Home
        Tender Document - Oil India Limited
         Contents
1.              and Engine number  EEE complies with the sa cspecesccectacaceeszeceiees  name of  Emission Standard     Euro III BS HI etc   Emission standard as well as other  Safety  amp  Road Worthiness Standards as per provisions of the   name of Motor Vehicles    Act of country of origin      It is also certified that body of the above vehicle has been fabricated by us  and the same complies with the provisions of the   name of Motor Vehicles Act of    country of origin      Signatures of Manufacturer    SDG2583P14 08 Page 26 of    45    Annexure  Al  SPARE PARTS LIST     Reference Clause No  8 0 of Annexure A of Technical Specification     Spares in specified quantity as detailed below shall be supplied along with 7 seven  nos   of Minimum 40 MT cranes     SPECIFIC DESCRIPTION  PART NOS   MAKE ETC   amp  UNIT PRICE OF EACH  amp   EVERY SPARES SHALL CLEARLY BE INDICATED IN THE BID FOR BID  EVALUATION     a  ENGINE   1  Fuel Filter Element    10Nos   2  Water Separator Element    10Nos   3  Engine Oil Filter Element   10 Sets  4  Corrosion Filter Element    10Nos   5  Air Filter Element   10 Sets  6  Fan Belt   05 Sets  7  Alternator Belt   05 Sets  8    Compressor Belt   05 Sets  9  Water Pump   02 Nos   10  Water Pump Repair Kit   05 Sets  11  Water Hoses   05 Sets  12  Engine Mounting   O01 Set    In case of single Serpent Belt  Belt covering water pump  compressor and    alternator   7 sets    In case of separate engine for crane operation  relevant spares comprisin    a
2.   5 Whether quoted a firm delivery period  Indicate delivery period     6 Whether quoted as per tender  without any deviations      7 Whether quoted any deviation         8 Whether deviation separately highlighted         9 Whether agreed to the Warranty clause                  SDG2583P14 08 Page  43 of 45                                                                10 Whether Price Bid submitted as per Commercial Bid Format  refer Para  12 0 of BRC     11 Whether the maintenance Spares for 2 years of operations quoted    12 Whether quoted all the items of tender     13 Whether indicated the country of origin for the items quoted    14 Whether technical literature   catalogue enclosed    15 Whether confirmed to carry out installation  amp  Commissioning at Duliajan   Assam     16 Whether installation  amp  Commissioning charges applicable    17 If installation  amp  Commissioning charges applicable  whether separately  quoted on lump sum basis   Whether to  amp  fro air fares  boarding lodging of the commissioning personnel   18 for installation  amp  commissioning at Duliajan  Assam  India  included in the  quoted charges     19 Whether confirmed that all Service  Income  Corporate tax etc  applicable  under installation  amp  Commissioning are included in the prices quoted    20 Whether confirmed acceptance of tender Payment Terms     21 For Foreign Bidders   Whether offered FOB   FCA port of despatch including  sea   air worthy packing  amp  forwarding    22 For Foreign 
3.   Bid security of US   46 800 00 or Rs 21 00 000 00 shall be furnished as a part of  the TECHNICAL BID  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 and Conditions for Global Tender  The Bid Security shall be valid till  22 04 2015     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 successful commissioning of the complete package at site  Bidder  must confirm the same in their Technical Bid  Offers not complying with this clause  will be rejected     The prices offered will have to be firm through delivery and not subject to variation  on any account  A bid submitted with an adjustable price will be treated as non   responsive and rejected     Validity of the bid shall be minimum 180 days  Bids with l
4.   Techno        RFx Response Number 60006452 RFx Number TEST2  RFx Owner WIPRO_TEST1 Total Value 0 00 INR         commercial Unpriced Bid                       Service and Delive  Incoter       Event Parameters  Currency  Indian Rupee  Detailed Price Information  Price w ith Conditions         Go to this Tab    Notes and  Attachments    for Uploading     Priced Bid    files            Status and Statist  Created C   Created E   Last Processed C  Last Processed E    Terms of Payment  9010 90  against despatch 10  after re          Details SendEMail Call Clear      Function Number Name Valid fr   E  The table does not contain any data    On    EDIT    Mode  The following screen will appear  Bidders are advised to Upload    Techno   Commercial Unpriced Bid    and    Priced Bid    in the places as indicated above        SDG2583P14 08 Page 3 of 45    Note      kk    6 0    7 0    _ Edit RFx Response        i Submit   ReadOnly Print Preview   Check Technical RFx Response Close   Save   Bid on    EDIT    Mode Be               i RFx Response Number 60006452 RFx Number TEST2  i RFx Owner VWIPRO_TEST1 Total Value 0 00 INR    Status Withdrawn Submission Deadline 13 04 2013 11 00 00 INDIA  RFx Response Version Number 2 RFx Version Number 5       Area for uploading Techno   Commercial Unpriced Bid            Adda Clear    Assigned To Category   Text Preview    Area for uploading i  Priced Bid      Assigned To   Category Description File Name   Version   Processor   Checkec    Al The table
5.  addresS lhe eee cece cece ecceeseeeeceeeeeues  3  Chassis No  4 eee ceccccceeeeeeeceeeeeeueeeecees  4  EnesieNo  O O O  gnseesdssecadusiiddreegacedd raaa  5  Horse power or cubic capacity cece eee ec cece cece cee ee cece cess cence  6  Puelwsed  j  jj  sysssstoyhedSuadeiuehuehodadedeslaees  7  Number of cylinders   hhc cece ceeece eee cceeeeeeeceeeeeues  8  Month and year of manufacture oo    cece cece cece cee eeeeee  9  Seating capacity  including                 cece cece eee eens  10  Maximum axle weight  number and description of tyres    a  Frontaxl     8 4 q          kcirscciecciscuveveupexdiesseeaeedes   b  Rear axle axles   nussrrsssssssssssssssssssssssssssass   c  Any other axle cece cece cceeeeeceeceeeeueeeees  11  Colour  s  of the body          sussssbssbssbssirserserrerrerreriar   12  Gross vehicle weight   nussesnesnernsesererrerrerrerrerrec   13  Make  amp  Model of crane    _____ eee eee ceeeeeeeceeeeeeueeeeees  14  Maximum SWL hee ceec ccc ccnueeeececeeuuneeeecs  Date  Signature of the manufacturer  dealer    B  Following is a sample copy similar to FORM 22 A  of Indian Motor Vehicle Act  only  The certificate to be issued by supplier shall contain following minimum  information     CERTIFICATE OF COMPLIANCE WITH POLLUTION  STANDARDS   SAFETY STANDARDS OF COMPONENTS  AND ROAD WORTHINESS       SDG2583P14 08 Page 25 of  45       Certified that 2 0 0 0    ccc ccc cccc cece cece eeeeeeeeeeeeaeeeeees  brand name of  the vehicle  bearing Chassis number          
6.  does not contain any data            Sign Attachment Add Attachment Edit Description Versioning    The    Techno Commercial Unpriced Bid    shall contain all techno commercial details except  the prices     The    Price bid    must contain the price schedule and the bidders commercial terms and  conditions  For uploading Price Bid  first click on Sign Attachment  a browser window will  open  select the file from the PC and click on Sign to sign the Sign  On Signing a new file  with extension  SSIG will be created  Close that window  Next click on Add Atachment  a  browser window will open  select the  SSIG signed file from the PC and name the file under  Description  Assigned to General Data and clock on OK to save the File     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     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 X 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 th
7.  ee o y O  e Slew Speed ee y O  f Make of Slew motor ee y O  g Model of slew motor   22    Derrick          Hook Block    Hydraulic  system  amp   controls    Counter  Weight    Front Axles    Rear Axle    Suspension  Front    SDG2583P14 08    a Max angle  b Min angle          c Derricking speed raising  d _Derricking speed lowering  e_No  of derrick cylinder s  a Sling catcher  b Means for securing hook block  a_ Make of Hydraulic pump  b _ Model of Hydraulic pump  c Make of Hydraulic valves  d_ Open loop Close loop  Number of simultaneous    f Crane control     Pilot or Direct   a__Weight   b Fixed or removable type   a No  of Front Axle  b Make of Front Axle   c Model of Front Axle   d Capacity of Front Axle   a No  of Rear Axle  Make of Rear Axle  Model of Rear Axle   d Capacity of Rear Axle             Page 32 of    Capacity    Suspension  Rear    Transmission    Automatic or manual  No of forward gears  Make of PTO    f Model of PTO  e system    Make    ee a    Make of SLI system    38    Over Lowering protection   Engine kill switch   emergency shutdown device in  39    operator   s cabin   40    Supply of spare parts  reference para  08 0 of  Annexure A                       ParttB DOCUMENTATION  Reference Para  15 0  F  of Technical Specification           DOCUMENT  SI  REMARKS  IF  DESCRIPTIONS ENCLOSED      Ne  YES OR NO ANY  Technical leaflet of crane  Leaflet containing Load Charts for different duties   2  Working    Technical leaflets brochures on Engine s     
