of combustion and fire shall be considered as per UL g The fire detection and alarm system should reliably transmit the detection signal and translate this signal into a clear alarm indication The alarm should also sound in case of power failure condition h The system should not get inoperative partially or totally by the fire or the phenomenon for which it is designed to detect i The c
74. or sets shall be suitable for parallel operation amongst themselves as well as with OIL s existing CAT genset at operating voltage and under load conditions upto rated value While operation in parallel the alternators shall operate satisfactorily for a simultaneous variation of 3 frequency and 5 0 of voltage to deliver the rated power 52 3 Construction Requirement a b Stator Connection and Terminal Bushings The stator winding shall be star connected with the three phase and neutral terminal brought out The terminal bushings shall be of fiber glass or porcelain The terminals shall be silver plated copper for connection out going cables Alternator Neutral shall be earthed through suitable neutral reactor to limit earth fault current to within 750 mA as per Regulation 100 1 of Central Electricity Authority Measures relating to Safety amp Electric Supply Regulation 2010 Temperature Limit The alternator winding shall be of class F insulation with temperature limitation of Class B insulation OR Class H insulation with temperature limitation of class Tender No SGG8156P13 1H Page 11 of 64 F insulation The maximum temperature of different parts of the alternator shall be limited as per relevant IS Standards c System Of Cooling The alternator shall be designed with open circuit air circulation system When designing the cooling system site ambient conditions should be kept in mind d
75. osis trouble shooting and rectification shall be arranged by the bidder Since the Bidder may source equipment from diverse Sub Vendors it is of importance to OIL that there exists an obligation by the Sub Vendors to provide maintenance support service for the equipment supplied The Bidder shall therefore demonstrate by way of copies of MOUs Agreements entered by the Bidder with their Sub Vendors regarding maintenance support services The validity of such MOUs Agreements should cover the AMC obligation of the Bidder i e 3 Years following the completion of the Warranty Period AFTER SALES SERVICE Bidder should indicate the availability of nearest after sales service centre along with the details of infrastructural capabilities The nature of after sales service which can be provided by the supplier should be clearly stated in the Bidder s offer IMPORTANT NOTES TO THE BIDDER The layout Plan of the site showing proposed locations of the various facilities is shown in the attached drawing Drg No OIL PL GA 04 The Design and Engineering of the Bidder s system shall be such that all the equipment as required to make the system complete shall be accommodated within the allocated area Bidder to strictly note that re location or resizing of the layout plan is NOT POSSIBLE due to mandatory statutory clearance requirements Lube oil consumption by the Engine Generator set is one of the evaluation criteria of the bid Since
76. otal AMC charges for 3 years O Loading for fuel consumption as per the calculation mentioned in BEC Technical above P Loading for lube oil consumption as per the calculation mentioned in BEC Technical above Q Grand Total Value amp xL MEN O P above When only domestic bidders are involved or when more than one domestic bidders are in contention in case of mixed response Comparison of bids will be done on the basis of Grand Total Value which is estimated as under iii Commercial Bid Format SUMMARY for Indigenous Bidders A Total material value of the 2 Nos Generating Sets other than SI No B amp C below Total cost mandatory spares as per Annexure E Total cost of commissioning spares if any Grand total material cost A B C Pre shipment inspection and full load performance test charges by OIL personnel Packing and Forwarding Charges Total Ex works value Excise Duty including Cess l Total Ex works value including Excise Duty amp Cess xw SS wo 2303599099 Tender No SGG8156P13 1H Page 59 of 64 c CAGAOBVSZSECSS Sales Tax Total FOR Despatching station value Road Transportation charges to Guwahati Insurance Charges 0 5 of Total FOR Despatching station value J above Assam Entry tax Total FOR Guwahati value Installation amp Commissioning charges Total cost of Deputation charges for training for a period of 90 days refer Para 16 0 Total AMC charges for 3
