Home
Tender Document - Oil India Limited
Contents
1. Address with mover in HP closed or contact e mail Open loop hydraulic id system amp Quantity supplied Tender SDG5878P13 09 Page 15 of 24 2 2 Incase the Bidder is an authorized dealer of OEM of Hydraulic Wire Line Winch The following criteria shall be met by the Bidder 2 2 1 The Bidder shall confirm supply of Hydraulic Wire line Winch from Hydraulic Wire line Winch manufacturer OEM who meets the qualification requirements stipulated under clauses 2 1 1 amp 2 1 2 above 2 2 2 Bidder shall enclose a Certificate in original in support of authorization of dealership with back up Warranty amp Guarantee from the Hydraulic Wire line Winch Manufacturer OEM to quote for this tender 2 2 3 In addition the bidder shall have the experience of successful execution of supply installation amp commissioning of at least 1 one no of Hydraulic Wire line Winch of specification as described in para 2 1 1 in the last 5 five years preceding the bid closing date of this tender to any reputed E amp P company The bidder shall submit details of the previous supply of such equipment in a tabular format as shown below SL Client Order Date of Winch specification Comp Supporting NO Customer No order Make Model amp etion document Name and Contract Capacity of the prime date enclosed Address with No mover in HP closed contact e or Open loop mail id hydraulic system amp Quantity sup
2. The Priced Bid must contain the price schedule and the bidders commercial terms and conditions Bidder not complying with above submission procedure will be rejected Bid security of US 14 465 00 or 6 51 000 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 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 be valid for 270 days from the date of bid opening Validity of the bid shall be minimum 6 months 180 days Bids with lesser validity will be rejected 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 eighteen months from the date of shipment dispatch or twelve months from the date of commissioning whichever is earlier 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
3. 0 2 1 Annexure REQUIREMENT SUPPLY OF SKID MOUNTED SINGLE DRUM HYDRAULIC WIRELINE UNIT AND POWER PACK COMPLETE WITH ALL ACCESSORIES FOR CARRYING OUT UNDERNOTED DOWN HOLE JOBS IN OIL amp GAS WELLS Fish recovery operation Setting amp retrieving down hole tools Running in amp pulling out down hole tools and equipment Paraffin cutting Bailing operation Fluid level measurement Bottom hole pressure temperature survey Deviation survey Bottom Hole Fluid Sampling se reaoop SPECIFICATIONS Single drum hydraulic Wireline winch with power pack on separate individual skid complete with 0 108 OD X 28 000 ft capacity single reel drum and provision for 0 092 0 125 Wireline driven through suitable hydraulic driven mechanism powered by diesel engine of adequate output The detail specification of the unit is as under REEL UNIT The Reel unit shall comprise of following components SKID FRAME The Reel Unit shall be installed on a suitable skid with removable type steel protective frame cage equipped with lifting lugs The skid shall have provision to facilitate installation of the same on an Indian Make 11 MT GVW truck in house DRUM ASSEMBLY i All steel construction suitable for heavy duty operation ii Capacity of 28 000 ft x 0 108 OD wireline iil The drum shall have raised guards on both the sides to prevent slippage of the wireline during operation iv The drum shaft to be mounted on self
4. 5000 Lbs 100 ft hose 4 four sets C Type O measuring meter with register wheel suitable for 0 108 Wireline in metric calibration 4 four sets LIST OF OTHER SPARES 1 ODO METER of make Veeder Root suitable for 0 108 wireline 8 eight sets 2 Cable and casing for ODOMETER 14 fourteen sets 3 Load Cell with 200 feet hose 4 four sets 4 Level wind assembly 4 four sets 5 Tool Box with necessary tools for operation and maintenance of the unit 16 sixteen sets Tender SDG5878P13 09 Page 8 of 24 6 Rope Socket for 0 108 wireline of make Bowen Elmar 8 Nos as per the following specifications Note Specification for Single Strand Rope Socket make BOWEN ELMAR Out side diameter 1 5 inch 38 1 mm Fish neck 1 3 8 inch 34 92 mm Bottom connection 15 16 X 10 TPI Line size 0 092 0 108 inch BOWEN part no 12775 or similar 4 2 B Operational Critical Spares for the balance one unit Supplier shall supply the following operational critical spares along with the supply of balance 1 one unit in a separate kit Specific description Part Nos Make etc and Unit Price of each and every item spare shall clearly be indicated in the bid without which offer will not be considered for evaluation i HYDRAULIC SYSTEM amp ITS COMPONENTS a Hydraulic Filter Element make Parker Donaldson 6 Sets b Repair Seal Kit for Hydraulic Pump 1 Set c Repair Seal Kit for Hydraulic Motor 1 Set d Repair Seal Kit
5. Check list are furnished vide Annexure II Please ensure that both the check lists are properly filled up and uploaded along with Technical bid 3 0 The item qualifies for Nil duty Deemed Export benefits For Deemed Export benefits please refer Addendum to the General terms and conditions for Global tender Tender SDG5878P 13 09 Page 1 of 24 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 Head Materials Materials Department Oil India Limited Duliajan 786602 Assam on or before the Bid Closing Date and Time mentioned in the Tender a Original Bid Security b 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 uploaded 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 p