8.  hand driving is acceptable  Steering wheel should be on the  right side of the crane when the driver is inside driver cabin    4 12 5 The dash board shall be provided with all standard dash board gauges such  as radiator water coolant temperature gauge  engine lube oil pressure  air  reservoir pressure gauge  Speedo meter cum Odometer  hour meter  fuel       45    SDG2583P14 08 Page 14 of    4 13    level gauge  battery charging indicator  low pressure indication for engine  oil  air pressure in the air reservoir etc     4 12 6 All the drive controls of the crane shall be provided in the driver   s hand  reach distance and shall be accessible easily  All the foot controls viz  accelerator  brake  clutch etc   should be conveniently located in the  driver   s cabin     4 12 7 Shall be provided with a medium size fan with protection cage in front of  the driver     4 12 8 Shall be provided with wind shield glass  clear lighting provision and  adjustable type wide angle rear view mirrors on both sides of the cabin   Wiper motor  Horn  Sunvisor etc     4 12 9 Shall be provided with heat resistant ceiling roof     Shall be provided with a tow hook at the front of the crane for tying    locking of hook block when crane is not in use or while in travelling    Electrical system     4 13 1 Shall be provided with 24V DC Electrical system with adequate capacity  automobile maintenance free batteries  lighting system   search light for  night operations  standard electrical accessories 
9.  i  Whether all BRC BEC clauses accepted    37   ii  Whether all documents required as per BEC BRC submitted         Whether Integrity pact exactly as per the format given with digital signature  38 uploaded                        OFFER  REF                SDG2583P14 08 Page  45 of 45       NAME  OF THE  BIDDER                SDG2583P14 08 Page  46 of 45    
10.  load being lifted   etc  On reaching overload  unsafe condition  it shall cut off the unsafe operations   as well as gives warnings through audible alarm  Make and Model of the system   SLD  shall be clearly indicated in the bid        b  All controls to operate in failsafe mode   c  Positive locking hydraulic cylinders  automatically applied failsafe hoist brake   d  Anti Two  block system for hoist operations to arrest over hoisting   e  Suitable over lowering protection device for hoist operation   f  Hand signals and duty charts in operator   s cabin   SDG2583P14 08 Page 17 of    45    g  Pin type Slew Lock  Cab Lock  as per standard to arrest automatic slewing of  the super structure during travelling   h  Level indicators   i  Means to secure the Hook to prevent it from swinging while travelling   j  Electric horn in operator   s cabin   k  Engine kill switch   emergency shutdown device in operator   s cabin   l  Lights  amp  reflectors on boom  floodlights for night operations   m  Hazard light flashers at front and rear of the carrier   n  Audio alarm at reversing of the vehicle   o  Fire extinguisher  at suitable location    p  Spark Arrestor   q  Exhaust blanket   6 0 OTHERS      a  The crane and its components shall be new and of recent manufacture and design    b  Brand New crane manufactured not prior to 6 six  months from the date of issuance  of firm order    c  All calibrations in the crane shall be in metric system    d  All display  amp  software used in th
11.  stick or  individual control lever for smooth operation    3 6 HOISTING SYSTEM   3 6 1 Crane hoist system shall be driven smoothly by hydraulic motor  Make and model  of the hydraulic motor to be fitted shall be mentioned in the offer    3 6 2 Hoisting brake shall be of spring applied  multi disc brake and applies brake  automatically when the hoisting motor stops    3 6 3 Hoist rope drum shall be of grooved with flanged sufficiently to take care of the  layers of the rope    3 6 4 Wire rope shall be of high performance  non rotating  non spinning type  approx 19 mm or equivalent construction with adequate length  Wire rope shall be  of preformed and galvanized    3 6 5 The hydraulic drive system shall be preferably be of closed loop system    3 6 6 The hoist system shall be designed to have not less than two or three wraps of  hoisting rope on the drum when the hook is in its extreme low position  A third  WRAP INDICATOR  preferably  is to be provided to warn the operator audibly  when the wire rope is on the first bottom layer and when the wire rope down to  the last three wraps    3 6 7 Hoisting system shall be provided with safety of anti two blocking    3 6 8 The hydraulic hoist system shall be provided with the following features    e Power up and Power Lowering   e Automatic failsafe brakes for Hoist System  Spring loaded    e Non rotating rope of suitable capacity and construction   e Audible and visible over load warning indicator for hoist system   e Limit switch f
12.  the driver   s cabin   is only acceptable   Left Hand Drive unit is not acceptable   Normal road driving should be through carrier cab not through super cab     4 20 Miscellaneous     i  Audio alarm for reversing of the vehicle     ii  One complete set of spare wheel for each crane     iii  Suitable mounting arrangements for Spare Wheel  Rigger Feet  if  applicable  during travelling   lockable Battery Box   iv  Locking provision for outrigger beams in fully retracted position     v  Provision for storing crowbars  slings  wooden blocks  etc     vi  Inter Axle Lock provision for rear tandem axles  as applicable     vii  Use of Rubber Hydraulic Hoses  i e  flexible hoses  shall be as minimum as  possible  instead metallic pipes are to be incorporated     viii  Suitable search lights   reflectors on boom for night operation    ix  Weight of the crane should be as minimum as possible    x  Anchoring of hoist rope at both ends shall preferably through Eye Loop   xi  Sight Glass Level Indicator and Temperature Meter in hydraulic tank   xii  Steps ladders and grab rails for crane floor    xiii  Lockable fuel tank of adequate capacity     5 00 SAFETY DEVICES   REQUIREMENTS  amp  SAFE LOAD INDICATOR  SLI     a  ELECTRONIC Safe Load Indicator  SLD  It shall continuously display all  essential data  information and instructions enabling the crane to be  operated within the designed parameters  It shall all the time provide  information viz  boom length  boom angle  radius  rated load 
13. 573  Specification for power driven Mobile Crane   American Standard  ASME B 30 5   2011  European Standard  EN 13000 2010  E   The crane should comply with the Motor Vehicle Rules as applicable in the state of  Assam in India   SDG2583P14 08 Page 7 of 45       3 0    3 1    3 2    Detailed Specification    SUPER STRUCTURE    Engine for Super Structure     3 1 1    3 1 2    3 1 6    The crane shall be provided with either 1 one  engine of adequate capacity or  separate engines can also be provided one for carrier and the other for  superstructure  It should be of suitable capacity  water cooled diesel engine and  must be compliant with the latest Indian Emission norms as applicable in the state  of Assam in India at the time of supply of cranes  We prefer to have Ashok  Leyland  Cummins  Caterpillar  Mercedes Benz engine  It is the bidder   s endeavor  to provide engines for which spares are readily available in India     The bidder shall clearly mention the make  model  HP  Torque and other relevant  details of the engine provided in the crane  A technical leaflet of the engine should  be provided along with the bid     In case of engine with Electronic control system  2 two  complete set of Engine  Fault Diagnostic and repair tool  both software and hardware including laptop   shall be supplied along with the cranes  Bidder shall categorically confirm in the  bid that the offered tool is for the particular engines  Note    Two complete set of  above tool against 7 Nos  cran
14. Bidders     Whether port of shipment indicated  To specify   For Indian bidders     Whether indicated the place from where the goods will   23  be dispatched  To specify     24 For Indian bidders     Whether road transportation charges up to Duliajan  quoted     25 For Indian Bidders only   Whether offered Ex works price including  packing forwarding charges     SDG2583P14 08 Page    44 of 45       26 Whether Indian Agent applicable         27 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        28 Whether weight  amp  volume of items offered indicated      29 Whether Pre despatch shipment inspection  amp  testing of the cranes quoted        Whether charges towards Pre despatch shipment inspection  amp  testing of the       S cranes applicable     i  If Pre despatch shipment inspection  amp  testing charges applicable   31 whether quoted separately     ii  Whether training cost quoted separately  32 Whether confirmed to submit PBG as asked for in tender         33 Whether agreed to submit PBG within 30 days of placement of order         34 For Indian Bidders only   Whether indicated import content in the offer    35 For Indian Bidders only   Whether deemed export quoted     For Indian Bidders only     Whether all applicable Taxes  amp  Duties have been    Sb quoted         