77. ould have at least 20 spare contacts Metering CTs shall be min 15 VA class 1 and conforming to IS 2705 Protection CTs shall be min 15 VA class 5P10 and conforming to IS 2705 All indication Meters should have an accuracy class 1 Indication lamps All indication lamps shall be of LED type having long life and low energy consumption 5 3 2 5 Protective Metering Devices and Indication system for circuit breaker panels Protective relays for protection of circuit breakers shall be Numeric Relays or equivalent High sensitive microprocessor based relays shall not be used Individual Alarm annunciation facia shall be provided in each circuit breaker panel so as to indicate the reason for trip viz Earth fault Over current reverse power overload etc All protective relays for circuit breaker protection shall be Tender No SGG8156P13 1H Page 15 of 64 mounted separately in the panel Air circuit Breakers with Built in protective relays shall not be used a Air Circuit Breaker specifications 415V 3 pole Drawout type ACB 50 KA breaking capacity with Under voltage release coil shunt trip coil and closing coil ACB shall have motorized and manual spring charging mechanism and OFF push button ON push button for manual switching on the breaker shall be provided but this button shall be covered lockable to prevent inadvertent operation b Generator Incomer Breaker panel Air Circuit Breaker Capacity 2500 Amps and trip circui
78. p oilindia in Special Notes 1 0 The tender will be governed by General Terms amp Conditions for e Procurement as per Booklet No MM GLOBAL E 01 2005 for E procurement ICB Tenders including Amendments to General Terms amp Conditions for e Procurement 2 0 Technical Check list and Commercial Check list are furnished vide Annexure III Please ensure that both the check lists are properly filled up and uploaded along with Technical bid 3 0 The item donot qualify for Nil duty Deemed Export benefits 4 0 Please note that all tender forms and supporting documents are to be submitted through OIL s e Procurement site only except following documents which are to be submitted manually in sealed envelope super scribed with tender no and due date to The Chief Materials Manager Oil India Limited PHQ Udayan Vihar 781171 Guwahati Assam on or before the Bid Closing Date and Time mentioned in the Tender a Original Bid Security b Details Catalogue and any other document which have been specified to be submitted in original 5 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 techno commercial details except the prices which shall be kept blank and to be u
79. patch including sea air worthy packing Yes No amp forwarding 4 1 For Foreign Bidders Whether port of shipment indicated To specify Yes No 42 For Foreign Bidders only Whether indicated ocean freight up to Kolkata port Excluding marine Yes No insurance 4 3 Whether Indian Agent applicable Yes No If YES whether following details of Indian Agent provided Tender No SGG8156P13 1H Page 63 of 64 a Name amp address of the agent in India To indicate b Amount of agency commission To indicate c Whether agency commission included in quoted material value 5 0 For Indian Bidders Whether indicated the place from where the goods will be dispatched To Yes No specify 5 1 For Indian Bidders Whether road transportation charges up to Guwahati quoted Yes No 5 2 For Indian Bidders only Whether offered Ex works price including packing forwarding charges Yes No 53 For Indian Bidders only Whether indicated import content in the offer Yes No 5 4 For Indian Bidders only Whether offered Deemed Export prices Yes No 5 5 For Indian Bidders only Whether all applicable Taxes amp Duties have been quoted Yes No 6 0 Whether all BRC BEC clauses accepted Yes No 7 0 Whether confirmed to offer the equipment for Pre despatch shipment Inspection amp testing Yes No 7 1 Whether Pre despatch shipment inspectio
80. peed Voltage and Frequency with sudden shedding of 25 50 60 and 100 of rated load The Governing system shall be tested during full load performance test to establish conformance to Type 1 Class A of ISO3046 IV Reciprocating internal combustion Engines Performance Speed Governing Vibration measurements at 100 of synchronous speed and at 110 during over speed test Noise measurement test Over speed test 12 0 Rejection on account of excessive fuel Lube oil consumption 12 1 Rejection on account of excessive fuel consumption The Bidder s claim of fuel consumption at rated load Guaranteed value shall be verified by OIL for each unit Tender No SGG8156P13 1H Page 26 of 64 12 2 13 0 13 1 13 2 13 3 13 4 13 5 13 6 14 0 during inspection amp full load performance testing of the Engine Generator set at Manufacturer s works In case the measured fuel consumption at rated load is found to be more than 3 of the Guaranteed fuel consumption data declared by the bidder the genset package shall stand automatically rejected Rejection on account of excessive lube oil consumption The Bidder s claim of lube oil consumption at rated load Guaranteed value shall be verified by OIL for each unit during inspection amp full load performance testing of the Engine Generator set at Manufacturer s works In case the measured lube oil consumption at rated load is found to be more than 3 of the Guarante