6. 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 Tender SDG5878P13 09 Page 17 of 24 6 0 Bidders are required to submit the summary of the prices in their commercial bids as per bid format Summary given below i Priced Bid Format SUMMARY for Foreign Bidders Total Material value including commissioning spares for 6 units Total Cost of operationally critical spares as per Clause 4 2A of Annexure for 5 units Total Cost of operationally critical spares as per Clause 4 2B of Annexure for 1 unit Third Party Inspection Charge Pre Despatch Inspection Testing and Training charges by OIL personnel if any Grand Total Material Value including above Charges Packing amp FOB Charges up to port of shipment Total FOB Port of Shipment value Ocean Freight upto Kolkata port India Insurance Charges Total CIF Kolkata value Installation Commissioning amp Testing charges Training charges Total Value K L M above Total value in words Gross Weight Gross Volume ii Priced Bid Format SUMMARY for Indigenous Bidders Total Ex factory Material value including commissioning spares for 6 units Total Cost of
7. Suitable protective guard around each unit b 4 point lifting eyes lugs each skid c Arrangement for easy bolting on truck platform Tender SDG5878P13 09 Page 6 of 24 2 5 2 6 2 7 2 8 3 0 d Suitable arrangement to avoid accumulation of oil amp water DIMENSIONS Approx i OTHER FITTINGS amp ACCESSORIES Following few accessories shall be provided along with each unit Hey pulley assembly for 0 108 wire line of make Bowen Mathey Elmar only Suitable sized Sheave diameter for 5000 psig Stuffing box for use of 0 108 inch wire line i ii i iv REEL UNIT WITH SKID without operator s seat a Length 1600 mm 63 inch b Width 1000 mm 40 inch c Height 1250 mm 50 inch POWER PACK UNIT WITH SKID a Length 2000 mm 80 inch b Width 1000 mm 40 inch c Height 1000 mm 40 inch Line wiper of make Bowen Mathey Wireline clamp of make Mathey Elmar Stuffing box and staff assembly shall be 0 108 x 5000 psi WP and 9000 psi test pressure with 2 3 8 OD API LP box threads and of make Bowen Elmar PAINT The units shall be painted as follows i i i DRAWINGS AND TECHNICAL LITERATURE The supporting literature drawing operating manual catalogue must be submitted with the offer for technical evaluation The specifications mentioned in the quote should conform to the details indicated in literature catalogue drawings Offers without catalogue details description of th
8. shall be as follows a For Level wind assembly Mathey Elmar only b For counter wheel Mathey Bowen Elmar only c For Depth Measuring Device Veeder Root or equivalent d Weight Indicator with glycerine fluid filled 0 5000 Lbs 100 ft hose hand pump system fluid and other accessories Make of the Weight indicator shall be of Martin Decker Wagner li Type O measuring meter register wheel in metric calibration of make Mathey Elmar iii Mechanical depth counters with cable and casing at operator s console in metric unit iv Arrangement for self oiling lubricating of piano wire during operation OPERATOR CONSOLE i Open control console with stainless steel control panel cabinet ii All controls amp levers for brake hydraulic control spool steering etc as well as depth weight indicator readout engine start stop switches gauges amp meters of engine amp hydraulic system etc shall be ergonomically placed on the control console within easy reach of the operator keeping in mind the comfort of the operator for better efficiency iii Large Safety Glass Shield in front of control console to have complete view of the drum assembly level wind measuring device etc iv Suitable safety covering guard in between operator s footrest and reel unit v 4 way up down back forth adjustable type well padded revolving operator s seat with backrest LINE SPEED amp PULL DESIRED The winch shall be capable of developing t
9. DG5878P13 09 Page 18 of 24 7 0 8 0 Il 4 Summary of the prices as per the Priced bid format Summary mentioned above to be up loaded in the Price bid Transit Insurance will be borne by OIL in case of other than FOR destination orders and hence should not be included in offered rates However in case of FOR destination orders the transit insurance shall be arranged and paid by successful bidder Pre Despatch Shipment Inspection amp Testing charges if any shall be quoted on lumpsum basis separately which shall be considered for commercial evaluation of the offers However all to and fro fares boarding lodging and other expenses of OIL s Inspection Engineer s shall be borne by OIL Installation Commissioning and Training charges must be quoted separately 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 at Duliajan and other expenses of supplier s commissioning training personnel during their stay at Duliajan Assam India Bidders must categorically indicate the above charges in their commercial offers and must confirm the same in their Technical bids Offers received without Integrity Pact duly signed by the authorised signatory of the bidder will be rejected BID EVALUATION CRITERIA BEC Bids conforming to the specifications terms and conditions stipulated in the tender and considered
10. Make of O measuring meter Make of Mechanical depth counter f Make of Weight Indicator Control console with stainless steel control 6 Operator Console as per panel cabinet clause no 2 1 6 b Large safety glass shield Tender SDG5878P13 09 Page 20 of 24 Safety covering guard Operator s seat with back rest Line Speed as per clause no 2 1 7 Power pack assembly as per clause no 2 2 Hydraulic Drive assembly as per clause no 2 3 Max line speed iat core ii at rim Max line pull iat core ii at rim Make Model Max Output Power HP Water cooled diesel engine Tachometer amp Hour meter Emission Norms Control System Electronic Engine Fault Diagnostic amp Repair Tool TT KQ l ojo oj ov Starting mechanism Fuel tank capacity Skid details Noise level Drive system Power transmission Make of Torque hub Make of gearbox Adjustable line pull Marking of hydraulic controls Pump control type Make of Hydraulic Pump Model of Hydraulic Pump Make of Hydraulic Motor wl Izk I l2lo lola x Model of Hydraulic Motor Make of Directional Control amp Other Valve 3 Model of Directional Control amp Other Valve Make of Pressure Gauge Model of Pressure Gauge Position of directional control valve Hydraulic oil reservoir Make of hose