15. ING    The cranes shall be commissioned by the supplier at Duliajan  India   Supplier  shall depute experienced personnel in operation and maintenance of cranes to  OIL at Duliajan for commissioning of the cranes  Commissioning charges  if any   including to  amp  fro and all applicable expenses shall be indicated in the bid     Commissioning shall be completed within 2  two  months from receipt of the cranes  at site at Duliajan  The supplier will be held responsible for delay in completion of any  su Po uaine and in case of default  the Liquidated Damage clause shall be made  applicable     Commissioning spares  if any  shall be arranged by the supplier     Commissioning personnel shall impart basic training on operation  amp  maintenance of the  cranes to OIL   s personnel during commissioning on free of charge basis     GUARANTEE   WARRANTY    Notwithstanding any Guarantee Warranty clause s mentioned elsewhere in this tender  document  each individual crane shall be under onsite guarantee warranty by the  supplier for a minimum period of 1 One  year from the date of successful  commissioning of each individual unit at site at Duliajan  India      OIL reserves the right to inspect  test and if necessary  reject any part parts after  arrival of the units at site  only if the said rejection is attributed to be the responsibility  of the supplier  It shall  in no way be limited or waived by the reason that the units have  been inspected  tested and passed by OIL prior to desp
16. IT  EQUIPMENT  WITH ALL  ACCESSORIES AND SHOULD BE CAPABLE OF WORKING IN THE FOLLOWING  ATMOSPHERE  THE CLIMATE CONDITION IN OUR OPERATING AREA IS  GIVEN BELOW     a  Ambient temperature  Minimum   7 degree C  Maximum   40 degree C  b  Altitude of our operating areas  123 Mtr      150 Mtr   c  Humidity  85    100  during July August  d  Rainfall  180     250 cm during April October    Less than 4 cm during November     March    Purpose  The cranes will be deployed for loading  offloading  handling  positioning   aligning large and heavy drilling oilfield equipment  machinery  pipes  tubular  etc  in the  Oil Fields  The offered cranes shall meet the following specification        Brief specification       a  Capacity Minimum 40 MT at 3 0 mtrs operating radius   with basic boom  minimum 10 0 mtrs   with   fully extended outriggers and 360 degree slew    amp     Minimum 20 0 MT at 5 0 mtrs operating radius  with minimum 15 0 mtrs boom length with  fully extended outriggers and 360 degree slew        b Steering Right hand drive on carrier unit  steering on  the right side inside carrier driver cabin                        SDG2583P14 08 Page 6 of 45       Cc  Boom    Multiple section full power hydraulic  telescopic booms to be provided  The Basic  boom length shall not be less than 10 00 mtrs  and the total maximum boom length should be  not less than 30 mtrs                             Hoist rope diameter   type    d  Axles and suspension Sufficient number of heavy duty axles o
17. Oil India Limited    E  A Govt  of India Enterprise     P O  Duliajan   786602  Assam   India    Telephone No   91 374  2808705  Fax No   91 374  2800533    Email  matdmmfd  oilindia in  amp  erp_mm  oilindia in    Tender No   amp  Date   SDG 2583 P14 08 of 12 02 2014   Tender Fee   INR 4 500 00 or USD 100 00   Bid Security   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 item detailed below                          Item No  Material Description QTY    UOM   Mat  Code  l  Supply and commissioning of 40MTTruck mounted Diesel Hydraulic  Crane as per Annexure   7 No   a  Detailed specification  Annexure  AA    b  Bid Rejection Criteria  BRC  and Bid Evaluation Criteria  Annexure BB    SDG2583P14 08 Page 1 of 45       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 Check list are furnished   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 ben
18. Technical leaflets brochures on Transmission  amp     Technical leaflets brochures on Front and Rear Axle    Technical leaflets brochures on Front and Rear          SDG2583P14 08 Page 33 of  45    Technical leaflets brochures on Hydraulic Pump   List of tools to be supplied under Standard Tool Kit        List of tools to be supplied under Special Tool Kit       List of 1tems that shall be supplied under engine fault  10    dia gnostic tool    List of items that shall be supplied under ABS fault  11  diagnostic tool    2 years maintenance spares list with price  for future  12  reference only  not for bid evaluation     Any other documents  literatures  drawings  etc           SDG2583P14 08 Page 34 of  45    ANNEXURE BB    BID REJECTION CRITERIA  BRC   amp  BID EVALUATION CRITERIA  BEC     D    BID REJECTION CRITERIA  BRC     Bids must conform to the specifications  requirements  terms  amp  conditions  given in the tender  While bids will be evaluated based on its conformity to these    specifications  requirements  terms  amp  condition as well as commercial aspects  the    following requirements shall have to be particularly met by bid  without which    same will be considered as non  responsive and summarily be rejected      A  Technical    1     The offer shall be for Brand New Truck mounted diesel hydraulic telescopic  boom crane  Technical leaflet  Brochure must be enclosed in original     Bidder must be a crane manufacturer  OEM  or their  authorised  dealer distributo
19. atch as per para  11 0 above     In order to keep the unit fully operational  any item sub item failed during the warranty  period is to be arranged including their customs clearance  etc  and replaced repaired the  same at site by the supplier or their authorized dealer agent at their own cost within  l one  month from the date of failure and warranty for such items shall be extended  accordingly     GENERAL INSTRUCTIONS  amp  DOCUMENTATION     SDG2583P14 08 Page 21 of    45    A  Make  amp  Model of the cranes being offered are to be clearly indicated in  the bid     B  Bidder   s response should clearly be defined  all specific details specifications  are to be provided clearly in the bid  Response like      As per tender  Specifications Technical Leaflet        Noted        Accepted    or in any similar fashion is not encouraged   Submission of technical leaflet brochure alone is not acceptable     C  Deviation s from tender requirements shall be clearly indicated in the bid under  separate heading     D  Checklist  As per prescribed format provide vide Annexure  A2 of Part A  enclosed herewith shall be submitted along with the bid     E  Bidder should submit familiarisation CD s on their offered cranes  along with bid     F  Amongst others  the following documents literatures must be submitted  along with the bid for bid evaluation  refer Part B of Checklist under  Annexure  A2         a  Original printed technical leaflet brochure of the cranes offered containing  detai
20. be in a  position to supply all necessary spares for a minimum period of 10 years from  the date of successful commissioning of the cranes     9 0 MANUALS  amp  CATALOGUES    A  Following manuals  amp  catalogues covering all details on the complete crane  including its SLI system shall be supplied against each crane     1 one  set of Spare Parts Catalogue covering all components of the crane   1 one  set of Workshop  amp  Service Manual    1 one  set of Operator   s Manual    1 one  set of hydraulic schematics    1 one  set of pneumatic schematics    1 one  set of electrical  amp  electronic schematics     mo pos    B  Following manuals  amp  catalogues shall be supplied     a 2 two  set of operational  amp  maintenance manuals for engine fault    diagnostic tool   b  2 two  set of manuals for operation  amp  maintenance of brake     ALL MANUALS  amp  CATALOGUES UNDER    A     amp     B    ABOVE SHALL BE IN  ENGLISH LANGUAGE AND BE SUPPLIED IN BOOK  PRINT  FORMAT   IN ADDITION  SAME SHALL ALSO BE SUPPLIED IN CD FORMAT     10 0 TOOLS  A  STANDARD TOOL KIT    l one  set of standard tool kit for maintenance and repair of the crane shall be  supplied against each crane  List of tools that shall be supplied shall be submitted  with the bid  The tool kits shall include amongst others 30 MT hydraulic jack   heavy duty grease gun  oil can  wheel wrench  amp  handle  etc     B  SPECIAL TOOL KIT       SDG2583P14 08 Page 19 of  45    2 Two  set of special tool kit comprising all essent
