+ All Categories
Home > Documents > IMPORTANT NOTE - Oil India Limited :: A Navratna...

IMPORTANT NOTE - Oil India Limited :: A Navratna...

Date post: 17-Mar-2018
Category:
Upload: doantruc
View: 215 times
Download: 1 times
Share this document with a friend
25
IMPORTANT NOTE BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL HAVE TO PURCHASE THE TENDER DOCUMENTS FROM ANY OF OIL’S DESIGNATED OFFICES GIVEN BELOW. BID DOCUMENTS (NON- TRANSFERABLE) CAN BE PURCHASED TILL ONE DAY PRIOR TO THE RESPECTIVE BID CLOSING DATE ON PAYMENT OF TENDER FEE (NON- REFUNDABLE) OF US$ 100.00 OR RS. 4,500.00 (EXCEPTING PSUS AND SSI UNITS) FROM : _____________________________________________________________________ (A) HEAD - MATERIALS, OIL INDIA LIMITED, P.O. DULIAJAN, ASSAM - 786602, (B) HEAD - KOLKATA BRANCH, OIL INDIA LIMITED, 4-INDIA EXCHANGE PLACE, KOLKATA - 700001, (C) SENIOR ADVISER(CONTRACT & PURCHASE), OIL INDIA LIMITED, 5, SIKANDARA ROAD, NEW DELHI – 110001 ___________________________________________________________________________ PROOF OF PURCHASE OF TENDER DOCUMENTS MUST BE SUBMITTED ALONG WITH THE OFFER, FAILING WHICH OFFERS WILL BE TREATED AS UNSOLICITED.
Transcript

IMPORTANT NOTE

BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL HAVE TO PURCHASE THE TENDER DOCUMENTS FROM ANY OF OIL’S DESIGNATED OFFICES GIVEN BELOW. BID DOCUMENTS (NON- TRANSFERABLE) CAN BE PURCHASED TILL ONE DAY PRIOR TO THE RESPECTIVE BID CLOSING DATE ON PAYMENT OF TENDER FEE (NON-REFUNDABLE) OF US$ 100.00 OR RS. 4,500.00 (EXCEPTING PSUS AND SSI UNITS) FROM : _____________________________________________________________________

(A) HEAD - MATERIALS, OIL INDIA LIMITED, P.O. DULIAJAN, ASSAM - 786602, (B) HEAD - KOLKATA BRANCH, OIL INDIA LIMITED, 4-INDIA EXCHANGE PLACE, KOLKATA - 700001, (C) SENIOR ADVISER(CONTRACT & PURCHASE), OIL INDIA LIMITED, 5, SIKANDARA ROAD, NEW DELHI – 110001

___________________________________________________________________________ PROOF OF PURCHASE OF TENDER DOCUMENTS MUST BE SUBMITTED ALONG WITH THE OFFER, FAILING WHICH OFFERS WILL BE TREATED AS UNSOLICITED.

Page : 1/2 Oil India Limited

(A Govt. of India Enterprise) P.O. Duliajan – 786602, Assam

Fax No. 91-374-2800533, E-mail : [email protected]

Tender No. & Date : DFD0619P06/P6 11.03.2006 Tender Fee : INR 4,500.00 OR USD 100.00 Bid Security Amount : INR 100,000.00 OR USD 2500.00 (or equivalent amount in any currency) Bidding Type : Two Bid Bid Closing on : 24-05-2006 at 13:00 hrs. (IST) Bid Opening on : 24-05-2006 at 13:00 hrs. (IST) Performance Guarantee : Applicable OIL INDIA LIMITED invites Global Tenders for items detailed below : Item No. / Mat. Code

Material Description Quantity UOM

10 OC000242

SUPPLY & COMMISIONING OF 270 KVA GAS ENGINE DRIVEN SKID MOUNTED GENERATING SET. DETAILS TECHNICAL SPECIFICATIONS ARE ENCLOSED VIDE ANNEXURE – I.