81. ploaded in the c Folder link collaboration link under Techno Commercial Bid Tab No price details should be uploaded in c Folder link collaboration link Details of prices as per Bid format Commercial bid to be uploaded as Attachment in the attachment link under Techno Commercial Bid A screen shot in this regard is given below Any offer not complying with above submission procedure will be rejected as per Bid Rejection Criteria mentioned in the tender Tender No SGG8156P13 1H Page 2 of 64 Display Bid Change Deste Check renes Verity BI Sign verity Bid Sign Ea les Bid invitation was changed Choose Change and your bid is updated with new data E h vies oc its frc i ron arci tab r hi to attach tenc abumen Basic Data Attributes Information from Purchaser Techno Commercial Bid Partner Delivery Address Bid Invitation Versions Check the information in your bid TAB Unprice Bid renamed as Techno Commercial Bid Attachments Tender No SGG8156P13 1H Go to this Tab for Uploading Techno commercial Unpriced Bid as well as Page 3 of 64 On change Mode The following screen will appear Bidders are advised to Upload Techno Commercial Unpriced Bid and Priced Bid in the places as indicated below Process Bid i Bid on Change Mode Submit Hold Delete Check Retresh Verity BI Sign Verity Bid Sign Back to Initial Screen
82. r Acceptance test at Site for the complete System shall be carried out in the presence of OIL s representative as per NIT YES NO Whether offered to depute 1 One Competent Engineer for a period of 90 days for training of OIL s engineer in O amp M of the system as per NIT YES NO Whether detailed specifications of Engine with manufacturer s technical literature catalogue enclosed YES NO Whether detailed specifications of Alternator Excitation System Synchronising amp Load sharing system along with manufacturer s technical literature catalogue enclosed YES NO 10 Whether data and documentation as required to be submitted along with the bid has been enclosed YES NO 11 Whether undertaking from Engine and Alternator OEMs regarding Non obsolence of equipment and availability of spares for 15 years or more is attached YES NO 12 Whether Bidder s undertaking regarding support in the form of carrying out maintenances supply of spare parts technical support updates and for the equipment for next 15 years is attached YES NO 13 Whether declaration from Engine and Alternator OEMs attached regarding availability of their service centres in India YES NO 14 Whether details of facilities available at service centres of Engine and Alternator has been provided YES NO 15 Whether layout of the complete Engine Generator Package including all auxiliaries
83. r for temporary installation of tents bunkers etc for their work persons during the erection and Installation work d A maximum of 2 two unfurnished quarters subject to availability at that time for housing Bidder s supervisory staff Tender No SGG8156P13 1H Page 24 of 64 10 0 10 1 10 2 10 3 10 4 11 0 11 1 11 2 11 3 11 4 11 5 11 6 11 7 INSPECTION OF ENGINE ALTERNATOR SET OIL s Engineers shall carry out a inspection of the Engine and Alternator during the manufacturing Assembly stage to verify compliance with the NIT specifications Inspection shall however not relieve the supplier of his responsibility to ensure that the equipment supplied is free from all manufacturing and other defects and conforms to specifications OIL shall be kept informed of the manufacturing Assembly process of the Engine and Alternator in advance Bidder shall communicate at least 75 days in advance of the scheduled inspection date to enable OIL depute their representatives To and fro fares boarding lodging and other en route expenses of OIL s Inspection team for carrying out the inspection shall be borne by OIL PERFORMANCE TEST OF ENGINE ALTERNATOR SET Full load Performance test of the genset shall be witnessed by OIL s Engineers at Manufacturer s works to verify compliance with OIL s Purchase Order Apart from the various tests as mentioned in the following paragraphs bidder s guarantee with regards