21. bove items shall be supplied for the same in addition to the carrier engine     In case of smart engine suitable spares as applicable shall be supplied    b  TRANSFER CASE  if any   amp  POWER TAKE OFF  PTO        1  Oil Filter Element  if any   04 Sets  2  Mounting   02 Sets  3  PTO actuator Seal Kit   04 Nos     c FRONT AXLE         1  Wheel Stud with Nuts   20 Nos    02 Sets  2  Differential Filter Element   if any   SDG2583P14  08 Page 27 of    45       d  REAR AXLE    1  Wheel Stud with Nuts   20 Nos  2  Differential Filter Element   02 Sets   if any   e  DRIVELINE  Propeller Shaft     1  UJ Cross  Spider  amp  Bearings    01 Set     set comprising of different UJ crosses for drivelines between  transmission  amp  transfer case  front differential  amp  transfer case  and rear  differential  amp  transfer case as well as UJ crosses for the driveline between  the two rear axles as applicable   f  STEERING    1  Steering Oil Filter Element_ _    05 Sets  2  Front Axle Steering Cylinder   03 Sets  3  Tie Rod End   02 Sets      set comprising of all tie rod ends for one complete crane unit   g  BRAKE  amp  PNEUMATICS    1  Foot Brake Valve Repair Kit   05 Sets  2  Front Brake Servo   4 Nos   3  Rear Brake Servo   04 Nos  4  Repair Kit for Front Brake Servo   04  5  Repair Kit for Rear Brake Servo   08  6  Air Dryer Filter Element   08 Nos  7  Relay Valve Repair Kit   05 Set     set comprising items for one brake servo   h  ELECTRICAL    1  Engine Starter   01 No   2  Alterna
22. d under Motor Vehicle Act  India for onward registration of the crane in  the name of OIL    g  All manuals  amp  catalogues in English language  books  amp  CDs   schematics   tools  etc  as detailed elsewhere in this tender    h  Any other documents literatures drawings mentioned elsewhere in this tender     16 0 TRAINING  Supplier shall provide training to OIL   s engineer at their works as under      A  Maintenance engineer   s training    Supplier shall provide maintenance  amp  troubleshooting training to 2 two   engineers of OlLcovering following topics amongst others        Hydraulics     schematics  pumps  motors  valves  actuators  etc   Crane controls    Safety controls     SLI  motion cut  etc    Engine  transmission and transfer case    ABS  as applicable    Crane pneumatics    Crane electrical systems    RP AS oS    B  Operation engineer   s training    Supplier shall provide necessary training to 2 two  engineers of OIL on  following topics amongst others      a  Operational aspects     controls  fault code  amp  symptoms   b  Safety systems   c  Components familiarization    d  Working principle    Modalities  duration  training charges  if any  shall clearly be indicated in the bid    Expenses towards to  amp  fro passage  accommodation  etc  for OIL   s engineers shall be   borne by OIL  The training may be started maximum 3 three  months prior to due date   of delivery    In addition to above  commissioning personnel shall impart basic training on  operatio
23. ders should be of reputed make like Tadano WIPRO etc  Details  of make  model  capacities of Boom Derricking should be provided in the bid   3 5 BOOM TELESCOPING  3 5 1 Crane Boom shall be of Buckling and Torsion resistant design and made with  high tensile structural steel  One basic boom section with suitable number of  telescopic sections shall be provided for extending the boom  The top boom  SDG2583P14  08 Page 10 of    45    section shall be mounted with multi sheave pulley block having adequate number  of sheaves for lifting maximum rated load  Suitable guard shall be provided for  stopping drifting of the wire rope from their sheave grooves        45    3 5 2 Telescopic boom system shall be provided with heavy duty telescopic double  acting cylinders capable of lifting rated capacity of the crane to the maximum  height    3 5 3 System shall be configured such that it ensures smooth and safe operation of the  crane without jerks    3 5 4 Shall be provided with fail safe mechanism from collapsing the boom in case of  failure rupture of hydraulic hose pipes    3 5 5 Full power telescopic boom sections for proportional extension retraction of the  boom by the operator from the console    Provision for safe lowering of telescopic boom shall be ensured in case of failure  in hydraulic system    3 5 6 Make of the Telescopic boom and Number of telescopic sections shall be  mentioned in the offer    3 5 7 The hydraulic control of telescopic boom system shall be operated by joy
24. e and be provided with fail safe mechanism to avoid  failure of hydraulic jacks in case of breakage failure of hydraulic lines  Rigger   Feet  floats  shall be attached to the jacks  However  size of rigger feet shall be   such that it does not foul  create problem to traffic during travelling    4 15 Tow hooks   4 15 1 Front Tow Hook  The crane shall be provided with suitable capacity tow  hook at front side for towing the crane by another means in case of crane  drive failure    4 15 2 Rear Tow Hook  The crane shall be provided with suitable capacity tow  hook at rear side for towing the crane by another means in case of crane  drive failure    4 15 3 The tow hooks shall be of reputed make    4 16 Dimensions  The following dimensions of the offered crane have to be indicated  in the bid in a sketch    Wheel base    Wheel Track    Over all length    Over all width    Over all height    Tail swing radius of swing table    Angle of approach    Angle of departure    4 17 Colour of Crane  All colour shades available shall be indicated in the bids    Suitable rust preventive coatings for undercarriage should be provided    SDG2583P14 08 Page 16 of    4 18 Load chart  Number of different duties if applicable  means of selection of  different duties if applicable  means of control  type of actuator  operating speed   line pull  size and length of hoist rope  etc  as applicable are to be clearly  indicated in the bid     4 19 Right Hand Drive unit  Steering on Right Hand side inside
25. e bid   Adequate number suitable capacity Full flow filters with by pass protection shall  be fitted at appropriate location and these filters should be easily accessible for  removal and fitment    The hydraulic system shall be provided with foolproof safety mechanism against  hose rupture or pipe breakage to avoid sudden lowering of load or boom collapse   As mentioned above  the hydraulic system is to be equipped with counter  balanced valves for controlled raising  lowering of load or extension  retraction of  boom    The hydraulic system components such as hydraulic pumps  motor  valves  filters   gauges etc  shall be of reputed makes  Pump  amp  Motor   Denison Vickers Rexroth Sauer Denfross  Dynamitic Technologies make   Directional Control valve  amp  other valves   Rexroth Denison Vickers Parker Bucher make  The make  model and ratings of  all the important component of the hydraulic system shall be mentioned in the bid   The minimum maximum system operating pressure is to be indicated in the bid  with all relevant details        3 4 BOOM DERRICKING  BOOM LIFTING   LOWERING   3 4 1 Shall be provided with heavy duty double acting derrick cylinder s  capable of  lifting rated capacities of the crane at different operating radii and height   3 4 2 Shall be provided with fail safe mechanism for stopping the derrick cylinder from  falling in case of failure rupture of hydraulic hose pipes   3 4 3 The maximum boom elevation shall be about 80 degree   3 4 4 Derricking cylin
26. e bid  i e   who is duly authorized to sign the       SDG2583P14 08 Page 4 of 45    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        SHRI N  GOPALASWAMILI 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 rediffmail com       SDG2583P14 08 Page 5 of 45    1 0    1 1    Annexure AA    Technical Specification of Truck Mounted Diesel Hydraulic Telescopic Boom Crane     Minimum 40MT lifting capacity at 3 00 mtrs operating radius   SCOPE OF WORK    SUPPLY  amp  COMMISSIONING OF 7 SEVEN  NOS  BRAND NEW TRUCK  MOUNTED DIESEL HYDRAULIC TELESCOPIC BOOM CRANES HAVING  LIFTING CAPACITY OF MINIMUM 40 MT AT 3 THREE  MTRS OPERATING  RADIUS ON FULLY EXTENDED OUTRIGERS AND WITH 360 DEGREE  CONTINUOUS FULL CAPACITY SLEW  AS PER FEATURES  SPECIFICATIONS   TERMS  amp  CONDITIONS DETAILED BELOW AND SHOULD BE CAPABLE OF  WORKING IN COLD  HOT  amp  HUMID CLIMATE  SLUSHY AND UNDERFOOT  CONDITION IN OILFIELD AREAS HAVING HEAVY RAINFALL IN DIBRUGARH   amp  TINSUKIA DISTRICTS OF ASSAM  INDIA     THE CRANES SHALL BE COMPLETE UN
27. e crane must be in English language only    e  Any item not included in the specifications but necessary for efficient  amp  effective  operation of the crane shall be indicated in the bid    f  All critical components of SLI in suitable enclosures boxes to the extent possible    g  All electrical wiring of the SLI with suitable conduits    h  Colour coding   number coding of electrical wirings including that of SLI  system for easy identification  Same has to be confirmed in the bid    i  Coding of hydraulic   pneumatic hoses  amp  pipes for easy identification to the extent  possible    j  Suitable support clamping for hydraulic  amp  pneumatic hoses pipes  electrical wirings  etc     7 0 NAMEPLATE    A nameplate bearing following information  engraved embossed  shall be provided at  a suitable place on each crane     1  Crane Serial No    2  Make Model   3  Year of manufacture   4  Maximum Lifting Capacity  Safe Working Load    5  Rating in         SDG2583P14 08 Page 18 of  45    8 0 SPARE PARTS    A  All To in To quantity as detailed in Annexure  Al enclosed herewith  shall be supplied along with the units  Specific description  Part Nos   Make etc   amp   unit price of every spares shall clearly be indicated in the bid for bid evaluation     B  A list of 2 years maintenance spares with price shall also be submitted for future  reference  not for bid evaluation     8 1 Commitment for spares    The bidder must submit a written undertaking along with the bid that they will 