1 No.

Special Notes :1. Bids are invited under Single Stage Two Bid System. Bidder shall quote

accordingly under Single Stage Two Bid System. The "TECHNICAL" &"COMMERCIAL" bids shall be prepared in triplicate and the same should be kept in two separate envelopes superscribing the Enquiry No., Brief Material Description and Bid Closing Date and clearly writting on the cover of the two envelopes as "TECHNICAL" & "COMMERCIAL". Both the envelopes then be kept in one envelope duly sealed, superscribing the Enquiry No., Brief Material Description and Bid Closing Date on the cover. The Technical bid should contain all the Techno-Commercial details of the offer including the Commercial terms and conditions excepting the prices which should be kept in blank. The Commercial bid should contain the Price Schedule including all the Commercial terms and conditions of the offer. Any offer not complying with the above will be rejected straightway.

2. Payment : Payment shall be released as follows:

i) 80 % of the order value shall be paid against despatch/shipment of the goods.

ii) Balance 20 % of the order value along with the commissioning charges shall be paid after successful commissioning and acceptance of the Gen.Set by OIL.

iii) OIL may also consider 100 % payment against shipment/despatch document provided bidders agree to pay the interest for 20 % of order value and also submit Bank Guarantee equivalent to 20 % of the order value in addition to the Performance Security of 10 %.

Any offer not complying with the above shall be loaded at one percent above the prevailing Bank rate (CC rate) of State Bank of India for evaluation purpose.

3. Bid Rejection Criteria (BRC) and Bid Evaluation Criteria (BEC) applicable to this tender is enclosed vide Annexure II.

4. Technical Check- list and Commercial Check- list vide Annexure III & IV respectively must be filled-up and submitted along with the Technical Bid.

5. Oil India Purchase Order No. must be engraved on the body of the item. Bidder must confirm the same categorically while quoting.

6. Bidders shall categorically confirm in their quotation that the equipment to be supplied are not going to be obsolete for next 10 years and provision for supplying spares of the equipment will be continued.

7. Clause No. 9.8.2 (under Exemption of Bid Security) of Section A of the General Terms & Conditions for Global Tender (Refer Document No.MM/GLOBAL/01/2005) stands deleted.

ANNEXURE I

TO TENDER NO. DFD0619P06/P6 DETAILED TECHNICAL SPECIFICATIONS, SPECIAL NOTES AND OTHER TERMS AND CONDITIONS FOR 270 KVA GAS ENGINE DRIVEN SKID MOUNTED GENERATING SET

1.0 SCOPE OF SUPPLY The scope of supply by the bidder shall be one number 270 KVA, 415 Volts, 3 Phase, 50 Hz Industrial type, Natural Gas Engine driven Generating sets. The Gen set is the primary source of Power for the application. The rating applies to supplying continuous power at variable load for unlimited hours. A 10% overload is allowed for up to 1 hour in every 12 hours. 2.0 TECHNICAL SPECIFICATIONS : ALTERNATOR : 1. Rated output : 270KVA 2. Rated Voltage : 415 V 3. Phase : 3 (4 Wire) 4. Type : Brushless 5. Frequency rated/cycle : 50 Hz 6. Rated p.f. : 0.8 ( Lagging) 7. No of Pole : 4 8. Class of Insulation : Class H 9. R.P.M. : 1500 10. Phase sequence : UVW 11. Conform to : IS :4722-92 VDE 0530 and BS 5000 12. Rating : Continuous 13. Connection : Y (Star) 14. Ambient Temperature : 40 degree centigrade 15. Alternators Internal Protection : IP23 ( Enclosure) 16. Alternators terminal box : IP54 Protection 17. Amplitude of vibration at no Load : 100 micron

