Home

(i) bid rejection criteria (brc)

image

Contents

1. Brand New Truck chassis manufactured not prior to six months from the date of issuance of Letter of Intent LOI The truck chassis must be of Kenworth International Peterbilt Volvo make and shall be suitable for operation in rough terrain typical oil field roads and dessert environment The platform where the Nitrogen Pumping Unit equipment shall be mounted should robust in design and capable of withstanding and transmitting static as well as dynamic loads uniformly to the chassis The bidder shall take special care in selecting and designing the platform considering the unit s application in rough terrain and typical oilfield roads The offered model shall be latest and conforming to international quality standard norms having specifications fittings accessories etc as under 2 1 1 DIMENSION COMPLETE UNIT Overall Width Should not exceed 2 6 meter Overall Height Should not exceed 3 5 meter Overall Length Should not exceed 13 0 meter Ground Clearance Not less then 30 0 cm It shall be bidder s endeavour to mount subsequently fitted undercarriage components i e other than originally mounted components at maximum possible height 2 1 2 ENGINE Water cooled diesel engine of adequate power within the range 425 500 HP at around 2100 RPM suitable for road drive as well as Coil Tubing operation The Page of 22 engine shall conform to minimum EURO III or equivalent Emission Norms and of make Caterpillar Internat
2. The Supplier has to supply all the spare parts required for initial commissioning of the unit OPERATIONAL CRITICAL SPARES Supplier shall supply the following operational critical spares along with the supply of the UNIT i AUTOMOBILE SPARE PARTS LIST Following spares in specified quantity as indicated shall be supplied along with the unit 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 10 Nos 2 Water Separator Filter Element 10 Nos Page 8 of 22 3 Engine Oil Filter Element 10 Sets 4 Air Filter Element 10 Sets 5 Water Corrosion Filter Element 05 Nos 6 Fan Belt 04 Sets 7 Alternator Belt 04 Sets 8 Compressor Belt 04 Sets 9 Water Pump Repair Kit 02 Sets 10 Water Hose 04 Sets 11 Engine Mounting 01 Set B TRANSMISSION 1 Transmission Filter Element 04 Sets 2 Transmission Mounting 02 Sets 3 Gear Shifter one inside driver s Cabin 01 No 4 Gear Shifter Repair Kit 02 Sets 5 Gear Shifter Hoses 02 Nos C TRANSFER CASE if any amp POWER TAKE OFF PTO 1 Oil Filter Element if any 04 Sets 2 Mounting 02 Sets 3 Oil Seal 02 Sets 4 PTO actuator Seal Kit 05 Nos D FRONT AXLE 1 Wheel Stud with Nuts 20 Nos 2 Axle Stud with Nuts 20 Nos 3 Wheel Hub Oil Seal 02 Sets 4 Wheel Hub Bearing 01 Set set comprising of
3. 30 MT capacity hydraulic jack with handle 2 two Nos stopper block for rear wheels N Fire Extinguisher amp First Aid Box inside the driver s cabin O Suitable spark arrestor for engine exhaust for operation in oilfield area PUMPING SYSTEM CRYOGENIC TRIPLEX PLUNGER PUMP The Cryogenic Triplex pump shall be installed on the truck chassis and shall be hydraulically powered The pump should be capable of pumping liquid Nitrogen equivalent to 180 000 SCFH 85 m min of gaseous Nitrogen The pump shall have the following specifications Max discharge Pressure 10 000 Psi Bore size 1 625 inches Stroke 1 38 inches Lubrication force feed suitably with a hydraulically driven Lube pump Make of the pump is either CS amp P ACD or Hydra Rig CRYOGENIC BOOST PUMP Hydraulically driven Boost Pump to feed liquid nitrogen into the Triplex Pump of the following specification Type Centrifugal type for cryogenic application Pump size 1 5 X 2 5 X 6 Maximum delivery rate Liquid Nitrogen equivalent to 180 000 SCFH of gaseous Nitrogen Page 4 of 22 2 2 3 2 2 4 The delivered pressure at the inlet of Triplex Pump should be sufficient enough so that no starvation is developed at any speed of the Triplex pump Make CS amp P ACD or Hydra Rig VAPORIZER HEAT EXCHANGER The vaporizer should be capable of handling Nitrogen Flow rate 180 000 SCFH max with Max Working Pressure 10 000 psi to raise the
4. Any other requirement of the inspection agency to satisfy of the equipment as per applicable standards Pre shipment inspection shall be carried out by OIL by representative of user as well as service dept viz Instrumentation Transport Dept Field Engineering etc at manufacturer s site The supplier shall inform OIL at least 2 two months ahead for such inspection to enable OIL to send its inspectors The supplier has to arrange to inspect the unit by a team of 5 five OIL s engineers OIL will bear the expenses towards traveling and accommodation etc of the OIL s inspection team The Inspection cum Acceptance process would include the following minimum steps tasks but not limited to Physical verification inspection of all the items fittings accessories including all Parts Catalogue Maintenance amp Service Manuals Final Chassis Built Up Vehicle Content Record documents etc and actual loading on axles The supplier shall arrange driver operator weighing facility and any other infrastructure during the process of inspection as and when required Operational testing of the carrier 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 The inspection report would be prepared at the end of the inspection and jointly signed by both the parties Supplier shall confirm in writing compliance of all the points raised in the
5. It shall automatically get engaged in the event of low no air pressure C All Emergency Parking Brake Servos shall have manual release mechanism Screw Type to release the brake manually in case of low no air pressure for maintenance D All air tanks shall have Drain Plugs E All wheel brake drums shall have Dust Cover F Buzzer warning for low air pressure q Incase of brake with ABS ABS Fault Diagnostic amp Repair Tool both Software as well as complete Hardware shall be supplied along with the unit FUEL TANK Two nos of fuel tanks each of minimum 100 USG 380 Lts capacity with suitable strainer at the opening of the tank to prevent entry of foreign materials amp locking arrangement shall be provided DRIVER S CABIN Factory build original built amp supplied with chassis by chassis manufacture ergonomically designed floating steel aluminium drivers cabin complete with all standards fittings Sitting capacity inside the cabin should preferably be 3 three including the driver 2 1 10 OTHER FITTINGS amp ACCESSORIES A Sufficient Side marker lights Hazard warning lights rear amp side reflectors Air horn in additional to electric horn etc for safe movement of the unit on road B 2 two Nos Rear Searchlight mounted on rear top of drivers cabin for illuminating rear equipment for night working C While all lights shall be covered to the extent possible with suitable guard to prevent da
6. inspection report as well as any other subsequent additions changes following deliberation with the inspector after arrival at Duliajan Supplier will affect despatch of the unit only on receipt of OIL s despatch advice 14 0 TRAINING TO OIL PERSONNEL ON NPU SYSTEM The supplier shall have to provide training to OIL personnel in two phases 14 1 During the pre despatch inspection visit of OIL s engineers the supplier shall arrange comprehensive training at their manufacturing plant works for a period of minimum 2 two weeks on Operation amp Maintenance Troubleshooting and Working Principle of followings systems items used in the unit amongst other relevant subjects i ii iii iv v vi vii viii ix Engine and its Electronic Controller System Transmission Transfer Case and their control systems Brake amp ABS including their electronic control system Power assisted steering system including hydraulic pump and gearbox Pneumatic system for brake transmission PTO shifters including different valves Hydraulic system Control Panel NPU operation amp trouble shooting Repairing and Maintenance of Cryogenic Pumps and Vessels Page 13 of 22 14 2 During installation and commissioning of the unit the commissioning engineer 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 Pr