11. 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 80 against shipment dispatch Yes No documents and balance 20 after successful commissioning along with commissioning amp training 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 Yes No Il and uploaded as Attachment in the attachment link Techno Commercial Bid 3 71 Whether all the items of tender quoted Yes No 3 72 Whether confirmed that all spares amp consumables will be supplied for a minimum period of 10 Yes No ears 3 73 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 Tender SDG5878P 13 09 Page 23 of 24 40 For Foreign Bidders Whether offered FOB FCA port of despatch in
12. aligning pillow block bearings at both ends v Drum on raised support to facilitate adjustment of Measuring Assembly vi 25 000 ft x 0 108 slick wireline as per API 9A for sweet service to be installed BRAKE ASSEMBLY i Smooth responsive Mechanical Hand Brake system acting directly on the reel drum in addition to any brake mechanism in the hydraulic system li The hand lever shall be ergonomically placed on the right hand side of the operator s console with operator s comfort in mind DRIVE ASSEMBLY i Suitable driving mechanism to transfer power from Hydraulic motor to winch drive ii The bidder shall provide the hydraulic circuit diagram and the transmission schematic with power labelling at various stages along with the techno commercial bid Tender SDG5878P 13 09 Page 4 of 24 2 1 5 2 2 SPOOLING MEASURING ASSEMBLY i Level wind spooling assembly Hydraulically assisted for smooth operation counter wheel depth measuring device shall be equipped with steering track in front of the drum assembly to allow the operator to guide the incoming wireline evenly on the reel by means of a steering wheel provided at operators right hand position with operator comfort in mind so that the operator can keep an eye on the entire driving assembly while steering the Level Wind The diameter of the counter wheel shall be suitable for use of 0 108 inch wire line The make of Level wind assembly Counter wheel Depth Measuring Device
13. an Assam India Each unit shall be considered as commissioned after 3 three successful field operations Individual unit shall be put in to 3 three field trials separately and there will be total 15 fifteen Tender SDG5878P13 09 Page 11 of 24 7 2 7 3 7 4 8 0 9 0 10 0 field operations for 5 five winches The supplier shall depute their competent personnel to Duliajan for this purpose The commissioning engineer should be available at site within 15 days of the intimation given by OIL for commissioning the unit Installation Commissioning charges must be quoted separately on lumpsum basis which shall be considered for evaluation of the offers Total Nos of days required for commissioning shall also be Clearly indicated by the bidders While quoting Installation Commissioning above bidder should take into account all charges including to and fro fares boarding lodging local transport at Duliajan Assam and other expenses of supplier s personnel during their stay at Duliajan OIL will provide local transportation to the commissioning personnel OIL may provide accommodation on Chargeable basis subject to availability Bidder should confirm about providing all these services in their Bid However OIL reserves the right to avail such services at its own discretion DEVIATIONS FROM THE SPECIFICATIONS Supplier may suggest any change and or additional feature based on technological improvement if any in the specified u
14. ce TRAINING TO OIL PERSONNEL ON OPERATION amp MAINTENANCE OF HYDRAULIC WINCH The supplier shall have to provide training to OIL personnel in two phases The supplier shall provide training to 3 three engineers officials from Oil India Ltd two from Production Oil and one from Transport department for the supplied units at their training school facility equipped with test wells and all other requisite training facilities during pre despatch inspection for a period of 1 one week The supplier shall arrange comprehensive training on Operation amp Maintenance Troubleshooting and Working Principle of followings systems items used in the unit amongst other relevant subjects a Engine and its Electronic Controller System b Closed Loop Hydraulic system For the training to and fro passage and living expenses of the engineers will be borne by OIL Accordingly bidders shall quote only the training charges if any During installation and commissioning of the unit the commissioning Personnel shall have to provide field training as well as class room training for a period of 1 one week to OIL Engineers and technicians on Maintenance troubleshooting Working Principle and repair replacement of different components of the unit Bidders shall quote their training charges separately for evaluation purposes COMMISSIONING Installation and commissioning of the complete unit shall be carried out by the supplier at well site in Duliaj
15. cluding sea air worthy Yes No packing amp forwarding 41 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 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 Duliajan quoted Yes No 5 2 For Indian Bidders only Whether offered Ex works price including packing forwarding charges Yes No 5 3 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 carry out Installation amp Commissioning of the equipment at Yes No Duliajan Assam 7 1 Whether Installation amp Commissioning charge applicable Yes No 7 2 If Installation Commissioning charges applicable whether separately quoted on lumpsum Yes No bas
16. d 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 Bidder s Qualification 1 1 The bidder shall be an Original Equipment Manufacturer OEM of Hydraulic Wire Line Winch OR 1 2 The bidder shall be an authorized dealer of OEM of Hydraulic Wire Line Winch Bidder s Experience In case the bidder is an Original Equipment Manufacturer OEM of the offered item The bidder shall be a Manufacturer of Hydraulic Wire line Winch with Closed Loop Hydraulic System having facility for jarring operation and the prime mover capacity not less than 75 HP The bidder shall be in the business of manufacturing Hydraulic Wire line Winch of capacity not less than 75 HP with Closed Loop Hydraulic System and shall have the experience of successful execution of supply installation amp commissioning of at least 2 two nos of Hydraulic Wire line Winch of specification as described in para 2 1 1 in the last 5 five years preceding the bid closing date of this tender to any reputed E amp P company The bidder shall submit details of the previous supply of such equipment in a tabular format as shown below SL Client Order No Date Winch specification Comp Supporting NO Customer Contract of Make Model amp letion document Name and No order Capacity of the prime date enclosed