28. efits  For Deemed Export benefits  please  refer Addendum to the General terms and conditions for Global tender     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  Detailed 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 technical and commercial  details except the prices which shall be kept blank  Details of prices as per Bid format    Commercial bid to be uploaded as attachment in the Attachment Tab    Notes and  Attachments           SDG2583P14 08 Page 2 of 45    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    Technical RFx  Response    for Uploading  
29. es      The working area of the crane operator shall be comfortable and free from engine  smoke     The floor of the superstructure  deck  should be slip resistance  Metal chequered  plate floor is preferred     A tool box of adequate size should be provided on the deck of the crane to keep  tools  tackles  slings etc     Operator   s Cabin    3 2 1    3 22    3 2 3    Shall be of full vision type  All weather proof operator   s cabin shall be robustly  built of metal  Operator should have clear vision of the surrounding and the load  being handled all the time during crane operation for safe operation of the crane   Crane super structure controls such as boom derricking  lift lower   telescopic  boom extension   retraction  hoist rope  lifting lowering  out riggers  extension retraction etc   shall be located inside the operator   s cabin and in hand  reach locations    Shall be provided with suitable safety device LMI system clearly showing the  rated capacity  hook load  operating radius  boom angle  boom length  lifting    SDG2583P14 08 Page 8 of 45    3 2 4    3 2 5    3 2 6    3 2 7    3 2 8    3 2 9    3 2 10    3 2 11    capacity of an appropriate radius  outriggers position  over load indication  over  hoist indication etc    Shall be provided with LMI with loading condition  boom angle and its boom  elevation etc  in the LCD display screen preferably    Shall be provided with standard dash board gauges such as engine oil temperature   oil pressure  radiator water co
30. ess than 10 0 m  Basic boom    Not less than 30 0 m  Full Extended boom      11  Boom type  amp  Telescopic Boom Operation   Hydraulically  operated telescopic Full Power boom  Boom should be without any Fly Jib   Lattice Boom crane is not acceptable     12  Slew   360   continuous full capacity slew on 5 riggers jacks including the  front jack   13  SLI System   Electronic type     14  Right Hand Drive unit  Steering on Right Hand side inside the carrier  driver   s cabin    Left Hand Drive unit is not acceptable   Road driving through carrier cab  not through super cab     Full width carrier cabin     15  Offer should be complete with supply  commissioning and training     16  Onsite warranty guarantee by the bidder for complete 7 seven  units for a  minimum period of l one  year from the date of successful  commissioning of each unit at site at Duliajan shall be provided      B  COMMERCIAL      1 0 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       SDG2583P14 08 Page  36 of 45    2 0    3 0    4 0    5 0    6 0    7 0    and conditions  Bidder not complying with above submission procedure will be  rejected   
31. esser validity will be  rejected     Bids received after the bid closing date and time will be rejected  Similarly   modifications to bids received after the bid closing date  amp  time will not be  considered        SDG2583P14 08 Page  37 of 45    8 0 Bidders shall quote directly and not through Agents in India  Offers made by Indian  Agents on behalf of their foreign principals will be rejected  Similarly offers from  unsolicited bidders will be rejected     9 0 Bids containing incorrect statement will be rejected     10 0 Offers received without Integrity Pact duly signed by the authorised signatory of the  bidder will be rejected     11 0 No offers should be sent by Telex  Cable  E mail or Fax  Such offers will not be  accepted     12 0 Bidders are required to submit the summary of the prices in their commercial bids as  per bid format  Summary   given below       i  Commercial Bid Format  Summary   for Foreign Bidders       A  Total material cost of Cranes  other than SI  No  B below    B  Costof Spares  refer Annexure A1 of Specification    C  Grand Total Material Cost  A  B      D  Packing  amp  FOB Charges    E  Total FOB Port of Shipment value    C  D   above   F  Ocean Freight Charges upto Kolkata  India    G  Insurance Charges    H  Total CIF Kolkata value    E F G      I  Pre shipment Inspection charges  if any      J  Training charges   if any     K  Installation  amp  Commissioning charges    L  Total Value  H  1 J K   above    M  Total value in words      N  Gr
32. f  adequate capacity with heavy duty robust  suspension for working transporting the crane  in difficult drilling well sites and road  conditions of Assam  India   e  Drive Preferably 8x4   f  Total Weight of the crane 40 00 MT Approx    g Overall length 13 00 mtrs  approx     h  Overall Width 2 60 mtrs  approx     i Overall Height Not more than 3 80 mtrs   J Ground clearance 25 cm  approx    k Wheels  amp  Tyres Preferably 11 00 x 20 or 12 00 x20 tubed tyres   Tyres shall be available in India    l Minimum Turning Circle   As minimum as possible  15 mtrs preferably   Radius    19 mm non spinning type                n No  of hydraulic  rigger  Jacks__  5 nos 4 1  Front           o Engine The crane shall be provided with either 1 one   engine of adequate capacity or 2  two  separate  engines i e  one for carrier and another for the  crane operation  Engines shall be Water   cooled  Diesel Engine having adequate horse  power for carrier movement and crane  application and shall meet the latest emission  norms as applicable in the state of Assam in  India at the time of supply of cranes    2 0 CODES AND STANDARDS  The design  materials  construction  manufacture  inspection  testing and performance of  the Truck mounted diesel hydraulic telescopic crane shall comply with all currently  applicable regulations and safety codes  The equipment shall also conform to the latest  applicable Indian or ISO standards or other international standards as given below   Indian Standard  IS  4
33. ial tools required for  maintenance  amp  trouble shooting of hydraulics  amp  its control system     11 0 INSPECTION  TESTING AND ACCEPTANCE       45    Notwithstanding any clause s mentioned elsewhere in this tender document   supplier shall facilitate pre despatch inspection testing of the cranes in one lot for 2 two   OIL   s engineers at their works in a period of about 10 ten  working days  However  to  amp   fro passage  amp  living expenses of the engineers will be born by OIL  The supplier shall  provide testing facility with actual loads  Demonstration of tests shall be the  responsibility of the supplier at their cost  Driver crane operator required during  inspection is to be arranged by the supplier  Pre despatch inspection charges if any   to  be quoted separately     Supplier shall communicate the proposed inspection schedule to OIL  with  confirmed date of inspection at least 8  eight  weeks in advance     The inspection  testing  amp  acceptance process of each individual crane shall include  the following minimum steps tasks        a  Physical verification of all the items  components  specifications  etc  as  b  per the purchase order     b  Identification of hydraulic layout as per hydraulic schematics    c  Operational  amp  functional testing of different facilities provisions    d  Load testing with different configurations w r t  various duties load charts   e  Testing of effectiveness of LMI to work within SWL limits    f  Physical weighing for axle l
34. l preferably work on individual circuits   Hydraulic system shall be configured such that it ensures smooth and safe  operation of all crane functions  All hydraulic circuits of hoist motor operations   boom extension retraction cylinder s  and boom derricking cylinder s  should be  equipped with counterbalance valves for controlled raising lowering or  extension retraction and to prevent accidental load drop  The details are to be  indicated in the bid by the bidder    The crane hydraulic controls shall be operated by    Joy    stick or individual control  lever for all functions of crane operation and should be located inside the       SDG2583P14 08 Page 9 of 45    3 3 11    3 3 12    operator   s cabin  The details of    Joy    stick control   Independent control levers     should be provided   The hydraulic system shall be provided with suitable hydraulic pump of adequate  capacity with sufficient quantity of hydraulic oil to operate hoisting  derricking  and telescoping independently  and simultaneously    Suitable hydraulic pump shall be provided for slew system    The hydraulic drive system shall be provided with safety relief valves to protect  the system    Sufficient capacity hydraulic oil reservoir with level indicator shall be provided   The capacity of the reservoir should be indicated in the offer    Sufficient quantity and suitable capacity oil coolers shall be provided to keep the  hydraulic oil in appropriate temperature  The details are to be indicated in th