--2-- 18. Excitation System : Brushless, self excited and self regulated 19. Mounting : Foot mounted 20. Permissible voltage variation : -+2% at rated KVA,speed and PF 21. Permissible Frequency variation : -+2% at rated KVA, Speed and PF 22. The brushless alternator should be double bearing type and composed of 3 phase AC exciter with rotating diodes and automatic static voltage regulator with Voltage adjuster potentio-meter, main field windings and stator windings. 23. The alternator should be suitable for 3 phase, 4 wire system i.e. neutral point has been brought to the terminal box. 24. The alternator should be capable of sustaining a 10% over- load for one hour in any 12 hours peration. 25. Motor starting capability of the alternator should be of two to three times of the rated current of the alternator for not less than 20 seconds. 26. When the speed of the engine is 1.2 times for two minutes, alternator should be Capable to withstand without any damage. 27. The surge suppressor should withstand a high voltage of 1600 volt 28. The alternator should be capable of operation over a range of 110% of rated Voltage. 29. The alternator is to be mounted on anti-vibration pad. 30. Alternators cable terminals should be connected in cable terminal box which comprises 4 nos of 600 amp rated tinned copper bus bar of 200 mm length mounted on sheet molding compound (SMC) supports. 31 Size of cable terminal box should be suitable for terminating 2 nos of 3.5 core 120 Sq.mm, PVC sheathed and PVC insulated armoured aluminium cable. Two nos of cable gland suitable for terminating 3.5 core 120 sq.mm PVC sheathed and PVC insulated armoured aluminium cable should be fitted in the terminal box. 32 The alternator should be provided with two grounding terminals with threaded bolts for connection to grounding grid. 33. The alternator should be provided with two numbers of eye hooks for lifting the alternator 34. Automatic voltage regulator should be mounted in the control panel 35. The following information should be provided : a) Unbalanced current carrying capacity b) Efficiency of alternator at 25%,50%, 75%, 100% load. c) Generator Reactance i) Transient reactance - % ii) Subtransient reactance - %

--3—

iii) Synchronous reactance - % d) Motor starting capability of the alternator. 3.0 CONTROL PANEL The control panel should be fabricated with sheet steel, dust and vermin proof, self supporting, indoor installation and industrial type conforming to IP-54. It should be made of 14 S.W.G. CRCA sheet steel to be fabricated from suitably sized rigid M.S angle iron/M.S Channel frame work to have sufficient strength. Panel door should be in double leaf with heavy duty hinges and lockable. A neoprene gasket should be provided around the periphery of panel door to make it dust and vermin proof. Panel should be suitable for floor mounting with necessary vibration dampers. An earth bar of 50mmX 6 mm of G.I strap should be provided on the backside of the control panel with 4 nos. of 3/8# GI nut and bolt fitted in the strip for earth connection. Danger plates should be provided on front and rear side of control panels. Detachable gland plate should be provided for glanding and outgoing cables. 3.01 Panels Painting Panels should be thoroughly cleaned before applying two coats of rust preventive paints. This shall be followed by three coats of paint light grey shade NO.631 AS PER is : 5, thickness # 50 Microns. 3.02 Panels Design : Panels shall be designed with the following points/ specification. a) For independent operation of the alternator b) All control wiring should be done with single core 2.5 sq.mm flexible copper PVC insulated and PVC sheathed wires. c) All control wires should be brought to a terminal strip and from there taken to different places. d) All wires should be numbered for ease of identification. e) Suitable size of cable gland should be provided at cable entry points of the panels. f) The indicating meters should be mounted on the front side of the panels and shall be of flush type. g) There should be sufficient space inside the panel for maintenance. h) The layout of the component should be systematic and arranged in such away that the components can be easily approached for maintenance. 3.03 Specifications of control panel for 270 KVA Generator Control panel comprises : 1. 630 Amp,415 V, Fuse switch unit with 400Amp HRC fuses and rupturing capacity of 50 KA, Type- CMM, Make: GEPC #1 No. 2. 630 A,415 V, moulded case circuit breaker, four poles, breaking capacity # 45 KA, with adjustable overload from 0.4 to 1 In, adjustable short circuit from 1.5 to 10 In with time delay 0-30 seconds, instantaneous setting 1.5 to 11 In and with 230 volt shunt trip release. Door inter lock should be provided for MCCB to ensure that door can be opened only when MCCB is in OFF position. MCCB should be provided with a 4 pole earth leakage device with plug in base and with setting range 30 milli ampere to 30 Amp and with adjustable time delay. MCCB should trip in case of earth leakage, Make : Merlin Gerin / MDS legrand- 1 No