7. 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 EVALUTION The bidder has to submit a complete spare parts list for the whole unit sub grouping major component in the following format as shown with example Name of the Description of Part no ID Frequency of Make component the item no of item replacement Sub com in Hours Day Triplex Pump Piston Xx 10000 Make and Piston Ring XXX 7000 part no of the Gland packing XXXX 5000 subunits are Locking out etc Xxxxx 5000 also to be provided Booster pump Bearing Yy 10 000 do Gland packing Yyy 10 000 Hydraulic pump Yyyy 20 000 do Gasket etc Yyyyy 10 000 Instrumentation Temp control Part no do items Nitrogen pressure etc 9 4 The bidders must submit a written undertaking 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 fro
8. 2K ok ANNEXURE A TO TENDER NO SDG3270P10 07 SUPPLY OF AN OIL FIELD TRUCK MOUNTED NITROGEN PUMPING UNIT NPU SCOPE OF WORK Self contained Non fired Nitrogen pumping Unit NPU mounted on a Oil field truck capable of pumping and vaporizing 1 80 000 SCFH maximum along with a storage tank of capacity 2000 US gallons of liquid nitrogen The design selection of engine and transmission should be such that the same unit can be used for haulage as well as for pumping The unit shall have nitrogen pumping vaporizing system capable of pumping up to 1 80 000 SCFH of gaseous nitrogen and pressure up to 10 000 psi Nitrogen pumping system shall have liquid nitrogen storage tank to feed the liquid nitrogen through a boost pump with valve manifold system The nitrogen pumping system should have a triplex pump high pressure piping manifold non fired vaporization system and control system mounted on truck chassis as detailed below 1 0 APPLICATION For operation in oil gas injection wells for carrying out the following well servicing jobs Well unloading amp activation Sand cleaning Removal of fill etc and any other Well intervention jobs together with without Coiled Tubing Unit Maximum Well depth 5500 0 metres Working pressure maximum 10 000 psig Fluid to be handled Liquid Nitrogen Working atmosphere ambient temp 5 C to 45 C in a relative humidity of maximum 95 2 0 EQUIPMENT DETAIL 2 1 TRUCK CHASSIS AND PLATFORM
9. as well as rear shall be within 85 eighty five percent of the maximum load bearing capacity i e Laden Weight of the unit shall be within 85 eighty five percent of Maximum Permissible Gross Vehicle Weight i e sum of Axle Capacities of all axles i e GVWR of the unit Laden Weight means Weight of the complete unit with all equipment amp fittings i e weight of the chassis with drivers cabin weight of all pumping equipment permanently mounted on the unit Liquid filled Storage Tank weight of other tools accessories etc generally being carried kept in the unit spare wheels hydraulic amp diesel oil etc Accordingly Laden Weight is the sum of actual loading on each individual axle 2 1 6 WHEELS amp RIMS Page 2 of 22 2 1 7 Suitable wheels 2 Nos at Front Axle 8 Nos at Rear Axles with Tube amp Tire of adequate ply rating with two sets of complete spare wheels even in case of identical front amp rear wheels Super Single tyre is not acceptable It shall be bidder s endeavour to offer front and rear wheels of same size amp type If not possible for design constraint two spare wheels one for each type shall be supplied Suitable lifting amp mounting arrangement facility for spare wheels shall be provided BRAKE A Service Brake Multiple Circuit Pneumatic S Cam brake acting on all wheels B Parking Emergency Brake Parking Brake operating through hand operated shifter valve
10. items for one wheel E REAR AXLE 1 Wheel Stud with Nuts 30 Nos 2 Axle Stud with Nuts 20 Nos 3 Wheel Hub Oil Seal 02 Sets 4 Wheel Hub Bearing 02 Sets 5 Differential Oil Seal 02 Sets 6 Differential Filter Element if any 02 Sets set comprising of items for one wheel differential F DRIVELINE Propeller Shaft 1 UJ Cross Spider amp Bearing 01 Set set comprising of different UJ crosses complete for both front amp rear drivelines G STEERING 1 Steering Oil Filter Element 02 Sets 2 Steering Pump Repair Kit 01 Set 3 Steering Box Cylinder Repair Kit 03 Sets 4 Tie Rod End for both sides 02 Sets Page 9 of 22 9 3 H Ore oh 1 2 BRAKE amp PNEUMATICS Foot Brake Valve Repair Kit 03 Sets Repair Kit for Front Wheel Servo 04 Sets Repair Kit for Rear Wheel Servo 08 Sets Air Dryer Filter Element 08 Nos Repair Kit for all Pneumatic Valves 01 Set each set comprising of items for one servo ELECTRICAL Engine Starter 01 No Alternator 01 No ii SPARES FOR NITROGEN PUMPING UNIT 1 Tank relief valve 1no 2 Rapture disk Cryogenic tank 2 no 3 Valve repair kit for all sizes of valve used in the cryogenic piping 1 each 4 Tank content gauge 1no 5 Flexible cryogenic pipings used in the cryogenic pipe connection 1 each 6 Cryogenic boost pump repair kit 1 set 7 Cryogenic triplex cold end repair kit 3 set 8 High pressure cryogenic pipe conn
11. 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 Contd 2 7 0 The tender is invited under SINGLE STAGE TWO BID SYSTEM The bidders are required to submit both the TECHNICAL and COMMERCIAL bids through electronic form in the OIL s e Tender portal within the Bid Closing Date and Time stipulated in the e Tender Please ensure that Technical Bid all technical related documents related to the tender are to be uploaded in the c Folder link collaboration link under Un priced Bid Tab Page only Please note that no price details should be uploaded as c Folder link collaboration link under Un priced Bid Tab Page Details of prices as per Bid format Commercial bid can be uploaded as Attachment in the attachment link under Unpriced Bid under General Data A screen shot in this regard is given below Offer not complying with above submission procedure will be rejected as per Bid Rejection Criteria mentioned in Annexure II Refer Clause 1 0 of B Commercial ERUS Enterprise Buyer Microsoft Internet Explorer ES Fie Edit View Favorites Tools Help ay f il S xs Om O RAO Powe ferme O E Saa a Address a https fetender srm oilindia in sap bc gui sap its bbpstart sap client 100 amp sap language EN v Go Links User 101795 Home Hel
12. Hydraulic oil pressure gauge vii Hydraulic Temperature gauge viii Air Pressure gauge ix Transmission oil temperature gauge x Transmission oil pressure gauge xi Triplex Pump Control xii Triplex pump power end lube oil pressure gauge and additional pressure gauge with direct power end lube oil system xiii Triplex pump rate and total pumped xiv Triplex pump press Martin Decker Suction amp Delivery xv Gaseous Nitrogen Discharge Pressure Gauge xvi Discharge Nitrogen Temperature gauge at the outlet of vaporizer Page 6 of 22 4 0 5 0 6 0 7 0 xvii Boost Pressure gauge xviii Boost control valve xix xx xxi Emergency shut down Normal shut down Lights on off xxii Air horn xxiii Transmission shifter xxiv Throttle control xxv Vaporizer control system xxvi Vaporizer outlet coolant temperature gauge xxvii Delivery line temperature gauge Pyrometer xxviii Audiovisual Safety alarms for safe operation and protection of main equipment of the unit All the above gauges shall be of dual scale English amp Metric HYDRAULIC SYSTEM Individual closed loop hydraulic system should be provided for 1 Cryogenic Boost Pump 2 Triplex Pump 3 Lube Pump 4 Fan drive for vaporizer if required ILLUMINATION The unit should have an inbuilt electrical system to provide sufficient illumination to enable emergency operation during night hours PIPING 1 2 3 mon _ Al