84. r outgoing Breaker panel 1 No Outgoing feeders OIL s requirement 8 Nos See below 125 A TPN MCCB 5 Nos 250 A TPN MCCB 2 Nos 400 A TPN MCCB 1 No Motor starters Bidder s requirement As required Outgoing feeders Bidder s requirement As required Add 2096 extra subject to a minimum 1 No as spare 5 3 2 2 General Specifications Panel should have one set of TP amp N electrolytic grade high conductivity heavy duty electro tinned copper bus bars as per IS 191 amp IS 1897 with electrical conductivity of minimum 99 25 Tender No SGG8156P13 1H Page 14 of 64 IACS of rectangular cross section conforming to BIS rated 4000 amps Free air rating of bus sections and supported at required intervals to withstand short circuit fault levels of 50 KA for 1 Sec Rating of neutral bus shall be minimum 50 of phase bus rating Bus bar support shall be non hygroscope non deteriorating and non inflammable SMC FRP having adequate mechanical strength and a high tracking resistance The bus bar shall be insulated with heat shrinkable PVC sleeves The panel manufacturer must have CPRI test certificate for bus bar fault level of S0kA To suit the stringent site conditions the bus bar system shall be designed with generous clearance between phases than specified in the standards Adequate non hygroscopic insulating sheet barriers between the bus chambers and feeders shall be provided 5 3 2 3 Constructional Requirements
85. rnator a Make Leroy Somer b Frame DSG 62L c Rating 1000 KVA Volts 400 Amps 1443 PF 0 8 lagging Hz 50 d RPM 1500 e Insulation Class H f Excitation Volts 41V DC Amps 4 5A DC h AVR AVK COSIMAT N No load to full load recovery within 300 ms g Terminals 4terminals U V W amp 1N h Duty S1 Tender No SGG8156P13 1H Page 48 of 64 Annexure E LIST OF MANDATORY SPARES TO BE SUPPLIED BY THE BIDDER ALONG WITH THE OF ENGINE GENERATOR SET Quantity as mentioned below is for Both the units DESCRIPTION Qty Unit PISTON RING 6 Set SEAL 24 Set INJECTOR 1 Set CYLINDER LINER 2 Set CYLINDER HEAD 1 Set PISTON 1 Set MAIN JOURNAL BEARING 1 Set BEZ END BEARING 1 Set FUEL INJECTION PUMP 1 Set FILTER CARTRIDGE ALL TYPES 2 Set SEAL O RING All types 6 Set HEAD GASKET 6 Set GASKET All types 6 Set INSTRUMENT SENSORS All types 1 Set ENGINE GENERATOR CONTROL PANEL RELAYS CONTACTORS Assorted 24 Nos MCBs Assorted 06 Nos FUSES All types 06 Nos for each type 4 Set INDICATION LAMP FITTING Assorted 12 Nos INDICATION BULBS Assorted 100 Nos ROTARY SELECTOR SWITCH Assorted 03 Nos AVR UNIT FOR ALTERNATOR 1 No ROTATING DIODE ASSEMBLY 2 Set GENERATOR AIR CIRCUIT BREAKER Complete 1 No ELECTRICAL LT SWITCHGEAR PANEL CONTACTORS Assorted 12 Nos MCBs Assorted 08 Nos FUSES All types
86. sher 4 Battery Room 1 Nos 4 5 Kg CO Type Fire Extinguisher 7 3 Fire Hydrant The Fire water ring main with sufficient nos of hydrant points with hose box delivery hose and jet spray nozzles shall have to be installed by the bidder as per OISD STD 116 Necessary Hookup with existing ring main shall also be within the scope of work of the bidder The existing ring main is approximately 50 m away 7 4 Inspection and Testing a OIL may at its discretion witness the routine factory test of the material Factory acceptance test shall not relieve the supplier of the responsibility to demonstrate the performance of the installed system at site b Any modification suggested during inspection to comply with order specifications shall be carried out by supplier at no additional cost Supplier shall dispatch the material to site only on receipt of dispatch clearance from OIL c After completion of the installation the Supplier shall familiarize OIL s personnel with system components system functions and recommended procedures At this time a functional test of the system shall be demonstrated 7 5 Vendor list for fire fighting equipment The list of OIL s preferred vendors for fire extinguishers and other equipment are as follows Sl Equipment No Vendor 1 Fire Extinguishers 1 M s Zenith Fire Services India Pvt Ltd Mumbai 2 M s Nitin Fire Protection Industries Ltd Mumbai
87. t 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 OIL s Independent External Monitors at present are as under 1 SHRI N GOPALASWAMI I A S Retd Former Chief Election Commissioner of India E mail Id gopalaswamin gmail com I SHRI RAMESH CHANDRA AGARWAL IPS Retd Former Director General of Police E mail Id rcagarwal g rediffmail com Tender No SGG8156P13 1H Page 39 of 64 TO TISNA NO Sume To qis d wo Swwex NIVA 9 ve WGOSCNSTIV Gl A t 35 5 ij d od tid E j i 8SnoH J8MOd 10 wes ie E rrr al X Se vos tT asise i5 TIRE TAR f BR 5 5 2 Pls Bb H a IQ 0J3 JOMOd 8ur V UIS sapen pea aurjedig rer n WL VOIE ov Page 40 of 64 Tender No SGG8156P13 1H EXISTING SINGLE LINE DIAGRAM mm with solid Ncubral Farthing Syatrm NT TIT hi Tred me w fyi t ffs igc 4 5 o Js rami o D 15 V IP amp SN Bus Bar i IEUIEAL Pe SHTICH kaa Tle Eri P Vn p Imi d fa Et Drk MEUTRAL 7 TU 4 ae f SWIC wu ts fo c RDO 1 Transtorreer X TU b M t p M L dE 5OOK VA ahud eom Tah gy a MAN Vabis ALLLN LALAN Page 41 of 64 Tender No SGG8156P13 1H