--4-- 3. M.I. A.C Voltmeter, Range ( 0-500V), Size : 96 mm x 96mm- 1 No. Make : Automatic Electric Industries Ltd. 4. Voltmeter selector switch with 4 position. (OFF, RY, YB, -BR) # 1No, Make : Kaycee. 5. Digital type, frequency meter , range ( 45 # 55) Hz, 230 V, Size : 96mm x 96 mm, - 1 No. Make : Automatic Electric. 6. Power factor meter # 1 No, Range # 0.5 lag # 1.0 #0.5 lead, Size : 96 mm x 96 mm - 1 No, Make : Automatic Electric Industries Ltd. 7. Kilowatt- hour meter , 3 phase, 4 wire system, unbalanced load, CT operated # 1 No , Make : GEPC/BHEL. 8. 3 phase, kilowatt meter, Range ( 0- 250 kw ) , 3 phase,4 wire system, unbalanced load, CT operated # 1 No. Size : 96 mm x 96 mm #1 No, Make : Automatic Electric Industries Ltd 9. M.I. AC ammeter, CT operated, Range ( 0 # 600) A, size : 96mm x 96 mm- 1 No, Make : A.E. LTD. 10. Ammeter selector switch with 4 position ( OFF-R-Y-B) Make : Kaycee- 1 No 11. Resin cast Current Transformer, 600/5, 15 VA, class-1 for, kilowatt-hour meter and kilowatt meter # 3 Nos, Make : Kappa/AE Ltd. 12. Current Transformer, resin cast C.T. Ratio # 600/5, Burden 15 VA , Accuracy Class-1 for ammeter and power factor meter- 3Nos, Make : A.E.Ltd/Kappa. 13. Control fuses with base and carrier for protection of voltmeter, frequency meter, power factor meter, kilowatt meter and kilowatt-hour meter, Quantity/rating # as required, Make - CEC Alsthom. 14. Bush bar # A suitable length of 4 Nos electrolytic grade high conductivity aluminium busbar of 600 Amp rating, material - E 91 E-W.P as per IS-5082- 1969 for incoming and outgoing feeders. Busbar support should be of non-hygroscopic materials and should have superior electrical resistance and fire resistance properties. Busbar should be capable of withstand short circuit fault level of 50 KA. Busbar support should be made of solid moulded compound (SMC) and busbar temp. should not exceed 85 degree centigrade. Bus bar should be insulated with heat shrinkable PVC sleeves, Make : Kappa/A.E.Ltd. 15. LED indication of incoming power # 3 Nos. 16. Hour meter , 230 V # 1 No, Make: General Industrial Controls, Pune, Size : 55 mm x 55 mm. 17. 3 phase sequence and voltage monitoring relay used for # a) Incorrect phase rotation. b) Over voltage - 110% c) Under voltage # 85% d) Phase voltage imbalance more than 20% - ( 1 to 10 sec)- Time setting with 4 fault indication, for 425 v, 50 Hz, Type-RM3-TR1. Make:Telemacanique-1No 18. Static Reverse power relay # 1 No