13. O Oil India Limited P O DULIAJAN 786 602 DIST DIBRUGARH E A Govt Of India Enterprise ASSAM INDIA FAX 91 374 2800533 EMAIL material oilindia in WEBSITE www oil india com TENDER NO SDG3270P 10 07 TENDER FEE Rs 4 500 00 OR US 100 00 PERFORMANCE SECURITY APPLICABLE OIL INDIA LIMITED invites Global Tenders for the item detailed below Srl No Material Description Unit Qty 1 NITROGEN PUMPING UNIT DETAILED NO 1 SPECIFICATION HAS BEEN FURNISHED VIDE ANNEXURE A 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 and its amendments 2 0 Bid Rejection Criteria Bid Evaluation Criteria is furnished vide Annexure B of tender document 3 0 Commercial Check list is furnished vide Annexure C Please ensure that the check list is properly filled up and uploaded along with Technical bid 4 0 The item qualifies for Nil duty Deemed Export benifits For Deemed Export benefits please refer Addendum to the General terms and conditions for Global tender 5 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
14. S NO 10 Whether quoted any deviation YES NO 11 Whether deviation separately highlighted YES NO 12 Whether agreed to the NIT Warranty clause YES NO 13 Whether Price Bid submitted as per Price Schedule YES NO refer Para 10 0 of BRC vide Annexure B 14 Whether the Spares quoted as per Clause 13 0 of YES NO Annexure A 15 Whether quoted all the items of tender YES NO 16 Whether indicated the country of origin for the items YES NO quoted 17 Whether technical literature catalogue enclosed YES NO 18 Whether confirmed that all spares amp consumables YES NO will be supplied for a minimum period of 10 years from successful commissioning 19 Whether confirmed to carry out installation amp YES NO Commissioning at Duliajan Assam 20 Whether installation amp Commissioning charges YES NO applicable 21 If installation amp Commissioning charges applicable YES NO whether separately quoted on lump sum basis 22 Whether to amp fro air fares boarding lodging of the YES NO commissioning personnel for installation amp commissioning at Duliajan Assam India included in the quoted charges 23 Whether confirmed that all Service Income YES NO Corporate tax etc applicable under installation amp Commissioning are included in the prices quoted 24 Whether confirmed that Training will be YES NO provided in the event o
15. along with supply unit a Sale Letter Pollution amp Roadworthy Certificate in similar format of Form 21 amp 22A b lt c d of Indian Motor Vehicle Act sample copies enclosed Engine Emission Norms Certificate etc as required under Indian Motor Vehicle Act for registration of the unit in the name of Oil India Limited Final Chassis Built Up Vehicle Content Record documents from chassis manufacturer Specification Sheet of unit indication all details viz Make amp Model of chassis engine transmission etc GVWR Axle Capacity Axle Loading Wheelbase etc number of Axles wheels amp tyres etc overall dimensions turning radius etc Certificate of Origin for the chassis in original from chassis manufacturer Amongst others the certificate shall contain following information i Make amp Model of Chassis ii Vehicle Identification Number VIN i e Chassis No iii Month amp Year of Manufacture of the chassis iv Make amp Model of Engine v Serial No of Engine vi Month amp Year of Manufacture of the engine e Notwithstanding any clause mentioned elsewhere in the NIT the invoice for the complete unit shall be submitted in 2 two parts separately as under i Invoice for Truck Chassis it shall include the cost of the truck chassis with driver s cabin only ii Invoice for Nitrogen Pumping Unit it shall include cost of all equipment of Pumping unit tools accessor
16. ardware Technical literature with detailed specifications for cryogenic triplex plunger pump driving mechanism pumping capacity etc Technical literature with detailed specifications for cryogenic boost pump driving mechanism pumping capacity etc Technical literature with detailed specifications layout drawing heating mechanism etc for vaporizer heat exchanger Technical literature with detailed specifications layout drawing design code etc for liquid nitrogen tank Tool Kit for general maintenance of the truck Specific description Part Nos Make etc and Unit Price of each and every spares as detailed in the Operational Spare Parts List List of any additional spares with details as felt necessary for 2 two years trouble free operation and maintenance but not covered in this list of Operational Critical Spares for future reference procurement NOT FOR BID EVALUATION Relevant test and quality control certificates of the manufacturing and testing of all unit Page 19 of 22 Specific description Part Nos Make etc and Unit Price of each and every spares for pumps control panel etc Licensed software in original along with user software backups Signature Name Designation Page 20 of 22 This 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 Name ofthe buyer bivseededs
17. ation charges to Duliajan M Insurance Charges N Assam Entry tax if any O Total FOR Duliajan value K L M N above P Installation Commissioning charges Q Training Charges R Total Value O P Q above S Total value in words NOTE Excise Duty in case of the indigenous bidder is EXEMPTED 5 3 When both Foreign and Domestic bids 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 5 2 above and Total Value of the foreign bidder worked out as per Para 5 1 above excluding inland transportation to destination will be compared No price preference will be allowed to indigenous bidders except that for capital goods the domestic manufacturers would be accorded a price preference to offset CST to the extent of 4 or actuals which ever is less subject to 30 local content norms as stipulated for World Bank Funded project to the satisfaction of OIL When more than one domestic bidders fall within price preference range inter se ranking will be done on Total Value basis 6 0 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 he
18. cial Bid Format Summa for Foreign Bidders A Cost of Nitrogen Pumping Unit B Cost of spares Refer Clause 9 2 of Annexure A C Cost of Commissioning spares if any D Grand Total Material Cost A B C E Third Party inspection charges if any F Pre despatch shipment Inspection charges if any G Packing amp FOB Charges H Total FOB Port of Shipment value D E F G above I Ocean Freight Charges up to Kolkata India J Insurance Charges K Total CIF Kolkata value H 1 J L Installation Commissioning charges M _ Training Charges N Total Value K L M above O Total value in words P Gross Weight Q Gross Volume ii Commercial Bid Format SUMMARY for Indigenous Bidders A Cost of Nitrogen Pumping Unit B Cost of spares Refer Clause 9 2 of Annexure A C Cost of Commissioning spares D Grand Total Material Cost A B C E Third Party inspection charges if any F Pre despatch shipment Inspection charges if any G Packing and Forwarding Charges H Total Ex works value D E F G above 1 Excise Duty with Cess Please indicate applicable rate of Duty J Sales Tax Please indicate applicable rate of Tax K Total FOR Despatching station price H J above L Road Transportation charges to Duliajan M Insurance Charges N Total FOR Duliajan value K L M above O Installation Commissioning charges P Training Cha