17. e vi Any other requirement of the inspection agency to satisfy the quality of the equipment as per applicable standards v Certification 2 Pre shipment inspection shall be carried out by OlL s representative at manufacturer s site The supplier shall inform OIL at least 2 two months ahead for such inspection to enable OIL to send inspectors The supplier has to arrange for 3 three OIL engineers for inspection OIL will bear the expenses towards travelling and accommodation etc of the OlL s inspection team The Inspection cum Acceptance process would include the following minimum steps tasks but not limited to a Verification of all material test certificates already certified by the TPI b Physical verification inspection of all the items fittings accessories including all Parts Catalogue Maintenance amp Service Manuals Operational testing of the equipment C Supplier shall have to take note of any minor modification s for operational requirement suggested by the inspector and comply with the same at no extra cost to OIL d The inspection report would be prepared at the end of the inspection and jointly signed by both the parties e Supplier shall confirm in writing compliance of all the points raised in the inspection report as well as any other subsequent additions changes following deliberation with the inspector after arrival at Duliajan f Supplier will affect despatch of the unit only on receipt of OIL s despatch advi
18. e quoted products shall not Sand blast to bright metal for anti corrosion as per standard Top coat of acrylic urethane paint after jet priming Colour GREEN be considered MANUALS amp CATALOGUES The following Manuals amp Catalogue in printed form from respective manufactures shall be supplied along with the units Commissioning of the unit shall not be considered as complete until amp unless all the printed manuals catalogues are supplied The supplier shall also have to supply the Manuals amp Catalogues in Compact Disk Four 4 sets of Operating Manuals covering all the items including catalogues literatures containing storage handling operating maintenance repair redressing instructions and bill of materials with part numbers Three 3 sets of Operators Manual for Engine Fault Diagnostic amp Repair Tool manual in case of engine with Electronic Controller System Five 5 sets of a Spare Parts Catalogue and Workshop amp Service Manual for the engine Working principle and operation of the complete unit c Performance table of the unit showing line speed line pull at various line depth Engine fault diagnostic tool manual Tender SDG5878P13 09 SPARE PARTS COMMISSIONING SPARES The Supplier has to supply all the spare parts required for initial commissioning of the unit OPERATIONAL CRITICAL SPARES Operational Critical Spares are required to be supplied in kit system comprising of the followi
19. er SDG5878P 13 09 Page 2 of 24 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 Bid on Change Mode Submit Hold Delete Check Refresh Verity Bl Sign Verify Bid Sign Back to Initial Screen For submitting the offer Click on Submit button only while been on General Data gt Basic Data tab Open 2 Bid Systm Mame mock JI0384P11 Number CJI0384P11 External Version Number 7 4 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 Check the information in your bid You can also add your own notes Texts Bidder s Remarks Attachments Upload a Document Description l Path Area for uploading m Priced Bid No Documents Available Please click the link below for bid documents Are a for upl oa din g Te chn o Bid 60003169 DUMMY VENDOR FOR PRESS TENDER h A A 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 conditio
20. er 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 Payment Payment shall be released as follows i 80 of the supply made by the supplier shall be paid against proof of despatch shipment of the goods ii Remaining 20 of the supply value along with training charges and commissioning charges shall be paid after successful commissioning and acceptance of the unit by OIL iii OIL may also consider making 100 payment towards supply of the units against proof of despatch provided bidders agree to pay interest for 20 of the order value and also submit Bank Guarantee for the amount equivalent to 20 of the order value This is in addition to the 10 of the order value towards Performance Security as per the NIT requirement 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 Oil India Purchase Order No must be engraved on the body of the item Bidder must confirm the same categorically in their quotation 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 offe
21. exroth Sauer Denfross make Directional Control amp other valves Rexroth Denison Vickers Parker Eaton make Pressure Gauge Wika or Noshok vi The control lever for the Directional Control Valve shall be on left part of the control console vii The system shall be complete with Filtration system amp Oil Cooler viii Hydraulic oil reservoirs with temperature gauge and sight gauge as per design ix All hoses and fittings to be sized for maximum flow Make Parker Gates Vicker Eaton only X There shall be only flexible hydraulic hoses connections in between the Reel Unit and the Power Pack Unit While number of such hoses shall be minimum it shall be bidders endeavour to keep it at two supplemented by technical justification if more than two the End Connections required for the arrangement shall be Quick Coupling with Non return Valve type and made of either Stainless Steel or Brass and fitted with suitable protector for safe transportation as per SAE standard xi Max hydraulic temperature should not exceed 800 C 2 4 MOUNTING i Dual skids one for the Reel Unit with drum and control console chain drive hydraulic motor etc and the other for the Power Pack Unit with engine hydraulic pump tanks for Diesel amp Hydraulic oil amp other accessories as mentioned elsewhere above In addition to specifications features if any mentioned elsewhere in this NIT Specifications each skid shall have the following features a