88. t based on 24 V DC backed up by Battery Bank Power amp Energy monitor Showing Voltage Current Power KW Power factor KWH amp Maximum demand Digital frequency meter 96 X 96 mm scaled 0 100 Hz Generator Protection Relay Refer Alternator protection relay requirement as specified elsewhere in this document Digital temp scanner and controller 6 channels for winding RTDs and 2 channels for bearing RTDs Temp scanner to be suitable for RTDs fitted in alternator In case of any over temp controller shall give annunciation through LED type indicating lamp mounted on panel front cover and provide annunciation trip through potential free contacts Hour meter For recording running hours of the genset c Bus Coupler Breaker Panel Air Circuit Breaker Capacity 2500 Amps and trip circuit based on 24 V DC backed up by Battery Bank Dual Digital frequency meter 96 X 96 mm scaled 0 100 Hz Dual Voltmeter 96 X 96 mm scaled 0 500 V Protection Relay Synchronizing check relay d Tie Breaker panel 3 Air Circuit Breaker Capacity 2500 Amps and trip circuit based on 24 V DC backed up by Battery Bank Dual Digital frequency meter 96 X 96 mm scaled 0 100 Hz Dual Voltmeter 96 X 96 mm scaled 0 500 V Protection Relay Over current Earth fault Synchronizing check relay The purpose of this Tie breaker 3 is to interconnect the proposed new LT switchgear panel with OIL s existing LT switc
89. tery fault Open or shorted cell disconnect e Component failure e Wiring problem e Microprocessor failure flashing indicator e Ground fault e Detection Circuit open circuit Separate LED for each detection circuit e Audible signalling circuit reverse polarity open or short circuit Separate LEDs for each audible circuit etc e To de energize the automatic features of the system provision should be incorporated to inhibit the whole system during maintenance servicing of the system Signaling equipment a Audio amp Visual Alarm at the Panel shall be incorporated b Dual tone Electronic Hooter with flashing lamp single tone alarm signal to generate with output of 86 90 dBA to 10 feet at 24 VDC when detection of fire occurs on cross zoning principle The circuit shall be energized in the affected area and the word FIRE on the control panel shall blink The sounder shall be provided with a red finish c A parallel small sounder loud enough to alert control room personnel should be provided well within audible range of the Control Room as the room is closed due to Air conditioner d Flame proof type addressable detectors devices Manual Call Points Break Glass Type with Hammer to be considered for hazardous area and non Flame proof type for non hazardous area MCP and response indicator to be installed inside generator house and one out side the generator house e A connection to be made to operate the main fire sire
90. ther proof Diaphragm seal instruments shall have its diaphragm seal integral with the instrument and shall be supplied with an adaptor flange The sealant shall be an inert liquid compatible with the process fluid temperature End connection details shall be as below a Thread end connections shall be to NPT as per ANSI ASME B 1 20 1 b Flanged end connection shall be as per ANSI ASME B 16 5 All electronic instruments shall be state of the art electronics and shall be in compliance with the electromagnetic compatibility requirements as per IEC 801 Plug in circuit boards shall be constructed such that reverse insertion or insertion of the wrong card is prevented Electrical conduit entries shall have internal threads Terminals for electrical connections shall be clearly numbered and polarity where applicable permanently marked Tender No SGG8156P13 1H Page 19 of 64 6 3 9 Power supply signal isolation ripple and noise requirements shall generally be as per ISA S 50 1 6 3 10 All bought out instruments and connection accessories must be from reputed ISO certified vendor for quality control purpose 6 3 11 All piping tubing connections pipes and manifolds for instrumentation must be of SS316 material 6 3 12 Each flush panel mounted instrument shall have the following information identified in the front 6 4 6 4 1 6 4 2 6 4 3 7 0 7 1 a Identification Tag number b Measuring point nomenclature c Rang