--5—

Type # RW1-12 Rated voltage # 3 phase, 415 V AC, 50 Hz. Rated Current # 5 A Power setting - + 10%, with indication Make : AVK- SEG& Controls( India) Ltd ( Indo German Joint Venture) 19. Current Transformer, resin cast type, C-T ratio # 600/5, Burden 15V Accuracy Class-5 for reverse power relay # 3 Nos. Make : Kappa/A.E.Ltd. 20. Control fuses with base and carrier for protection of (a) verse power relay (b) phase sequence and voltage monitoring relay quantity/rating- as required ,Make :GEPC . 21. Space heater # 1 No. 80 watt, 240 VAC, Make : Sophia/ Zodiac/ I.A.C KOLKATA- Suitable Thermostat for space heater # 1 No,240 VAC, Make : Vikasy/Temptrol/ Expo - 2 Amp MCB for space heater , 240 VAC- 1No, Make : MDS/Havells - 2 Sets of fuse carrier & base , Fuse N 52 FOR protection of space heater, Make: GEPC - 5A, space heater switch 240 V , AC #1 No, Make # Kaycee. 22. 10 Amp, 24V DC control relay- 2 Nos + 2Nos- 4 Nos Make : Telemecanique for HWT,LLOP,O/S,RPR,E/F & OVR 23. indication for the following should be provided : a) Set running b) Load on set c) Trip on fault 24. For tripping of the alternator and engine on fault, hotter/ Alarm shall be provided with proper indication system. 25. Engine should be stopped with the help of heavy duty 24 V DC fuel solenoid, on following fault with indication circuit. a) Engine over speed at 1650 RPM b) Low lub oil pressure. c) High water temp. d) Generator fault protection. 26. MCCB should be tripped on the following fault with indication ckt. : a) Reverse power b) Earyh fault c) Over load d) Short circuit e) Over voltage f) Under voltage g) Incorrect phase sequence 27. Electronic Timer, 240 V for LLOP , Make : L&T- 1 NO 28. Digital RPM meter # 1 No. Make : Any reputed make 29. The panel should have push buttons for # 1) Engine stop 2) Accept

--6-- 3) Reset 4) Lamp test 30. The control panel should be equipped with an automatic trickle/float and boost/quick battery charging system with following specification and component. a) Input power : 240 AC b) Output voltage : 24 V DC c) Rated current : 6Amp d) Selector switch for selecting trickle or quick charge e) Dc ammeter # 1 No Range # 0-6 Amp f) Rotary switch for adjusting quick charge Current # 1 No. Make: Kaycee or any reputed make. g) Rotary switch for adjusting trickle charge current # 1 No. Make : Kaycee or any reputed make. h) DC voltmeter # 1 No, Range : 0-24 v DC. Make : AE or any reputed make i) Indication Lamp # for following indication 1) Battery charge #ON# 2) DC circuit #ON# 3) Mains #ON#. 31. 2 NOS Eye Hooks for lifting of panel 32. 2 Nos of separate earthing points should be provided on the panel 33. Cable gland suitable for 2 Nos of 31/2 core x 120 sq. mm PVC insulated armoured aluminium cable fitted in bottom detachable gland plate. Quantity : 4 nos 34. Automatic voltage regulator suitable for offered alternator. N O T E S 1. A) Alternator of following Indian make only will be acceptable i) Kirloskar ii) NGEF iii) Crompton Greaves iv) AVK- SEGC v) Stamford B) In addition, follwing foreign make alternators amongst others will also be acceptable. i) Kato ii) Caterpillar 2. The bidder should provide following information regarding alternator along with the offer failing which offer may be liable for rejection. i) Frame Size ii) Dimensional drawing iii) Technical datasheet iv) Catalogue 3. The bidder should provide following information regarding alternator control panel along with the offer failing which offer may be liable for rejection. i) Dimensional drawing ii) General arrangement drawing iii) Power and control circuit drawing iv) Component details of control panel.