22. for Directional Control Valve 1 Set e Line Pull Adjuster Pressure Valve make Yaken Vickers 1 Nos f Repair Seal Kit for Line Pull Adjuster Pressure Valve 2 Sets g 1 one set of additional hydraulic hose hose with Quick Coupling with Non return Valve connecting Reel Unit amp Power Pack Unit ii ENGINE a Fuel Filter Element 6 Nos b Water Separator Element if any 4 Nos c Engine Oil Filter Element 4 Sets d Air Filter Element if any 4 Sets e Water Corrosion Filter Element 4 Nos f Fan Belt 2 Sets g Alternator Belt 2 Sets h Water Pump Repair Kit 1 Set i Water Hose 2 Sets j Engine Mounting 1 Set iii REEL DRUM a Wireline 0 108 x 25000 ft as per API 9A 1 one reel b Martin Decker Wagner weight indicator with glycerine fluid 1 one set filled 0 5000 Lbs 100 ft hose c Type O measuring meter with register wheel suitable for 0 108 1 one set Wireline in metric calibration iv LIST OF OTHER SPARES 1 ODO METER of make Veeder Root suitable for 0 108 wireline 2 two sets 2 Cable and casing for ODOMETER 3 three sets 3 Load Cell with 200 feet hose 1 one set 4 Level wind assembly 1 one set Tender SDG5878P13 09 Page 9 of 24 5 Tool Box with necessary tools for operation and maintenance of the unit 2 two sets 6 Rope Socket for 0 108 wireline of make Bowen Elmar 2 Nos as per the following specifications Note Specification for Single Strand Rope S
23. he following speed and pull Speed Maximum Line speed at CORE of the drum 1600 ft min Maximum Line speed at RIM of the drum 2700 ft min Pull Maximum Line Pull at Core of the drum 9000 Ibs Maximum Line Pull at Rim of the drum 5000 Ibs POWER PACK ASSEMBLY i Suitable water cooled diesel engine of adequate horse power not less than 75 HP at approx 2200 rpm The engine shall conform to minimum EURO III or equivalent emission norms Engine Emission Norms Certificate shall be submitted along with supply by the successful bidder and of make Caterpillar Cummins only In case of engine with Electronic Controller System Engine Fault Diagnostic amp Repair Tool both Software and complete Hardware including Laptop connector etc as necessary shall be supplied as per para vii below along with the unit Bidder shall categorically confirm in the bid that the offered software is for the particular engine model Make amp model of the Tender SDG5878P 13 09 Page 5 of 24 vi vii engine shall be clearly indicated in the bid Technical literature of the particular model of the engine shall be submitted along with the bid for evaluation The engine shall be complete with Tachometer amp Hour meter in addition to all standard gauges amp meters with metric calibration Filters Spark Arrestor etc Emergency Safety Engine Shutdown system and anti vibration mountings Electric engine starting mechanism Lucas or Delco Remy Make with heav
24. is 7 3 Whether to amp fro air fares boarding lodging of the commissioning personnel included in the Yes No quoted charges 74 Whether confirmed that all Service Income Corporate tax etc applicable under Installation Yes No Commissioning are included in the prices quoted 8 0 Have you signed and submitted Integrity Pact and submitted along with Technical Bid TESTNE Offer reference Name of the Bidder Tender SDG5878P13 09 Page 24 of 24
25. k up Warranty and Guarantee from the OEM to quote against this tender failing which the offer will be liable for rejection After Sales Service The nature of after sales service which the supplier can provide during initial commissioning and also subsequently should be clearly stated Documentation The equipment should be supplied with complete set of documents covering technical specifications amp dimensions operation manual maintenance schedule spare parts catalogue etc as per the Para 3 0 above Bidder has to confirm the same in the technical bid The equipment and other accessories may be inspected at supplier s works factory as mentioned in Para 5 0 above and supplier should have sufficient facilities for OIL engineers for inspection of the unit prior to dispatch Intimation must be sent to OIL INDIA LTD DULIAJAN ASSAM at least 2 months ahead for inspection of the equipment at Supplier s premises Note Inspection testing charges if any shall be quoted separately which shall be considered for evaluation of the offers To and fro fares boarding lodging and other en route expenses of OIL s Inspection team for carrying our inspection shall be borne by OIL Installation amp Commissioning Installation and commissioning of the complete unit shall be carried out by the supplier at well site in Duliajan Assam India as per the details mentioned in Para 7 0 above Warranty Guarantee The offered items complete u
26. losed loop hydraulic system only A circuit diagram with this effect shall be submitted and meet the technical specification The Bidder shall confirm delivery of the equipment as per Clause no 9 0 of Annexure Bidder must undertake that the provision for supplying spares including bought out items of the equipment will be continued for next ten 10 years from the certified date of completion successful field commissioning of the unit If any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria BEC BRC contradict the Clauses of the tender elsewhere those in the BEC BRC shall prevail Il Bidder s response to all NIT stipulations should clearly be defined Bidder shall furnish specific details specifications of all major components systems with Make amp Model etc Generalised response like As per NIT Specifications Technical Leaflet Noted Accepted or in any similar fashion is not encouraged 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 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