19. der must confirm the same categorically in their quotation 4 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 enclosed Page 16 of 22 CHECKLIST PartA TECHNICAL A1 1 TRUCK BIDDER S OFFER hs PARAMETERS REQUIREMENTS To indicate details or REMARKS o IF ANY yes no as applicable 1 Make amp Model of Chassis 2 Max Permissible Gross Vehicle Weight GVWR 3 Drive 4 Wheelbase 5 Overall Dimensions Width Height amp Length of complete unit 6 Ground Clearance 7 Laden Weight Total weight of the unit a Make amp Model b Max Output Power c Max Output Torque Naturally Aspirated or 8 Boging a Turbo Charos A e Emission Norms f Control System Electronic g Type of Fuel Diesel Petrol NT a Make amp Model 9 Nene b No of gears c High Low provision 10 Make Model amp Type of Transmission Shifter 11 Make amp Model of Transfer Case if any 12 Total number of PTOs in operation 13 Make amp Model of PTOs 14 Make Model amp Type of Steering System 15 Min
20. ector i e SS tee cross elbow Collet joint etc 1 spare unit for each 9 High pressure hydraulic line filter for all types of filter fitted with the unit 1 set 10 Joystick to control blower speed or its alternate 1no 11 Joystick to control Triplex speed or its alternate 1no 12 Plug valve repair kit Nitrogen discharge line 1no 13 Cryogenic pump warm end repair kit 1no 14 Flow meter to measure LN2 discharge 1no 15 Thermo couple cable and meter to measure discharge temp 1 set 16 Pump lube oil filter 2 no 17 Pump lube pressure sensor 1no 18 Pump lube temp sensor 1no 19 Pump discharge pressure gauge 1no 20 Pilot operated relief valve for boost pump control 1 no NOTE a All spares in specified quantity as indicated above shall be supplied along with the unit b Specific description Part Nos Make etc and Unit Price of each and every item shall clearly be indicated in the bid c In case of any difference in spares for vehicle s left amp right wheel studs axle studs etc the specified quantities will be divided into 2 two equal parts d 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 NOT FOR BID EVALUATION RECOMMENDED SPARES Page 10 of 22 The bidder shall furnish a list of spares amp components that will be required for regular
21. eee eh e iaia oaa A AEEA E E EA N E EA deed Address heeds whleniette aai a e e E a E a NEE The details of the vehicles are as under 1 Class of vehicle ogak Penka onr ee ee E E a a i aE 2 Maker s name amp addreSS ke eeccecececeeeeeeeeeeeeeaeeeaeaeeeaeaeeeees 3 Chassis Non a psngttic el Susy hapabde ete Mail paeeeanecet eis 4 Engine No eect ete c eet ee ea eeeeeeeeeeeeeeaeeeeeenaees 5 Horse power or cubic capacity oe eee cceceeeeeeeeeeeeee ee eeeeeeeeeeeeeeeees 6 Fuelused aeatag cdl uate pee Ta a Re aa AEA 7 Number of cylinders hae eececececet ee ee ee eeeeeeeeeeeeeeeeeeeeeeeees 8 Month and year of manufacturing eee eeee cece eee ee ee eeeeeeeeeeees 9 Seating capacity including driver esesseessesseeseesrerrrerrerrrrrrrre rere 10 Unladen weight nussssssspssprarrarrarrncrneesrerrerrerrneree 11 Maximum axle weight number and description of tyres a Front axle O ERE OA AREE b Rear axle axles uusasssssssssssrrerrnrrncrressrerresreernerenne c Any other axle hae eeceec ec ee eee teeta teeeteeeeeeeeeeeeeeeaees 12 Colour s of the body hae eececec ec ec ee ee ee eeeeeaeeeeeeeateeeeeeeeees 13 Gross vehicle weight hae eeceececeeeceeeeeeeeeeeeeeteeeeeeeeeeeeeaees 14 Type of body cece ett et et te te eeeteeeeecee ease ee eaeaenenens Date bic icdeeceepiee Signature of the manufacturer dealer Page 21 of 22 This is a sample copy similar to FORM 22 A of Indian Motor Vehicle Act only The certi
22. eers shall be borne by OIL Bidders must categorically indicate the Installation Commissioning Training and Pre despatch Shipment Inspection charges in their offers and must confirm the same in their Technical bids Offers without any quote for the Installation Commissioning Training and Pre despatch Shipment Inspection charges shall be loaded with the maximum charges received for the same against the tender for evaluation purposes Moreover if any bidder does not quote the Income Service Corporate taxes etc the offer shall be loaded with the applicable rate of taxes for evaluation purposes LIQUIDATED DAMAGE Supplier s competent personnel must arrive at Duliajan within 15 days from the date of intimation by OIL and complete the installation amp commissioning job thereafter within the time 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 installation 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 BEC The bids conforming to the specifications terms and conditions stipulated in the enquiry and considered to be responsive after subjecting to the Bid Rejection Page 4 of 6 Criteria will be considered for further evaluation as per the Bid Evaluation Cr
23. f placement of order 25 Whether the cost of Training has been furnished YES NO in the offer 26 Whether to amp fro air fares boarding lodging of the Training personnel for providing Training at Duliajan Assam India included in the quoted charges YES NO 27 Whether confirmed that all Service Income Corporate tax etc towards Services provided under Training are included in the prices quoted YES NO 28 Whether confirmed acceptance of tender Payment Terms of 80 against shipment dispatch documents and balance 20 after successful installation amp commissioning YES NO 29 For Foreign Bidders Whether offered FOB FCA port of despatch including sea air worthy packing amp forwarding YES NO 30 For Foreign Bidders Whether port of shipment indicated To specify YES NO 31 For Indian bidders Whether indicated the place from where the goods will be dispatched To specify YES NO 32 For Indian bidders Whether road transportation charges up to Duliajan quoted YES NO 33 For Indian Bidders only Whether offered Ex works price including packing forwarding charges YES NO 34 Whether Indian Agent applicable YES NO 35 If YES whether following details of Indian Agent provided YES NO a Name amp address of the agent in India To indicate b Amount of agency commis
24. ficate to be issued by supplier shall contain following minimum information CERTIFICATE OF COMPLIANCE WITH POLLUTION STANDARDS SAFETY STANDARDS OF COMPONENTS AND ROAD WORTHINESS Certified that iaiia nianna ai a brand name of the vehicle complies with the 0 00000an name of Emission Standard Euro Ill etc Emission standard as well as other Safety amp Road Worthiness Standards as per rOoVISIONS Of the ccccccceeeccceeeeeceeeeeeeeeeseueeeueueesueeenuuuseeeages 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 cccccccccceeeeesseeeeeseeeeseeeeeseeeesneeas name of Motor Vehicles Act of country of origin Signatures of Manufacturer Body Builder Page 22 of 22 D ANNEXURE B TO TENDER NO SDG3270P10 07 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 technical requirement stipulated in the technical specifications as given in ANNEXURE A Notwithstanding the general conformity of the bids to the stipulated specifications and terms and conditions the following requirements shall have to be particularly met by the bidders without which the offer
25. g from faulty materials workmanship or design Defective goods materials or parts rejected by OIL shall be replaced immediately by the supplier at the suppliers 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 equipment or 18 months from the date of shipment despatch whichever is earlier 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 Page 2 of 6 Validity of the bid shall be minimum 180 days Bids with lesser 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 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 Bids containing incorrect statement will be rejected Bidders are required to submit the summary of the prices in their commercial bids as per bid format Summary given below i Commer