91. tions i Terminal Box The alternator terminal box should be of suitable size and should have suitable bus bar for terminating heavy duty stranded copper armoured cables of 1100V grade as per IS 1554 Separate cable box shall be provided for supporting the power cables Suitable size of heavy duty single compression cable gland should be fitted in the cable box j Earthing Points 2 Nos earth points are to be provided on both sides of the alternator k Rating Plate The rating plate of non corrosive metal shall be fixed on the alternator frame and shall give the following Manufacturer s name Serial No type amp frame reference Rated output in KVA and KW Rated Voltage Rated Current Rated power factor Rated frequency Rated Exciter Voltage and Current Class of insulation Sub transient and transient reactance in Phase rotation CW or CCW Rated Speed in RPM Customer Order No Year of manufacture Weight in Kg Tender No SGG8156P13 1H Page 12 of 64 5 2 4 5 2 5 5 3 5 3 1 Exciter And Accessories a The excitation System for alternator shall be brushless and shall mainly consist of an Automatic Voltage Regulator AVR Permanent Magnet Generator PMG Main A C exciter Current transformer rotating diode and surge suppressor assembly b Automatic voltage regulator AVR shall be provided with the following features as a minimum requirement Short circuit Protection Over volta
92. to Fuel consumption and Lube oil consumption shall also be verified during the performance test The performance test of the Genset package shall be carried out using crude oil as the fuel OIL shall be communicated at least 75 days in advance of the scheduled test to enable OIL depute their representatives To and fro fares boarding lodging and other en route expenses of OIL s Inspection team for carrying out the inspection shall be borne by OIL Detailed test procedures shall be submitted along with the bid Inspection shall however not relieve the supplier of his responsibility to ensure that the equipment supplied is free from all manufacturing and other defects and conforms to specifications Bidder to note that the Site Acceptance test as detailed elsewhere in this NIT shall be in addition to the Full load Performance test carried out at the Manufacturer s works The Bidder shall submit the data graphs and certificates of the full load performance tests for OIL s record Following tests as a minimum shall be carried out on the Alternator Routine Tests Will be witnessed by OIL a Resistance of e Alternator Stator e Exciter stator e Exciter Rotor e Main field b Insulation resistance both before and after HV test e Alternator Stator e Exciter stator e Exciter Rotor e Main field e Accessories like RTDs heaters CTs etc c High Voltage test Tender No SGG8156P13 1H Page 25 of 64 d e f e Alternator Sta
93. tor e Exciter stator e Exciter Rotor e Main field e Accessories like RTDs heaters CTs etc Short circuit characteristic Phase sequence test Open Circuit characteristic Special Tests Will be witnessed by OIL a b c Voltage Regulation Test Transient Voltage Dip amp Transient Voltage Rise TVD TVR test Temperature rise test at rated voltage and current power factor and frequency The measurements shall be taken only after the parameters have stabilised which in no case be less than 60 min at a particular load Type Tests Will not be witnessed by OIL a b c Test certificates of all types of Type tests carried out shall be provided by the Alternator manufacturer to OIL Waveform test and harmonic analysis Any other tests as per Applicable Standard 11 8 Following tests as a minimum shall be carried out on the Engine Alternator set a b c d e f g Measurement of all important Engine parameters like fuel consumption lube oil consumption lube oil pressure lube oil temperature cooling water inlet temperature cooling water outlet temperature exhaust air temperature etc at 25 50 75 and 100 of rated load respectively Measurements shall be taken only after the parameters have stabilised which shall in no case be less than 30 min at a particular load Response of Speed Voltage and Frequency with sudden application of 25 50 60 of rated load respectively Response of S
94. uds on both sides of the motor INSTALLATION AND COMMISSIONING OF ELECTRICAL UNITS All electrical equipment installed in hazardous areas shall have DGMS approval and the same should be marked on the body of the material All electrical work shall be carried out by licensed electricians under the supervision of a competent supervisor having a valid Electrical Supervisory license issued by State Licensing Board All cabling and earthing jobs for genset control panel LT switchgear panel auxiliaries motors PBS etc shall be done by the Bidder as per BIS IE Rules and as advised by OIL ENGINE ALTERNATOR CONTROL AND MONITORING SYSTEM Local Control Panel Local Control panel shall be provided for monitoring Pressure Temperature and other vital parameters of the engine locally and should be located near the engine Starting stopping and speed control functions of the engine should be possible from the Local Control Panel Major Components installed in the local control panel shall be a Pressure Gauges e Lube oil filter inlet pressure e Lube oil filter outlet pressure e Lube oil cylinder head inlet pressure e Fuel inlet pressure e Starting air pressure e Inlet manifold pressure e Water inlet pressure b Switches e Lube oil pressure e Lube oil Level e Fuel oil Pressure e Cooling water No Flow c Temperature Indicators scanner e Engine RPM indicator e Engine Lube oil inlet temperature Tender No SGG8156P13 1H Page 18 of 64