27. ng Operational Critical Spares for first five units Supplier shall supply the following operational critical spares along with the supply of 5 five units as a kit and shall be packed separately Specific description Part Nos Make etc and Unit Price of each and every item spare shall clearly be indicated in the bid without which offer will not be considered for evaluation i i HYDRAULIC SYSTEM amp ITS COMPONENTS a Hydraulic Filter Element make Parker Donaldson 16 Sets b Repair Seal Kit for Hydraulic Pump 4 Sets C Repair Seal Kit for Hydraulic Motor 4 Sets d Repair Seal Kit for Directional Control Valve 4 Sets e Line Pull Adjuster Pressure Valve make Yaken Vickers 4 Nos f Repair Seal Kit for Line Pull Adjuster Pressure Valve 8 Sets g 8 Eight sets of additional hydraulic hoses hoses with Quick Coupling with Non return Valve connecting Reel Unit amp Power Pack Unit h Hydraulic Pump 1 No i Hydraulic Motor 1 No ENGINE a Fuel Filter Element 24 Nos b Water Separator Element if any 24 Nos C Engine Oil Filter Element 16 Sets d Air Filter Element if any 16 Sets e Water Corrosion Filter Element 16 Nos f Fan Belt 10 Sets g Alternator Belt 10 Sets h Water Pump Repair Kit 8 Sets i Water Hose 10 Sets j Engine Mounting 8 Sets REEL DRUM a Wireline 0 108 x 25000 ft as per API 9A 4 four reels b Martin Decker Wagner weight indicator with glycerine fluid filled 0
28. nit in the event of an order must be under guarantee warrantee by the bidder for a minimum period of not less than 18 months from the date of dispatch or 12 months from the date of successful commissioning of the complete unit at site whichever is earlier 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 Tender SDG5878P13 09 Page 13 of 24 5 1 6 0 7 0 8 0 9 0 9 1 9 2 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 10 ten years from the Certified date of completion successful field commissioning of the unit Original Equipment Manufacturer s undertaking must be forwarded for the items not manufactured by the bidder 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 training etc shall be to the Bidder Seller s account iii Income Tax on the value of the Services rendered by the Bidder Sell
29. nit as felt necessary with proper technical justification and substantiated with authentic documents for OIL s consideration However OIL reserves the right for acceptance or rejection such deviation DELIVERY Delivery will be essence of the contract Bidders are to quote their best delivery The delivery required against this tender is six 6 months for all the items from the date of opening of LC receipt of original order indigenous supplier Other Requirements 1 All the components and parts of the supplied unit must be new and unused 2 All the rubber O rings used in the unit shall be as per SAE standard 3 The Reel Unit and Power Pack Unit with skids will be installed on an Indian Make 11 MT GVW truck in house The bidder shall confirm feasibility of the same and accordingly indicate the weight of each of the units in the bid 4 Bidders shall confirm specifically that they have the required facilities for testing the quoted equipment material as per prevailing International standards at their premises and shall also agree for inspection by OIL or any other agencies nominated by OIL Inspection of the complete unit shall be carried out by OIL at supplier s works prior to despatch OIL at its discretion may carryout inspection of the unit at various stages for which the supplier shall provide the manufacturing schedule Necessary facilities shall be made available at the supplier s works by the supplier for carrying out various te
30. ns 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 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 I SHRI N GOPALASWAMI I A S Retd Former Chief Election Commissioner of India E mail Id gopalaswamin gmail com Il SHRI RAMESH CHANDRA AGARWAL IPS Retd Former Director General of Police E mail Id reagarwal rediffmail com Tender SDG5878P 13 09 Page 3 of 24 1 0 2
31. oO Oil India Limited a A Govt of India Enterprise P O Duliajan 786602 Assam Telephone No 91 374 2800491 Fax No 91 374 2800533 Email materials oilindia in erp_mm oilindia in Tender No amp Date SDG5878P13 09 01 05 2012 Tender Fee INR 4 500 00 OR USD 100 00 Bid Security Amount Applicable Bidding Type SINGLE STAGE TWO BID SYSTEM Bid Closing on As mentioned in the Basic Data of the tender in OIL s e portal Bid Opening on As mentioned in the Basic Data of the tender in OIL s e portal Performance Guarantee Applicable OIL INDIA LIMITED invites Global Tenders for items detailed below Item No Material Description QTY UOM Mat Code 10 Supply Installation and Commissioning of Skid Mounted Single Drum 6 Nos Hydraulic Wireline unit and Power Pack complete with all accessories and spares for carrying out down hole jobs in oil amp gas wells and as per the following Annexure a Detailed specification Annexure l b Bid Rejection Criteria BRC and Bid Evaluation Criteria Annexure Il c Technical amp Commercial Check list vide Annexure III 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 amp Addendum to General Terms amp Conditions for e Procurement 2 0 Technical Check list and Commercial
32. ocket make BOWEN ELMAR Out side diameter 1 5 inch 38 1 mm Fish neck 1 3 8 inch 34 92 mm Bottom connection 15 16 X 10 TPI Line size 0 092 0 108 inch BOWEN part no 12775 or similar NOTE 4 3 4 4 5 0 All spares in specified quantity as indicated above shall be supplied along with the unit Specific description Part Nos Make etc and Unit Price of each and every item shall clearly be indicated in the bid Bidder shall also quote separately for any additional spares with similar details as felt necessary for 2 two years trouble free operation and maintenance but not covered in this list for future reference procurement However price quoted for such spares will not be taken in to account for bid evaluation RECOMMENDED SPARES The bidder shall furnish a list of spares amp components that will be required for regular operation and maintenance overhauling etc throughout the life of the equipment complete with price of each item Annual consumption of each spare should be furnished The bidder should also provide detailed spare list of all the items including bought out items in the operation and maintenance manuals The list should include a spare parts list along with OEM part numbers make amp model of the equipment and contact postal address of OEM for all items of the whole unit The price quoted for recommended spares will not be taken in to account for bid evaluation The bidders must submit a written unde