--7-- 4. Any items/points not included in the specification but necessary for efficient control and operation of the alternator shall be stated as optional. However cost of these spares will not be considered for bid evaluation. 5. Offered alternator should be of proven design/model 6. Spare parts list with price should be provided along with the quotation. However cost of these spares will not be considered for bid evaluation. 7. Bidder should get the drawing of control panel approved from OIL on placement of order but before manufacturing control panel. 8. Alternator and control panel are to be guaranteed for a period of 12 months from the date of commissioning or 18 months from the date of shipment/dispatch whichever is earlier against any manufacturing defect. 9. Guarantee certificate should be submitted at the time of delivery of alternator. 10. Alternator and control panel will be inspected at the premises of the manufacturer before dispatch. All routine tests including load tests as per relevant IS should be carried out in presence of OIL’s representative. 11. Test certificate of alternator should be furnished at the time of delivery of alternator 12. Packing should be adequate to avoid ingress of moisture and transit damage. 13. Ten sets of control circuit diagram of control panel and commissioning cum maintenance manual for alternator should be provided along with the material. 14. Person engaged for installation, testing and commissioning of alternator and control panel should have valid electrical licence. 15. A person who is authorized for supervision of al electrical works should have valid supervisory licence. 4.0 GAS ENGINE : The gas engine should be a four stroke, multi cylinder , turbocharged/Natural aspirayed , heat exchanger/ radiator cooled engine rated for continuous power and capable of developing at least 313 Brake Horse power at 1500 rpm with a maximum compression ratio of 10:1. The engine should comprise of the following sub systems. 4.1.a Cooling System The cooling system of water cooled engine should comprise of an engine mounted water pump, an industrial type heavy duty radiator/ heat exchanger suitable for operation in ambient temperature and a blower fan. b) Air Intake System The air intake system should comprise of a heavy duty air cleaner with a vacuum indicator and air intake manifold.

--8-- c) Starting System : The engine should have an electric starting system comprising of a heavy duty battery pack of reputed make having a minimum capacity 180 ampere hours with a alternator mounted on the engine for a battery charging and a 24 Volt starter ( preferably of LUCAS TVS/DELCO REMY make) d) Ignition System : The ignition system should be a non shielded ignition comprising Altronic III/V Engine driven ignition timer, Ignition Coil, High Tension and Low Tension Wiring Harness, Transformer and Spark Plugs ( Preferably STITT/ CHAMPION make) e) Exhaust System : The exhaust system should comprise of water cooled exhaust manifold, stainless steel exhaust flexible connection, residential type exhaust silencer, spark arrestor and piping connections f) Fuel System : The fuel system should comprise of hydraulic ( Preferably WOODWARD make)/Electronic governor, carburetor ( preferably IMPCO make ), main line and secondary line pressure regulator ( Preferably VANAZ/FISHER make ) , gas filter and related linkages. The first stage regulator is to have an inlet pressure rating of 20 psig and outlet pressure rating of 7 psig and outlet pressure rating 5## of water column. g) Lubricating System : The lubricating system should comprise of gear driven lubricating oil pump, lubricating oil filter with a replaceable paper element, lubricating oil cooler, lubricating oil pan and crankcase breather. h) Instrument Panel : The instrument panel should include the following : a) Lubricating Oil pressure gauge b) Lubricating oil temperature gauge c) Water temperature gauge d) Starting Switch e) Ignition Switch f) Mechanical/Digital tachometer and hour meter g) Circuit Breaker h) Ampere meter i) Engine Safety Controls : Engine mounted safety shut off/trip system for tripping the engine in the event of a) Low lubricating oil Pressure b) High cooling water temperature c) Engine over speed j) Other Features : a) flexible coupling