35. leased as follows      i  80   value shall be released on supply against proof of  despatch shipment of the cranes      ii  Remaining 20   along with installation  amp  commissioning charges shall be paid  after successful commissioning and acceptance by OIL at site     OIL may consider making 100   payment of the cranes towards supply against  proof of dispatch shipment provided bidders agree to pay interest   1  above  prevailing Bank Rate  CC rate  of State Bank of India for 20   of the value of cranes  and also submit Bank Guarantee for the equivalent amount plus interest valid till  successful commissioning of rig package at site  This is in addition to the 10   of the  order value towards Performance Security as per the tender requirement        SDG2583P14 08 Page 24 of    45    18 0 SAMPLE COPY OF FORM 21  amp  22A  Reference para  15 0 G f  above     A  Following is a sample copy similar to FORM 21 of Indian Motor Vehicle Act  only  The certificate to be issued by supplier shall contain following minimum    information    SALE CERTIFICATE  Certified that    cccigccessesavdsvdscederieeisvenverssceves cence  brand name of the vehicle   has been delivered Dy US to v ccsiecsssscsscaseissecessssess OM EEEE EIA TA  date    Name   f th   UG core xin ora seare naan iasa ein ERE  Addie sirasiiiastestecidacns tastes ea sansaines EEA EEE seas edn aaeet  The details of the vehicles are as under     1  Class of vehicle hh eeeeec ccc eeceeccceeeeseeeeeeeees  2  Maker   s name  amp 
36. led information of Load Charts  number of parts  falls  means of  control  type of actuator  operating speed  line pull  size and length of hoist    rope  dimensions  etc  amongst other details   b  Technical leaflets brochures on  i  Engine s  Transmission Gearbox   Suspensions  Axles  Steering  Brake  wheels etc   ii  Hydraulic system includin  pump  motor  control and other valves etc   iii  Derricking system  Gn  Telescopic system   v  Hoisting system   vi  Out rigger system   vii  Safety  system and  viii  other technical details   Technical information leaflet brochure on the Safe Load Indicator system   List of tools to be supplied under Standard Tool Kit   List of items that akal be supplied under engine fault diagnostic tool   2 two  separate list of tools to be Sappl ei   for reference only  not for bid evaluation      moan    under Special Tool Kit with price    2 years maintenance spares list with unit price  for reference only  not for bid  evaluation   aoe  h  Any other documents literatures drawings mentioned elsewhere in this tender    ga    G  Following shall be submitted along with each crane     Certificate of origin    Warranty   guarantee certificate    Maximum Safe Working Load certificate    Test certificates for Hoist rope  Hook  amp  Pulleys  etc  as applicable    Emission norms compliant certificate of engine s     Sale Letters in Form 21  amp  22 A   sample copy provided at para  18 0   etc  as    mpap S       SDG2583P14 08 Page 22 of  45    require
37. local  transport at Duliajan and other expenses of suppliers commissioning  personnel during their stay at Duliajan  Assam India   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 releasing the payment  Bidder should also confirm  about providing all these services in the Technical Bid    3  Successful bidder shall offer the cranes for Pre despatch shipment  Inspection by OIL   s executives  Pre despatch Shipment Inspection charges   if any  must be quoted separately on lumpsum basis which shall be  considered for evaluation of the offers  The to and fro fares  boarding lodging  and other enroute expenses of OIL   s personnel shall be borne by OIL    SDG2583P14 08 Page    13 0     Il     1 0    2 0    3 0    4 0    Bidders must categorically indicate the Installation   Commissioning and  Pre despatch Shipment Inspection charges in their offers and must confirm  about providing the same in their Technical bids     Liquidated damage   Supplier s competent personnel must arrive at Duliajan within  15 days from the date of intimation by OIL and complete the installation and  commissioning job thereafter within the time frame mentioned in the tender  OIL   on  the other hand   shall inform the party immediately on receipt of the goods at  Duliajan  Liquidated damage will be levied for any failure on the part of the supplier  in completing the in
38. n  amp  maintenance of the cranes to OIL   s personnel during commissioning free of  charge     17 0 IMPORTANT POINTS TO NOTE    17 1 a  It shall be bidder   s endeavour to offer the following items as per makes  indicated against each item  other reputed makes are also however acceptable  in case of operational or design requirements justify so         Engine    Caterpillar Cummins Ashok Leyland Mercedes Benz  Hydraulic Pump Motor   Rexroth Denison Vickers Sauer Denfross  Dynamatic    SDG2583P14 08 Page 23 of  45       17 2    Technologies  Directional  amp  other valves   Rexroth Denison Vickers Parker Bucher    Transmission   ZF Tadano  Transfer Case  if any    Fabco Dana Spicer Tadano  Brake System   Wabco Bendix    b  All offered specifications  features  etc must clearly be indicated in the bid  in  addition to the Checklist  maintaining the same sequence as in this NIT   submission of Technical Leaflet alone is not sufficient  Similarly  bidder   s  response to technical details  documents  etc  as stipulated should clearly be  defined  Response like      As per NIT Specifications  Technical Leaflet        Noted         Accepted    or in any similar fashion will not be accepted     c  The cranes will be used in the state of Assam in India and will follow Indian Motor    Vehicle Rules as applicable in the state of Assam in India     d  Deviation s from NIT requirements should be clearly indicated in the bid under  separate heading     Payment Term    Payment shall be re
39. ng time indicated in the tender plus  transit time  8 months  for evaluation purpose        SDG2583P14 08 Page  40 of 45    5 0 To ascertain the inter se ranking  the comparison of the responsive bids will  be made as under  subject to corrections   adjustments given herein     6 1 When only foreign bidders are involved     Comparison of bids will be done on the basis of    TOTAL VALUE    which  is estimated as under       A  Total material cost of Cranes  other than SI  No  B below     B  Costof Spares  refer Annexure A1 of Specification     C  Grand Total Material Cost  A  B      D  Packing  amp  FOB Charges    E  Total FOB Port of Shipment value    C  D   above    F  Ocean Freight Charges upto Kolkata  India    G  Insurance Charges   1  of Total FOB Value vide   E   above    H  Banking Charges   0 5  of Total FOB Value vide   E   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      I  Total CIF Kolkata Value   E F G H   above    J    Pre shipment Inspection charges  if any      K  Training charges   if any     L  Installation  amp  Commissioning charges    M  Total Value    I   J  K   L   above    N  Total value in words      NOTE   Banking charge in the country of the foreign bidder shall be  borne by the bidder     6 2 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 d
40. oading verification  as necessary     g  Inspection of the Parts Catalogue  Maintenance  amp  Service Manuals  Schematics   etc  and other documents for their compliance to NIT requirements  as applicable     h  Verification of all test certificates for crane unit and other assemblies  amp  sub   assemblies     i  Any other points as felt necessary   comes up during inspection   j  o shall take note of any minor modification s for operational requirement as  well as in hose layout suggested by the inspection team  amp  comply with the same    with no extra cost     k  The minutes of the inspection process would be prepared at the end of the  inspection  amp  jointly signed by both the parties at site     l  Supplier shall confirm in writing compliance of all the points raised in the  minutes of inspection as well as any other subsequent addition  deletion following    SDG2583P14 08 Page 20 of    12 0    13 0    14 0    15 0       deliberation with the inspection team after arrival at Duliajan     m  Supplier shall effect despatch of the units to OIL  Duliajan  INDIA  only on  receipt of OIL   s acceptance despatch advice after completion Pre despatch  inspection and successful completion of all additional jobs  modification or such  other jobs as pointed out during Pre despatch inspection     DELIVERY    Notwithstanding any clause s on delivery mentioned elsewhere in this tender  document  bidders are required to quote their best delivery for OIL   s acceptance     COMMISSION