26. g spares D Grand Total Material Cost A B C E Third Party inspection charges if any F Pre despatch shipment Inspection charges if any G Packing amp FOB Charges H Total FOB Port of Shipment value D E F G above I Ocean Freight Charges up to Kolkata India J Insurance Charges K Banking Charges 0 5 of Total FOB Value vide H above in case of payment through Letter of Credit If confirmed L C required 1 5 of Total FOB Value will be loaded L Total CIF Kolkata value H 1 J K M Installation Commissioning charges N Training Charges O Total Value L M N above P Total value in words NOTE Banking charge in the country of the foreign bidder shall be borne by the bidder Page 5 of 6 5 2 When only domestic bids are involved Comparison of bids will be done on the basis of Total Value which is estimated as under A Cost of Nitrogen Pumping Unit B Cost of spares Refer Clause 9 2 of Annexure A C Cost of Commissioning spares D Grand Total Material Cost A B C E Third Party inspection charges if any F Pre despatch shipment Inspection charges if any G Packing and Forwarding Charges H Total Ex works value D E F G above I Excise Duty with Cess Please indicate applicable rate of Duty J Sales Tax Please indicate applicable rate of Tax K Total FOR Despatching station price H J above L Road Transport
27. ies etc subsequently fitted in the original truck chassis as well as supplied separately along of the unit Page 15 of 22 General Notes 1 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 il Remaining 20 of the supply value along with commissioning charges shall be paid after successful commissioning and acceptance of the unit by OIL iii Training charges will be paid only after successful completion of training 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 with one percent above the prevailing Bank Rate CC rate of State Bank of India for evaluation purpose 2 To ascertain the substantial responsiveness of the bid OIL reserves the right to ask the bidder for clarification in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in toto must be received on or before the deadline given by the company failing which the offer will be summarily rejected 3 Oil India Purchase Order No must be engraved on the body of the item Bid
28. imum Turning Radius 16 Make Model amp Type of Front Suspension 17 Make Model amp Type of Rear Suspension P a Front 18 Axle Capacity Atl ear a Front 19 Axle Loading actual loading oiner 20 Axle Loading within 85 of capacity i a Front 21 Type Size of Wheel amp Tyre b Rear 22 Type of Service Brake S cam or not Type of Wheel Brake a Front 23 Servos screw type manual Shea fot b Rear 24 Fuel Tank capacity 25 Number of fuel tank 26 Seating Capacity inside Driver s cabin Page 17 of 22 27 Reversing Alarm with Blinker Lights Electrical fittings equipment suitable for ai hazardous oilfield area 29 Speedometer Odometer in Metric KM calibration 30 Provision of Air Dryer in truck s pneumatic system 31 Towing Hooks at Front amp Rear of truck 32 Make of Starter Alternator etc of engine A 1 2 PUMPING SYSTEM Make and model Capacity Cryogenic Triplex Maximum Working 1 Plunger Pump as per Pressure Clause No 2 2 1 Bore size Stroke Lubrication Mak d model Cryogenic Boost see ee 2 Pump as per Clause ype _ No 2 2 2 Pump size Maximum Delivery rate Option Vaporizer Heat Maximum flow rate 3 Exchanger as per Capacity option 1 or 2 of as Out let t t f per Clause No 2 2 3 nes ye erg en aee a Pressure drop Capacity Working Pressure I
29. inciple and repair replacement of different equipment Bidders should quote their training charges separately for evaluation purposes The charges should be shown in Commercial bid only 15 0 COMMISSIONING 15 1 The unit shall be commissioned at Duliajan Assam India with 3 three successful field jobs at different wells after arrival within a period of 2 two weeks time 15 2 The successful bidder must quote for commissioning charges which should include the to and fro charges food amp lodging and daily charges of the personnel OIL will provide accommodation on payment basis subject to availability OIL will provide local transportation to the commissioning personnel 15 3 The commissioning engineer should be available at site within 15 days of the intimation given by OIL for commissioning the unit 15 4 Bidders should quote commissioning charges separately for evaluation 16 0 17 0 18 0 purposes The charges should be shown in Commercial bid only GUARANTEE WARRANTY The bidder shall offer a period of at least 1 one year warranty for the entire equipment supplied from the date of successful field commissioning of the entire equipment 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 item was previousl
30. ional Cummins Volvo only In case of engine with Electronic Controller System Engine Fault Diagnostic amp Repair Tool both Software and complete Hardware shall be supplied along with the unit Bidder shall categorically confirm in the bid that the offered software is for the particular engine model of the truck TRANSMISSION Fully automatic transmission system of Allison or Volvo make suitable for both road drive and pump operations for nitrogen pumping The transmission system must have requisite compatibility with the engine Suitable Transfer Case amp other PTO s as per design requirement 2 1 4 DRIVE amp STEERING Drive 6X4 Drive Single non powered front axle amp two Powered rear axles Steering Right hand drives Hydraulic Power Assisted Steering Steering wheel on the right hand Turning Radius Minimum Turning Radius approx 16 00 meters 2 1 5 SUSPENSION GVW amp AXLES A Front Suspension Heavy Duty Multi Leaf Spring Suspension of suitable design with Shock Absorbers B Rear Suspension Rocker Beam Walking Beam suspension with auxiliary leaf springs or rubber cushion support of suitable design with shock absorbers C Laden Weight Within 30 000 Kg Front Axle Capacity As per Design Rear Axle Capacity As per Design D Rear Axles shall have Inter Axle Lock facility E Actual loading on each individual axle front
31. iteria given below 1 0 The evaluation of bids will be done as per the Price Schedule SUMMARY detailed vide Para 10 0 of BRC Commercial 2 0 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 3 0 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 4 0 Offers not complying with the payment terms indicated in the enquiry shall be loaded with one percent above the prevailing Bank rate CC rate of State Bank of India for evaluation purpose 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 5 1 When only foreign bids are involved Comparison of bids will be done on the basis of TOTAL VALUE which is estimated as under A Cost of Nitrogen Pumping Unit B Cost of spares Refer Clause 9 2 of Annexure A C Cost of Commissionin
32. ith ABS The bidder has to supply 4 Four sets of operating maintenance and spare parts manual detailing maintenance schedule for daily maintenance preventive maintenance major overhauling and frequency of spares replacement for all the components of the unit The operation and maintenance manual should also contain details of all sub assemblies instrument sensors wiring diagram hydraulic schematics with colour code and entire requisite spare parts with part no Preferably OEM part no with detail contact address 4 Four copies of all relevant test and quality control certificates of the manufacturing and testing of all unit functions and parameters shall be supplied 4 Four sets of all relevant test and calibration certificate for each instrument shall be supplied along with the unit The necessary licensed software in original packages along with user software backups are also to be supplied COMMISSIONING OF THE UNIT SHALL NOT BE CONSIDERED AS COMPLET UNTIL amp UNLESS ALL ABOVE PRINTED MANUALS CATALOGUES ARE SUPPLIED INSPECTION CUM ACCEPTANCE Page 12 of 22 1 2 Third Party inspection of the unit is to be carried out for all the component of the unit by OIL approved TPI agency viz M s Lloyds M s Bureu Veritas M s Tuboscope Vetco M s IRS M s Rites or M s DNV only Scope of 3 party inspection i Witness the manufacturing and assembly ii Witness the functional and performance tests iii