33. operationally critical spares as per Clause 4 2A of Annexure for 5 units Total Cost of operationally critical spares as per Clause 4 2B of Annexure for 1 unit Third Party Inspection Charge Pre Despatch Inspection Testing and Training charges by OIL personnel if any Grand Total Material Value including above Charges Packing and Forwarding Charges Total Ex factory packed Material value Sales Tax Please indicate applicable rate of Tax Total FOR Despatching station price H above Road Transportation charges to Duliajan Insurance Charges Assam Entry Tax Total FOR Duliajan value J K L M above Installation Commissioning amp Testing charges Training charges Total Value M N O above Total value in words Gross Weight Gross Volume SOQAIAMSOVS Ferns St pr gore pile Sa Sot es Sens ale ems E E et il Senin lam oe lt GSBOZSEES SISBASSBS LAS Aa eo ee ee eS R ANDOVOZ Ne A Ra NOTE 1 Cost of individual items must be quoted separately 2 The Commissioning Spares and 2 years Operationally Critical Spares should also be quoted separately indicating the unit price and quantity quoted 3 The items covered under this enquiry shall be used by OIL in the PEL ML areas issued renewed after 01 04 99 and hence applicable Customs Duty for import of goods shall be ZERO Indigenous bidders must quote Deemed Export prices Excise Duty under Deemed Export exempted Tender S
34. plied 2 2 4 The bid shall be rejected in case of any change of the proposed OEM after submission of the bid 2 2 5 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 2 1 1 2 1 2 2 2 1 and 2 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 ii Commissioning report from the clients iii Performance report from the clients c In support of clause nos 2 2 2 authorization certificate in original from the OEM shall be enclosed Note All The above mentioned documents shall be in the name of the bidder 3 0 CONFORMITY TO NIT SPECIFICATIONS 1 The Bidder shall confirm in their bid meeting all the points noted under Annexure I and shall also submit all necessary supporting documents technical details literature etc as indicated in Annexure along with the bid failing which the offer shall be rejected Tender SDG5878P 13 09 Page 16 of 24 B 1 0 2 0 3 0 4 0 5 0 The offered engine shall conform to minimum EURO III or equivalent Emission Norms and of make Caterpillar Cummins only as per clause no 2 2 of Annexure l The offered hydraulic system shall be of c
35. ply the critical items components of respective make as detailed in Para 5 8 and 9 of the Checklist failing which they would have no objection if the order placed on them is cancelled at any stage Offer Ref Tender SDG5878P 13 09 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 Sl REQUIREMENT ANE 1 0 Whether bid submitted under Single Stage Two Bid System Yes No 2 0 Whether quoted as manufacturer Yes No 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 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
36. r will be summarily rejected The items covered by this enquiry shall be used by Oil India Limited in the PEL ML areas which are issued renewed after 01 04 99 and hence Nil Customs Duty during import will be applicable Indigenous bidder shall be eligible for Deemed Export Benefit against this purchase Details of Deemed Export are furnished vide Addendum to MM GLOBAL E 01 2005 attached 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 Tender SDG5878P13 09 Page 14 of 24 I 2 0 Annexure Il Bid Rejection Criteria BRC amp Bid Evaluation Criteria BEC BID REJECTION CRITERIA BRC The bid must conform to the specifications and terms and conditions given in the enquiry Bid will be rejected in case the items offered do not conform to all the required technical parameters stipulated in the technical specifications and to the respective international national standards wherever stipulated Notwithstanding the general conformity of the bids to the stipulate
37. rices 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 Go to this Tab for Uploading Techno commercial Unpriced Bid as well as Priced Bid files Change Delete Check Refresh Verify BI Sign verify Bid Sign For submitting the offer Click on Submit button only while been on General Data gt Basic Data tab id invitation was changed Choose Change and your bid is updated with new data Open 2 Bid Systm Hame mock JI0384P11 Number CJI0364P11 External Version Humbe General Data 1 You can view tender documents from Information from Purchaser tab 3 Click on Techno Commercial Bid tab to attach your tender dofuments 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 4 30 HRS Techno Commercial Bid TAB Unprice Bid renamed as Techno Commercial Bid Basic Data Attributes Information from Purchaser Partner Delivery Address Bid Invitation Versions heck the information in your bid Texts Bidder s Remarks Attachments No Documents Available Tend
38. rtaking along with the bid that they would be able to supply all the requisite spares and consumables including bought out items for a minimum period of 10 ten years from the Certified date of completion successful field commissioning of the unit INSPECTION CUM ACCEPTANCE 1 THIRD PARTY INSPECTION Independent Third Part Inspection of the unit is to be carried out for all the component of the unit by an internationally reputed Inspection agency in their area furnishing the following information a Name of the Inspection Agency OIL s clearance has to be obtained prior to engagement except for M s Lloyds M s Bureu Veritas M s IRS M s Rites and M s DNV b All inclusive charges for Third Party Inspection which will be considered for Bid evaluation purpose Scope of Third Party Inspection The scope of third inspection and certification should include inspection and certification as per relevant industry standards including those specifically mentioned in the tender document The scope of work of the inspection agency should include i Pre manufacturing inspection of all the materials and test certificates ii All material test certificates of the materials procured by the manufacturer to be inspected and certified by the TPI iii Witness the manufacturing and assembly iv Witness the functional and performance tests Tender SDG5878P13 09 Page 10 of 24 6 0 6 1 6 2 6 3 7 0 7 1 v Review of the inspection procedur