95. ust be forwarded for the items not manufactured by the bidder The items covered by this tender shall be used by Oil India Limited for providing electrical power to Industrial amp domestic load and hence applicable Customs Duty during import will be applicable Indigenous bidder shall not be eligible for Deemed Export Benefit against this purchase After Sales Service The bidder should ensure and clearly stated after sales service during initial commissioning and also subsequently Confirmation that all spares related to the equipment supplied both regular consumable ones as well as vital insurance spares for the supplied unit quoted shall be available for a period of at least 15 fifteen years after delivery should be provided Bidders should also indicate their nearest authorized service center To ascertain the substantial responsiveness of the bid OIL reserves the right to ask the bidder for clarification in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in toto must be received on or before the deadline given by the company failing which the offer will be summarily rejected Tender No SGG8156P13 1H Page 36 of 64 6 0 7 0 8 0 Warranty Guarantee The complete package unit shall be under guarantee warranty by the supplier or the bidder for a minimum period of 1 one year from the date of successful commissioning of the complete unit at site OIL reserves the right to insp
96. y schedule preferably within six 6 months from the date of placement of order LC opening Bidders are requested to examine all instructions forms terms and specifications in the bid Failure to furnish all information required as per the bid or submission of offers not substantially responsive to the bid in every respect will be at the bidders risk and may result in the rejection of its offer without seeking any clarifications Spares Commissioning spares It is the responsibility of the bidder to provide adequate commissioning Spares and consumables required during commissioning The bidder shall furnish detailed list of such commissioning spares and consumables with OEM part numbers quantity unit rate total value etc Commissioning spares will be considered for bid evaluation purpose Commissioning Spares shall be handed over to OIL if unused Mandatory spares The bidder shall supply all Mandatory spares as per Annexure E which will be considered for bid evaluation purpose However OIL reserves the right to decide whether to purchase these spare parts along with the Supply or not Tender No SGG8156P13 1H Page 35 of 64 3 3 40 Critical spares The bidder shall furnish a list of operationally critical spares including bought out items that will be required for maintenance overhauling etc throughout the life of the equipment complete with price of each item Annual consumption of each spare should be furnished The spare parts
97. years Loading for fuel consumption as per the calculation mentioned BEC Technical above Loading for lube oil consumption as per the calculation mentioned BEC Technical above Grand Total Value O P Q R S T above 5 3 When both foreign and domestic bidders are involved The Grand Total Value of domestic bidder inclusive of customs duty on imported raw material and components etc and applicable terminal excise duty on the finished products and Sales Tax excluding inland transportation to destination and Insurance charges worked out as per Para 5 2 above and Grand Total Value of the foreign bidder worked out as per Para 5 1 above with customs duty as applicable on the bid closing date excluding inland transportation to destination will be compared No price preference will be allowed to indigenous bidders except that for capital goods the domestic manufacturers would be accorded a price preference to offset CST to the extent of 4 or actuals which ever is less subject to 30 local content norms as stipulated for World Bank Funded project to the satisfaction of OIL When more than one domestic bidders fall within price preference range inter se ranking will be done on Grand Total Value basis Note If the Government of India revises these evaluation criteria the same as applicable on the bid closing date will be adopted for evaluation of the offers 6 0 Other terms and conditions of the enquiry shall be as per General Terms and Con
Download Pdf Manuals
Related Search
Related Contents
Toshiba OD-FC34M 設置取扱説明書 SIMPLAY User Guide Westinghouse 1/2-Inch Instruction Manual Zalman CNPS8000B Fransgard - Richey Equipment Inc. 取扱説明書 ご使用前に必ずご確認ください Samsung SGH-Z500 Bruksanvisning Copyright © All rights reserved.
Failed to retrieve file