33. king Pressure at maximum temperature 320 F minus 320 F iii Stainless steel inner vessel iv Carbon steel outer vessel v The tank should be manufactured as per American Society of Mechanical Engineers ASME Boiler and Pressure Vessel Code Section VIII Division 1 vi Super insulation compatible with a high vacuum to minimize heat flux and consequential product boil off Allowable evaporation rate shall be 0 75 per day vii To provide pressure build coils to maintain set pressure of the vessel viii The tank gauge panel shall include the following 1 Liquid level gauge Differential type 2 Tank vapor pressure gauge ix A vacuum probe valve complete with thermocouple probe for checking the vacuum of the tank x A valve manifold shall be installed on the tank and shall contain the following 1 An air actuated valve to automatically control the tank pressure 2 An air actuated valve to automatically vent when the vapor pressure exceeds the desired set pressure Page 5 of 22 2 3 3 0 3 1 3 2 3 A hydraulically pneumatically actuated valve to allow the operator to bleed the gas pressure off the tank as required during pumping operations This vent should be routed to the ground 4 One 1 no of 2 tank safety relief valve 5 A rupture disc assembly to prevent over pressuring the tank 6 One 1 4 outlet with a valve for filling of Liquid Nitrogen in small cans DISCHARGE MANIFOLD The discharge connec
34. l cryogenic piping system irrespective of pressure rating shall be new Low pressure piping will be 304 stainless steel and will have flex hoses to allow for movement A strainer will be installed between the boost pump discharge and the suction manifold of the triplex pump There will be gauge connection ports on both sides of this strainer to allow the operator to view the pressure before and after the strainer The low pressure suction piping between the tank and boost pump shall be 2 inch stainless steel Boost Triplex priming valves to allow flow from the boost pump directly back to tank for priming the pumps Low pressure relief valves should be installed in the low pressure piping where the possibility of trapping liquid nitrogen exists Two side fill lines one on either side of the unit and a rear fill line with manual shutoff ball valves manual bleeder valves and relief valves shall be installed The load manifold will be configured to allow both top and bottom filling of the storage tank On the discharge side of the cold ends a U shaped discharge line will tie into a discharge manifold This U shaped line allows for expansion and contraction The liquid nitrogen discharge manifold will be supported to prevent excess vibration All high pressure piping connections will be capable of 15 000 psi Maximum Allowable Working Pressure The discharge line will incorporate a check valve bleeder valve and plug valve with
35. m the Certified date of completion successful field commissioning of the unit 10 0 UNITIZATION AND COMPLETION The above unit shall be fully assembled unitized and completed as per best industrial practice This shall include the following items i Installation of all electrical systems ii Installation of all pneumatic systems iii Installation of all hydraulic systems iv All operating oils coolants and other operating fluids will be drained prior to shipment v All fixtures to ship complete with the unit vi Steel toolbox vii All tanks Fuel Hydraulic oil etc shall be fitted with suitable filter and locking arrangement viii All labor to complete unit ix Workmanship should be of good quality and appearance Following is a partial list of examples a Flame cut edges shall be ground smooth Sharp corners and edges to which operators and mechanics are vulnerable shall be ground smooth b Bolt holes shall be drilled not torch cut c Welds shall be of good quality and of sufficient strength d Use self locking nuts Page 11 of 22 12 0 13 0 e All hoses will be well supported with support type clamps f All hose assemblies will have swivel ends g All hoses will be protected by well secured rubber sleeves to prevent rubbing by frame etc tagged for easy identification h All reservoirs constructed of steel plate with level gauge cleanouts vent fill cap etc Noise level for the complete unit in running condi
36. mage all electrical fittings components connections shall be suitable to operate in hazardous oilfield area Page 3 of 22 2 2 2 2 1 2 2 2 D Gauges amp meters including Engine Tachometer amp Hour meter as per standard inside drivers cabin Speedometer amp Odometer with metric KM calibration only Two Nos fan inside drivers cabin E It shall be bidders endeavour to provide the Engine Oil Pressure amp Temperature meters Air pressure meter Transmission oil pressure amp Temperature meters if any with high low warning buzzers F Suitable Reversing Audio Alarm with Blinker lights at rear of the unit G Suitable Air Dryer with replaceable type filter element for truck s pneumatics H Well covered amp non conducting material wrapped Vertical Exhaust located behind and projected above the top of the driver s cabin l Suitable heavy duty front amp rear Towing Hook capable of pulling towing the unit from bogged down situation in slushy areas in oilfields from front as well as rear J Electrical equipment like starter alternator etc shall be of Lucus or Delco Remy make K Engine start in transmission neutral position in case of Automatic Transmission L Suitable electrical Master Switch to disengage all electrical circuits from battery M Well covered Battery Box Standard Tool Kit in a portable box for general maintenance of the truck heavy duty grease gun wheel wrench amp handle 2 two Nos min
37. nner vessel Liquid Nitrogen Tank Outer vessel 4 as per Clause No Design code 2 2 4 Evaporation rate Pressure build coils Valve manifold 5 Discharge Manifold size rating as per Clause No 2 3 6 Control Cabin as per Clause No 3 1 Type of Instrument Control Panel as per installed Clause No 3 2 Type of control system 7 All Gauges type dual scale All gauges version Metric amp English a Hydraulic System as Cryogenic Boost Pump per Clause No 4 0 Triplex Pump Lube Pump Page 18 of 22 Fan Drive 9 Illumination as per Clause No 5 0 10 Piping as per Clause No 6 0 Treating Iron Discharge Manifold as per Clause No 7 0 12 Tools as per Clause No 8 0 Spares as per Clause Commissioning spares No 9 0 Operational critical 13 spares Recommended spares Part B DOCUMENTATIONS DOCUMENT DESCRIPTIONS ENCLOSED Yes or No REMARKS IF ANY Technical leaflets with detailed specifications Make amp Model of chassis engine transmission transfer case if any PTOs suspension axle steering wheel amp rim brake etc Drivers Cabin and all major items components List of items that shall be supplied under Engine Fault Diagnostic amp Repair Tool both Software as well as complete Hardware List of items that shall be supplied under ABS Fault Diagnostic amp Repair Tool both Software as well as complete H
38. p Settings Support Log o A OIL SRM i mas Support Logot OIL Schedule A Company Server Date amp Time September 19 2008 07 46 55 IST oO E 4 3 Click on Unpriced Bid tab to attach your tender documents A m 2 Click on Item Data tab to view item details and enter your prices Process pid 4 AIl dates amp times are according to Indian Standard Time GMT 5 30 HRS Aon PEELUWEEED Basic Data Attributes Information from Purchaser Unpriced Bid Partner Delivery Address Bid Invitation Versions lossary FAQ Check the information in your bid You can also add your own notes Texts Bidder s Remarks Attachments Upload a Document Description Search and Add No Documents Available Please click the link bew for bid documents Applet appFile notinited Local intranet sg Start Ca G A Inbox Outlook Express amp E TENDER Tih Covering Page of e A SRM Enterprise Buy Qj 7 47AM C FOLDER LINK Details of prices as per Bid format Commercial bid can be uploaded in this Attachment 8 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 akk k k k k k k K fs k ak 2 K 2K 2K