41. olant temperature etc  with necessary instruments  for crane operating controls    Inclination indictor shall be provided to show the inclination of the crane with  respect to ground surface level    Shall be provided with wiper motor and wiper arms  adjustable type wide angle  rear view mirrors  sun visors  Horn for alerting co workers etc    Shall be provided with a suitable medium size fan with protection cage in the  operator cabin     Shall be provided with wind shield glass  clear lighting provision  and adjustable  type wide angle rear view mirrors  wiper motor  Horn  Sunvisor etc     Shall be provided with heat resistant ceiling roof and noise resistant insulation  material     Shall be provided with a suitable approach ladder  steps for climbing up the  operator   s cabin     3 2 12 Shall be provided with an adjustable comfortable seat  with belt  as per modern    3 2 13    3 2 14    3 2 15    design for enabling the operator to work for long hours comfortably     Load charts and hand signal charts should be provided inside the operator   s cabin  which can be easily visible for the operator    All controls for crane operation viz Joysticks  Control levers  foot controls  for  engine throttle  swing brake etc  shall be provided in the operator   s cabin    The floor of the cabin shall be slip resistance     3 3 HYDRAULIC SYSTEM    3 3 1    3 3 2    All the crane operation like hoisting  boom derricking  boom extension  slewing   outriggers extension   retraction shal
42. on preferably single  plate dry type clutch should be provided  The bidder has to provide the details in  their offer   4 3 Transmission  Gear box shall have adequate number of forward speed and 1   one  reverse speed for working in bad drilling location and long distance  movement  The bidder shall have to provide the details of make  model etc of the  gear box in their offer with technical brochure  Transmission shall preferably be  of either ZF  Tadano or other such reputed make  SDG2583P14 08 Page 12 of    4 4 Axles    4 4 1 Adequate number of heavy duty axles  suitable for crane application shall  be provided in the front and rear  The total numbers of axles  number of  drive axles  number of steer axles  shall be furnished by the bidder     4 4 2 The bidder shall clearly mention in their bid the details of Axles offered i e  Single Axles  Tandem Axles  etc indicating their make  model and load  carrying capacities    4 4 3 The actual load per Axle line shall be clearly indicated in the offer  The     axle load distribution    diagram for the offered Crane shall be provided by  the bidder  We prefer to have 8 x 4 drive lines    4 4 4 The Axles shall be of reputed make like DANA  MERITOR  SISU  ZF   Ashok Leyland  YORK  BPW  FUWA or equivalent  The technical  brochures of the axles fitted in the crane may be provided    4 4 5 Also the details of propeller shaft and differential are to be indicated in the  bid  The Technical Brochures for the same may be provided     4 5 S
43. one on the basis of    TOTAL VALUE  which  is estimated as under       A  Total material cost of Cranes  other than SI  No  B below    B  Costof Spares  refer Annexure A1 of Specification     C  Grand Total Material Cost  A  B      D  Packing and Forwarding Charges       SDG2583P14 08 Page  41 of 45    6 3    7 0     E  Total Ex works value    C  D   above    F  Excise Duty including Cess   Please indicate applicable rate of  Duty  amp  Cess     G  Sales Tax   Please indicate applicable rate of Tax     H  Total FOR Despatching station price    E   F   G   above    I  Road Transportation charges to Duliajan    J    Insurance Charges  0 5  of Total FOR Despatching Station  Value   H   above    K  Total FOR Duliajan value    H   I   J   above    L  Pre shipment Inspection charges  if any     M  Training Charges   if any     N  Installation  amp  Commissioning charges    O  Total Value   K  L  M  N   above    P  Total value in words      NOTE  Excise Duty in case of the indigenous bidder is EXEMPTED     When both foreign and domestic bidders are involved     The 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 6 2 above and  Total Value of the foreign bidder worked out as per Para 6 1 above excluding  inland transportation to destination will be compared  No 
44. or hoist and cable follower   SDG2583P14 08 Page 11 of       45    3 7 Slewing system  3 7 1 The Slew System provided shall have smooth controlled drive with locking  system   3 7 2 Slew system shall be provided with Bi directional hydraulic slew motor mounted  to a planetary reducer for 360 degree continuous smooth swing in either direction   3 7 3 Hydraulic 360 degree slew system  in either direction  shall be provided with foot  operated brake  from operator   s cabin    3 7 4 Shall be provided with suitable positive locking arrangement for locking the  superstructure in suitable position for movement of the crane   3 8 Hook  amp  Hook Block Assembly  3 8 1 Multi sheave Hook Block with rope guard and rotating hook with sling catcher   Necessary means shall be provided to secure the Hook with chassis to prevent  swinging while travelling  3 8 2 Adequate capacity standard    hook    and    hook block    shall be provided with  safety latch and compatible with the wire rope  3 8 3 Standard accessories and Optional accessories shall be mentioned clearly in the  offer with price   3 9 Counter Weight  3 9 1 Removable type beautifully designed matching counter weight shall be provided  for maximum ratings of the crane   3 9 2 Weight of the counter weight shall be indicated in the bid   4 0 CARRIER  TRAVELLING  SPCIFICATIONS  4 1 Engine for Carrier  Please refer Engine specification of SUPER STRUCTURE  as per Para 3 0  4 2 Clutch  It should be compatible for the indented applicati
45. oss Weight      O  Gross Volume       iii  Commercial Bid Format  SUMMARY   for Indigenous Bidders       A  Total material cost of Cranes  other than SI  No  B below     B  Costof Spares  refer Annexure A1 of Specification     C  Grand Total Material Cost  A  B      D  Packing and Forwarding Charges    E  Total Ex works value    C   D   above    F  Excise Duty including Cess   Please indicate applicable rate of  Duty  amp  Cess     G  Sales Tax   Please indicate applicable rate of Tax     H  Total FOR Despatching station price    E   F   G   above    SDG2583P14 08 Page  38 of 45     1     Road Transportation charges to Duliajan       39 of 45     J  Insurance Charges    K  Total FOR Duliajan value    H 1 J   above    L  Pre shipment Inspection charges  if any      M  Training Charges   if any     N  Installation  amp  Commissioning charges    O  Total Value   K L M N   above    P  Total value in words      Q  Gross Weight      R  Gross Volume     NOTES     1  The pump covered under this tender will be used by OIL in the PEL ML  areas issued renewed after 01 04 99  applicable Customs Duty for import of  goods shall be ZERO  Indigenous bidders shall be eligible for Deemed  Export and should quote Deemed Export prices  Excise Duty under Deemed  Export exempted    2  Installation Commissioning 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  
46. 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  whichever 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 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     Other terms and conditions of the enquiry shall be as per General Terms and  Conditions for Global Tender  However  if any of the Clauses of the Bid Rejection  Criteria   Bid Evaluation Criteria  BEC   BRC  mentioned here contradict the Clauses       SDG2583P14 08 Page  42 of 45    in the General Terms  amp  Conditions of Global Tender of the tender and or elsewhere   those mentioned in this BEC   BRC shall prevail     COMMERCIAL CHECK LIST          1 Whether bid submitted under Two Bid System         Whether ORIGINAL Bid Bond  not copy of Bid Bond  submitted as per  Revised format attached   If YES  provide details        a  Amount          b  Name of issuing Bank          c  Validity of Bid Bond          d  Whether Bid Bond is valid till                3 Whether offered firm prices     4 Whether quoted offer validity of 180days from the date of closing of tenders  
47. r  Bid directly from agent  other than dealer or distributor  is  not acceptable    OEM  i e  crane manufacturer as above  must be continuously in crane  manufacturing business for last 10  ten  years preceding Bid Closing Date   Documentary evidence  copies of order executed  to be enclosed     The model of crane offered must be under production   available in  the market for minimum last I one  year as on Bid Closing Date  In  support   bidder must submit copies of executed orders as well as a list of  parties with detail addresses to whom of particular model of cranes were  supplied during last 5 five  years as on Bid Closing Date     Bids with qualifying conditions like    the product is under development  and would be supplied at the time of          etc     will be summarily rejected     Bids must confirm supply of workshop manual parts catalogue and all  software in English language only     Offer must be for full quantity of cranes i e  7 seven  Nos  minimum 40 MT  capacity Brand New Truck mounted diesel hydraulic telescopic boom cranes     Capacities of the crane at different outreach  on fully extended outriggers  and front jacks  amp  360   slew          SDG2583P14 08 Page    35 of 45       Outreach Capacity of the crane       At 3 0 mtrs operating radius  with minimum10 0 mtrs Minimum 40 0MT  basic boom length        At 5 0 mtrs operating radius  with minimum 15 0 Minimum 20 0MT  mtrs boom length                 9  Rating   Not above 85      10  Boom length  Not l