39. s Hose end connection o 2 olo Hydraulic temperature Cc Filtration system amp Oil Cooler 10 Mounting as per clause no 2 4 Tender SDG5878P 13 09 Dual skids Page 21 of 24 b Protective guard c Lifting eyes lugs d Easy bolting arrangement e Arrangement for water drain out Di has a Length 11 imension reel unit as b Width per clause no 2 5 1 c Height Dimension power pack a Length 12 unit as per clause no b Width 2 5 2 c Height a Hay pulley assembly Other fittings as per b Line wiper 13 T clause no 2 6 c Wireline clamp d Stuffing box 14_ Paint as per clause no 2 7 15 Drawings and technical literature as per clause no 2 8 Commissioning spares as per Clause no 4 1 Operational critical spares as per clause no 4 2 i ii ili and iv 16 Spares as per clause no 4 0 Recommended spares as per Clause no 4 3 Written undertaking as per clause no 4 4 17 Inspection as per clause no 5 0 18 Training as per clause no 6 0 19 Training facilities as per clause no 6 1 20 Commissioning clause as per clause no 7 0 21 Delivery as per clause no 9 0 22 Manuals and Catalogues as per clause no 3 0 23 Deviations from the Specifications as per clause no 8 0 Note Bidder shall submit an Undertaking in a prescribed format declaring that they will sup
40. sts as specified in the order 5 OIL reserves the right to inspect test and if necessary reject any part 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 was previously inspected tested and passed by OIL as above 6 Supplier shall warrant that the equipment will satisfy the requirements of the intended service as specified below Tender SDG5878P13 09 Page 12 of 24 i Should any defect is noticed in design material or for workmanship within the warranty guarantee period OIL shall inform the supplier and accordingly supplier shall depute their personnel within 14 days on receipt of such intimation to investigate the cause of the defect and arrange rectification replacement modification as necessary within a reasonable period li In case the defect is of such nature that the equipment needs to be taken to supplier s work for rectification of the defect the supplier shall arrange and take the equipment at his own cost after giving necessary undertaking security as may be required by OIL General Notes for Bidders Bidders should confirm each amp every point clearly Deviations if any should be highlighted in the quotation 1 0 1 1 2 0 3 0 4 0 5 0 Bidders other than the Original Equipment Manufacturer OEM must enclose proper authorization certificate in original with a bac
41. to be responsive after subjecting to the Bid Rejection Criteria will be considered for further evaluation as per the Bid Evaluation Criteria mentioned in Section D of General Terms amp Conditions for e Procurement as per Booklet No MM GLOBAL E 01 2005 Tender SDG5878P 13 09 Page 19 of 24 Annexure Ill 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 TICK MARK YES OR NO TO THE FOLLOWING QUESTIONS IN THE RIGHT HAND COLUMN A TECHNICAL CHECK LIST BIDDER S OFFER SI PARAMETERS REQUIREMENTS To indicate details of No make model etc or yes no as applicable 1 Skid Frame as per clause no 2 1 1 a Capacity b Raised guards at both sides 2 Drum Assembly as per clause no 2 1 2 c Pillow block bearing at both ends d 25 000 ft x 0 108 Slick wire line as per API 9A Mechanical hand brake system in addition to 3 Brake Assembly as per hydraulic system clause no 2 1 3 b Hand lever position a Drive mechanism 4 Drive Assembly as per clause no 2 1 4 Hydraulic circuit diagram and the transmission schematic Make of Level wind spooling assembly hydraulically powered b Make of Counter wheel 5 Spooling measuring C Make of Depth measuring device assembly as per clause no 2 1 5 d
42. y duty maintenance free battery enclosed in a safety enclosure Fuel tank capacity of 100 litres The engine with all other accessories tanks etc shall be installed on a suitable skid with removable type steel protective frame cage equipped with lifting lugs The skid shall have provision to facilitate installation of the same on an Indian Make 11 MT GVW truck in house Noise level for the complete unit in running condition should not cross 90 0 db One complete set of engine fault diagnostic amp repair tool including software amp hardware laptop connector and adaptor against eight units shall be supplied 2 3 HYDRAULIC DRIVE ASSEMBLY i Closed loop hydraulic system for power transmission from engine to Reel Drum Suitable mechanism to transfer power from hydraulic motor to winch drum through Torque hub of Farefield make mounted on the winch drum or through gearbox of make Funk with chain amp sprocket mechanism The system shall be suitable for down hole operation at adjustable line pull as well as speed Forward Stop amp Reverse All hydraulic controls to be installed on the control console shall be clearly marked for their different functions iv Pump control for variable displacement pump shall be mechanical type Hydraulic control Electrical Electronic proportional control is not acceptable v Make amp Model of hydraulic pump motor valves etc shall be as under Pump amp Motor Denison Vickers R
Download Pdf Manuals
Related Search
Related Contents
Emerson LK51 Owner's Manual Le guide des premières fois avec mon bébé : Manuale tecnico KNX Busch-Präsenz tech 6131/10 - Busch 868MHz WEATHER STATION M PSËär.fm - MP3MyCar.fr Whirlpool AWOE 9558 TRENDnet PF-16 User's Manual 取扱説明書 - お客様サポート Quantum P7000 User's Guide Copyright © All rights reserved.
Failed to retrieve file