39. re contradict the Clauses in the General Terms amp Conditions of Global Tender of the tender and or elsewhere those mentioned in this BEC BRC shall prevail Sek ek akok kook Page 6 of 6 ANNEXURE C TO TENDER NO SDG3270P10 07 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 1 Whether quoted as manufacturer YES NO 2 Whether quoted as Supply House Distributor To YES NO Specify 3 If quoted as Supply House Distributor a Whether submitted valid and proper authorization YES NO letter from manufacturer confirming that bidder is their authorized Supply House for the product offered b Whether manufacturer s back up YES NO Warranty Guarantee certificate submitted 4 Whether bid submitted under Two Bid System YES NO 5 Whether ORIGINAL Bid Bond not copy of Bid YES NO Bond submitted If YES provide details a Amount b Name of issuing Bank c Validity of Bid Bond 6 Whether offered firm prices YES NO T Whether quoted offer validity of six months from the YES NO date of closing of tenders 8 Whether quoted a firm delivery period YES NO 9 Whether quoted as per NIT without any deviations YE
40. rges Q Total Value N O P above Page 3 of 6 D R Total value in words S Gross Weight T Gross Volume NOTE 1 The Commissioning Spares should be quoted separately indicating the unit price and quantity quoted 2 The Nitrogen Pumping Unit covered under this enquiry 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 3 Installation Commissioning charges 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 suppliers commissioning training 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 4 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 Engin
41. same is also not acceptable 18 1 Following documents shall be submitted along with bid for evaluation a Technical leaflets with detailed specifications Make amp Model of chassis engine transmission power take off transfer case if any axle suspension steering brake etc b Detail dimensional layout drawing s illustrating Driver s Cabin amp position of all major components amp their mounting on the vehicle c List of items that shall be supplied under the Engine Fault Diagnostic amp Repair Tool both Software as well as complete Hardware d List of items that shall be supplied under brake ABS Diagnostic amp Repair Tool both Software as well as complete Hardware e List of tools that shall be supplied under Standard Tool Kit for general maintenance of the truck f Specific description Part Nos Make etc amp Unit Price of each and every spares to be supplied along with the unit for bid evaluation as detailed in the Operational Spares list provided in the NIT g List of additional spares if any as felt necessary but not covered in the Operational Spare list with Description Part Nos Make etc including Unit Rate for future reference procurement only not for bid evaluation h Checklist as per enclosed format shall be furnished along with the bid i The weight of individual major equipment to be mounted on the truck chassis 18 2 Following documents are to be submitted
42. sion To indicate c Whether agency commission included in quoted material value 36 Whether weight amp volume of items offered indicated YES NO 37 Whether Pre despatch shipment inspection amp testing quoted YES NO 38 Whether charges towards Pre despatch shipment inspection amp testing applicable YES NO 39 If Pre despatch shipment inspection amp testing charges applicable whether quoted separately YES NO 40 Whether confirmed to submit PBG as asked for in NIT YES NO 4 Whether agreed to submit PBG within 30 days of YES NO placement of order 42 For Indian Bidders only Whether offered Deemed Export price 43 For Indian Bidders only Whether indicated import YES NO content in the offer 44 For Indian Bidders only Whether all applicable YES NO Taxes amp Duties have been quoted 45 Whether all BRC BEC clauses accepted YES NO
43. te of this tender including customer contact details The bidder shall submit the valid authorization certificate in original from the OEM technical support and warranty back up from OEM along with the bid failing which offer will be rejected The OEM of the authorized dealer must have experience of manufacturing of Nitrogen Pumping Unit NPU in the last 5 years preceding from the bid closing date of this tender The OEM s Original Equipment Manufacturer documentary evidence in this regard must be provided in the form of Purchase Order Commissioning Report Completion Certificate from the Clients along with the bid Page of 6 3 4 3 5 3 6 3 7 3 8 3 9 CONFORMITY TO THE NIT SPECIFICATIONS Bidder must fill the Technical datasheet enclosed with the offer The total axle capacity shall be at par with the GVW with all equipment The offered engine shall conform to minimum EURO III or equivalent Emission Norms and of make Caterpillar International Cummins Volvo only as per clause no 2 1 2 Detailed specifications of all the systems including Mechanical Electrical Pneumatic and Hydraulic should be provided The bids and the accompanied technical documentation must be in English language only The bids with other than English language must have an English version 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 cer
44. temperature of the discharged Nitrogen upto 40 C Pressure drop between the inlet and the outlet of the vaporizer should not more than 500 psi with any one of the following operating principle Option 1 A A water bath vaporizer would be the main source of vaporization utilizing the waste heat in the vehicle engine coolant hydraulic oil and the lube oil system for heating up the Liquid Nitrogen coming out from the Triplex Pump for vaporization B An exhaust vaporizer would be the secondary source of vaporization A diverter valve shall allow the operator to divert a portion of the liquid nitrogen flow from the triplex pump through this vaporizer utilizing the heat of the exhaust Option 2 A Forced Air ambient vaporizer circulating hot air through Hydraulic Oil cooler Engine radiator with the help of hydraulic driven fan B An exhaust vaporizer would be the secondary source of vaporization A diverter valve allows the operator to divert a portion of the liquid nitrogen flow from the triplex pump through this vaporizer utilizing the heat of the exhaust Note In both the options the temperature of the coolant coming out from the vaporizer i e inlet to the engine radiator should be maintained in such a manner that it does not affect in the performance of the engine LIQUID NITROGEN TANK The bidder shall provide Liquid Nitrogen Tank of following specifications i 2 000 US gallon gross capacity ii 50 psi Maximum Allowable Wor
45. tified date of completion successful field commissioning of the unit Bidders offering other than the specified make of the equipment will be rejected The bidders must confirm that the offered Nitrogen Pumping Unit shall perform at the desired rate and parameters as mentioned in clause no 2 0 of Technical Specification The bidders are to confirm categorically the commissioning clause as mentioned in 15 0 B Commercial 1 0 2 0 3 0 4 0 5 0 Bids are invited under Single Stage Two Bid System Bidders shall quote accordingly under Single Stage Two Bid System Bidder not complying with submission procedure mentioned in General Terms amp Conditions of Global Tender will be rejected Bid security of US 12 000 or Rs 5 00 000 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 for 240 days from the date of bid opening 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 successful commissioning whichever is earlier against any defects arisin