48. side inside cabin ee O O O O  BETRE 1 a E EE     12   Overall Length CO o    13   Overall Width o o y   14   Overall Height ooo G o O   15   Ground Clearance o o o ooo G o O  16  Minimum Turning Circle Radius o e  Enginel es  ueniar F      Carrier   c Max  Output Power ee ee  d_Max  Output Torque    Naturally Aspirated   Turbo  e Charged es    Engine 2  a Make as ea    SDG2583P14 08 Page 30 of  45              if any  b Model  c_Max  Output Power a  d_ Max  Output Torque ee es    Naturally Aspirated   Turbo     Charged    18    Oumiggers Ta Make ee  b Model a  en    Number of extension positions  8 Full  intermediate  etc     Independent as well as  simultaneous operation    i  j Fail safe locking arrangement o   0 f Boom a Make E    b Model a ee  c Full Power or not  a    d Full hydraulic actuator or with a ae  rope chain mechanism   e Basic Length D ed  f Maximum Length Oooo    g No  of sections ee o   O  h Boom section type es O  i Boom extension time o o    O  j Boom retraction time o o    O    1 Maximum Boom Tip Height ee    Make of Hoist Motor  Model of Hoist Motor  Single hoist             Power lowering  amp  hoisting       SDG2583P14 08 Page 31 of  45       Automatically applied failsafe brake    f Standard number of Falls for  maximum load lifting arrangement       g Hoist cable diameter  h Hoist cable length  Hoist Speed       21    Slew a 360 degree continuous full capacity  slew in either direction   b_ Free Slew arrangement ee ee  c__Pin type slew lock  cab lock
49. stallation and commissioning of the units  0 5  per full week or  part thereof to a maximum of 10  of the total installation commissioning charges     BID EVALUATION CRITERIA      The bids conforming to the specifications  terms and conditions  stipulated in the enquiry 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     COMMERCIAL      The evaluation of bids will be done as per the Commercial Bid Format   SUMMARY  detailed vide Para 12 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     Offers not complying with the payment terms indicated in the tender shall be  loaded with one percent above the prevailing Bank rate  CC rate  of State  Bank of India for duration of commissioni
50. such as front head light  assembly  tail light assembly  parking light assembly  side indicators   hazard warning light assembly  wiper motor  wind shield washer etc      4 13 2 Test lamps shall be provided near the engine operated by one switch at the  driver   s cabin and another switch at the side of the test lamps at  appropriate locations     4 13  3 Rotating type emergency beacon light shall be provided outside the cabin  at appropriate location     4 13 4 Necessary and adequate lights  search lights  in sufficient quantity should  be provided in the super structure   Operator cabin to enable the crew to  work in the night in case of emergency     4 13 5 The crane shall be provided with necessary marker lights at appropriate  places including boom to indicate its presence while travelling in the night        45    SDG2583P14 08 Page 15 of    4 13 6 Batteries shall be kept in a separate box and  a  have a cover on the  terminals that is not connected to ground  b  be protected against  inadvertent movements     4 13 7 A Heavy duty battery isolation switch shall be provided to the crane to  shut off the system        45    4 14 Outriggers  amp  Jack  4 four  Nos  hydraulically operated outriggers with  horizontal  riggers  jacks and one additional hydraulically operated front rigger    jack  for full capacity load lifting through 360 degree slew  Independent as well   as simultaneous control for outrigger adjustments shall be provided  Outriggers   shall be of reputed mak
51. tor   O1 No   3  Headlamp Assembly 04 Nos   i  HYDRAULICS    1  Hydraulic Pump  01 Set   2  Hydraulic Filters  05 Sets  3  Strainer  if any  02 Nos      1 No  each of all types of pumps fitted in a crane   SDG2583P14 08 Page 28 of    45    45          j  MISCELLANEOUS  l   Qperator   s Cabin Mounting   02 Sets  2 Boom Length Cable  of SLI   03 Nos   system   NOTE     i  In case of any difference in spares for left  amp  right side components viz  left  amp   right wheel studs  tie rod ends  head lamps  etc   the specified quantities will be  divided into 2 two  equal parts    ii  Bidder shall also quote separately for any additional spares with similar  details as felt necessary but not covered in this list for future reference   procurement   not for bid evaluation    SDG2583P14 08 o Page29of    ANNEXURE   A2  CHECKLIST     Reference Clause No  15 0  D  of Technical Specification    TO BE SUBMITTED ALONGHWITH THE BID    Part A TECHNICAL    SI  BIDDER   S OFFER  No  PARAMETERS REQUIREMENTS  To give details orYes na  No  as applicable        1   Make  amp  Model of crane    Maximum Capacity at 3 0 mtr radius with basic boom e  fully  extended outriggers and 360   slew      Capacity at 5 0 m radius with 15 0 m boom  amp  fully  extended outriggers and 360   slew   Minima Base oom Tengt A    Maximum boom length    Maximum height of reach without fly jib  a    Maximum operating radius    Rating not above 85     2  Drive Preferably  x   Drive e Right hand drive  steering on right 
52. ty of Air reservoirs shall be provided to give a minimum  of four brake applications with pressure drop from cut out to cut in  pressure    Brake system accessories shall be of reputed makes like WABCO or  BENDIX or equivalent  The details are to be indicated in the bid  preferably with diagram     _  N  U    Maximum Travel Speed  Not less than 50 kmph     Gradeability  Should be minimum 25   The bidder should provide the details  of the gradeability of their offered crane     Ground Clearance  Approximately 25 00 cm     Steering     4 11 1 The crane shall be provided with hydraulically assisted power steering  system  The steering system shall be of reputed make and major  components like steering box  power cylinders  hydraulic pump  valve etc   should preferably be available in India  The details of the steering system  offered in the crane shall be clearly indicated in the offer     4 11 2 The hydraulic system shall be provided with safety relief valves to protect  the system     4 11 3 Steering system and its accessories shall be of reputed make like ZF or  RANE or equivalent reputed make     Driver   s Cabin in the carrier     4 12 1 Shall be full width cab of steel structure with laminated windscreen glass    4 12 2 It should have adequate seating capacity for co workers    4 12 3 The driver   s seat shall be of adjustable type  The driver co workers seat  shall be comfortable and should have cushioned head rest  Driver seat belt  is to be provided    4 12 4 Only right
53. uspension system  The crane shall be provided with heavy duty suspension  system both in the front and rear for enabling the crane to work in underfoot  drilling locations where dragging of the crane by heavy duty oilfield vehicles is  quite common  The suspension provided both in the front and rear shall be of  reputed make  It should be capable of withstanding Jerk loads during long  distance movement in the ardours oilfield roads  The details of make  models   capacities of suspension offered both in the front and rear shall be indicated in the  bid along with drawing  brochure  etc     4 6 Wheels and Tyres     _    6 1 Suitable size  pneumatic tyres  which are available readily in the INDIAN  market  shall be provided     4 6 2 We prefer to have 11 00 x 20 or 12 00 x20 tubed tyres  Single giant  tyre s  will not be accepted  The technical details of rim  make  model etc   may be provided with supporting Documents   Drawings    4 6 3 Also Spare wheel  tyre  tube  flap  amp  rim assembly  assembly should be    mounted at appropriate location on the crane  which shall not interfere  while handling objects     4 7 Brake System     4 7 1 Pneumatic brake system shall be provided with Dual circuit compressed  air system     7 2 Service brake should preferably be failsafe type on all wheels     7 3 Pneumatic system should preferably be provided with air dryer system     A    A       SDG2583P14 08 Page 13 of  45    4 8    4 9    4 10    4 11    4 12    A  N  _    Sufficient quanti
    
Download Pdf Manuals
 
 
    
Related Search
    
Related Contents
MANUEL D`INSTALLATION, D`OPÉRATION ET D  NI-488.2M User Manual for Windows 95  Lenovo ThinkPad W500  ILI型ECO蛍光ランプ取扱説明書 (pdf:1MB)  AOC 2236VW  Sunrise Medical J2 User's Manual  Guida dell`utente Suunto Vyper2  VF160 (dt.) - Mega Audio  FWH14DSL    Copyright © All rights reserved. 
   Failed to retrieve file