46. tion consists of following i 2 full flow spring loaded reset Relief valve 1 One no ii 15 000 psi discharge liquid filled pressure gauge 1 One no iii Discharge Nitrogen temperature gauge 1 One no iv 2 X 15 000 psi Gate valve 1 One no v 2 X 15 000 psi Plug valve 1 One no All piping shall be suitable for Liquid Nitrogen service CONTROL CABIN AND INSTRUMENTATION SYSTEM CONTROL CABIN Control cabin designed for two person operation The cabin should be provided with hydraulically adjustable lifting mechanism Cabin will have windows on all four sides for better visibility Entry doors shall be on both side of the cabin One no of 0 75 meter wide ladder with handrails should be included The cabin should be air conditioned CONTROL PANEL Stainless steel panel shall be mounted inside of control cabin Instruments installed in this panel shall be liquid filled with brass or stainless steel bodies The control system should be predominantly hydraulic Use of electronic electrical control should be minimized to the extent possible Hydraulic Pneumatic Displacement Controls should be given priority over Electric Displacement Control while designing the unit The gauges and controls that will be required to be installed in this Panel will be as follows i Engine coolant temperature gauge ii Engine oil pressure gauge iii Lube oil temperature gauge iv Engine rpm v Engine start stop vi
47. tion should not cross 90 0 db STANDARDS The complete pumping unit shall be built under the quality standards of i EURO Ill ii ASME standards iii The Static and Mobile Pressure Vessels Unfired SMPV U Rules 1981 India The operations of this unit shall be covered under the i Government of India Ministry of Labour ii Directorate General of Mines Safety Dhanbad India TECHNICAL MANUAL AND _ CERTIFICATION FOR OPERATION AND MAINTENANCE OF THE UNIT The following Manuals amp Catalogues in printed form in English language shall be supp CD lied along with the unit in addition to the supply of the same in Compact Disk Supply of the manuals catalogues only in Compact Disk is not acceptable Manuals Part Catalogues provided shall be Custom Illustrated Manuals Catalogues for the particular vehicle and equipment only not a general Composite Manual Catalogue A mo OW 4 Four sets of printed Spare Parts Catalogue and Workshop amp Service Manual for all components systems of truck chassis like engine transmission axles brakes suspension electrical amp pneumatic systems etc with complete schematics of electrical amp pneumatic circuits 2 two sets of Operator s manual for vehicle 1 One set of Engine Fault Diagnostic amp Repair Tool manuals in case of engine with Electronic Controller System 1 One set of ABS Fault Diagnostic amp Repair Tool manuals in case of brake w
48. will be considered as non responsive and rejected Bid evaluation will be done only for those bids that pass through the Bid rejection criteria BRC as stipulated in this document A Technical 1 0 Bidder s Qualification 1 1 1 2 The bidder may be an Original Equipment Manufacturer OEM having experience in manufacturing of Nitrogen Pumping Unit NPU OR The bidder may be an authorized dealer of OEM 2 0 Bidder s Experience 2 1 2 2 The OEM should have the experience of successful completion including installation amp commissioning of the equipment of at least one order in the last 5 five years preceding from the bid closing date of this enquiry against supply installation amp commissioning of Nitrogen Pumping Unit NPU The OEM s Original Equipment Manufacturer documentary evidence in this regard must be provided in the form of copy of Purchase Order Commissioning Report Completion Certificate from the Clients along with the bid In case of an authorized dealer the Bidder must have credentials in support of successful completion including installation amp commissioning of the equipment of at least one order in the last 5 five years preceding from the bid closing date of this enquiry against supply installation and commissioning of Nitrogen Pumping Unit NPU As a proof of evidence the Bidders must furnish a list of installations carried out by them during last 5 years preceding from the bid closing da
49. wing to the wellhead TREATING IRON DISCHARGE MANIFOLD Page 7 of 22 8 0 9 0 9 1 9 2 The following items are to be supplied with this unit as well as convenient iron racks QTY DESCRIPTION Eight 8 2 x 3m long straight joint with 1502 union ends Two 2 2 x 1 5m long straight joint with 1502 union ends Two 2 2 style 10 type swivels with 1502 union ends Four 4 2 style 50 type swivels with 1502 union ends One 1 2 dart style check valve with 1502 union ends One 1 2 plug valve with 1502 union ends Two 2 3 x 3m liquid nitrogen hoses with storage tubes rated working pressure 150 psi complete with wing connections The above treating iron will be 15 000 psi rated working pressure All high pressure iron shall be of make FMC or SPM TOOLS One set of relevant tools for operation and maintenance of the unit for all equipment engines pumps associated hydraulic system Allison transmissions PTO etc to be supplied Apart from the Tools mentioned in para 2 1 10 M the following additional tools shall be supplied along with the unit Pipe Wrench size 12 18 24 3 no each Combination Spanners 2 sets Combination Pliers 2 nos Allen Key Set 2 nos Screw Drivers plain Size 6 X 10 2 nos Screw Drivers Philips Size 6 X 10 2 nos Fire Extinguisher 1 no Special tools wrenches for Pump servicing 1 set Aluminum ladder 1no SPARES COMMISSIONING SPARES
50. y inspected and passed by OIL as per Inspection Clause detailed elsewhere in the NIT To keep the unit fully operational in case of failure of any item during the warranty period it shall be the suppliers responsibility to arrange replacement repairing at site at their cost including customs freight etc within a period of maximum 3 three weeks from the date of notification of such failure and warranty for such items shall be extended accordingly DEVIATIONS FROM THE SPECIFICATIONS The bidder shall enclose comprehensive list of intended deviations from the technical specifications of any clearly highlighting the reasons thereof along with the bid If no deviations from the Technical specifications are intended the same shall be confirmed in the offer But OIL reserves the right for acceptance or rejection of the deviation BID SUBMISSION amp DOCUMENTATIONS A Bidder s response to all NIT stipulations should clearly be defined maintaining the same sequence as in the NIT Bidder shall furnish specific details specifications of all major components systems with Make amp Model etc Submission of technical leaflet catalogue alone is not sufficient General Response like As per NIT Specifications Technical Leaflet Noted etc or in any similar fashion is not encouraged Quoting only the NIT stipulation Page 14 of 22 without any confirmation of acceptance of the same and or without any confirmation of offering the

Download Pdf Manuals

image

Related Search

Related Contents

Porter-Cable PCFP12234 Installation Guide  SID 8-A18  ATC4REAL PRO  Português  LIMITED WARRANTY FOR INVERTER k3  Whirlpool AWE 6760  installation & operation manual gas infrared charbroiler models  isoLynx™ ReDAQ Shape SLX300 User Manual  LATEX, un peu, beaucoup  Bona Edge  

Copyright © All rights reserved.
Failed to retrieve file