--9-- b) AVM Pad. c) flywheel with housing d) lifting eyes e) coupling guard f) guards over belt drives ( blower fan, water pump drive pulley, timing pulley) g) standard painting h) suitable hand throttle control i) mechanical hour meter j) SAE standard rotation. k) Gas shut off valve for engine fuel gas line should close automatically when the engine is stopped. N.B: Provision of guards over belt drives and couplings has become mandatory as per recommendation of OISD ( Oil Industry Safety Director) & DGMS ( Director General of Mines & Safety ) 5.0 General Notes a) The engine shall conform to ISO : 3046 specifications and shall be rated for continuous power with an over load power rating of 110% of the continuous power corresponding to engine application for a period of 1 hr within a period of 12 hrs operation. b) The engine governing should be in accordance with Class A Governing specified in BS : 3109 1985 ( or latest) c) The bidder should submit the following information along with relevant performance rating Curves and engine product catalogue. i) Gross HP developed at rated RPM ii) Deduction for fan and other ancillary equipment. iii) Net HP developed at rated RPM iv) Specific fuel consumption at rated power as well as at 110%, 75%, 50% and 25% of rated load d) A suitable selected flexible coupling should be incorporated to transfer power from the engine to the alternator. A guard should be provided to cover the same to meet OISD norms e) The generating set should be suitable for operation at the following site condition : Maximum Temperature : 48ºC Minimum Temperature : 05 º C Maximum Humidity at 21ºC : 100% At 35ºC : 95% At 41ºC : 70% f) COMPOSITION OF FUEL GAS The engine should be capable of developing required BHP as detailed in para 4.0 above with fuel composition given below- CONSTITUTION % VOLUME Methane 89.442 Ethane 4.267 Propane 2.083 Butane Pantane 6-3 Nitrogen 94.5 Carbondioxide 0.434 Iso-Butane 0.641 N-Butane 0.892 Iso-Pentane 0.353 N-Pentane 0.271

--10—

Hexane 0.672 Gravity 0.6550 Gross Calorific Value 1300-1100BTU/CFT Net Calorific Value 1200- 1045 BTU/CFT h) SKID The skid should be of oilfield type and fabricated from sufficiently strong steel section for carrying the generating set from one place to another from time to time. The engine and alternator should be unitized and mounted on the skid before dispatch. 6.0 Spare Parts Spares for two years normal operation of the generating set should be included in the offer. Item wise price of spares should also be provided but prices of which will not be considered for bid evaluation. 7.0 Parts List, Instruction Manual & Drawing a) The supplier should provide two sets of parts list, operators instruction manual and workshop maintenance manual both hard copy and in digital form along with the gen set. b) One set of drawing showing installation details of the generating set, oilfield type skid, wiring diagram for the control panel ( inclusive of float charger ) and wiring drawing between the alternator and control panel should be provided with each generating set. All control panel diagram and schematic diagram are to be sent to us before supply of order materials. c) The supplier should provide a list of recommended spares parts for two years normal operation prices of which will not be considered for bid evaluation. d) The bidders should provide installation diagram of the set, performance and SCAN data sheet along with the quotation. e) The supplier should provide along with the set i) Dynamic load ii) Static load iii) Any unbalanced load 8.0 Inspection and Tests a) The plant and materials may be subjected for inspection during manufacture at the purchaser’s discretion but such inspection shall not relieve the supplier of his responsibility to ensure that the equipment supplied is free from all manufacturing and other defects and conform to correct specifications. Supplier will be notified in advance, if it is intended to inspect plant or material. b) Pre dispatch inspection of the sets shall be carried out by us at the works of manufacture. Full load testing of the generator sets for output and performance shall be carried out in presence of the purchaser or his representative appointed for the purpose and to his satisfaction. If natural gas to run the engine for full load testing is not available at manufacturer’s works, the generating set must be tested at purchaser’s premises during commissioning of the set. You shall depute your personnel for the same. The purchaser, in such case, will provide fuel gas and arrangement for loading the generator. All other appliances, apparatus, labour etc. necessary for the tests shall have to be provided by the supplier at their cost. Pre-dispatch Inspection charges, if any, shall be quoted separately which shall be considered for evaluation of the offers. However, all to and fro fares, boarding/lodging and other daily expenses of OIL’s engineer(s) shall be borne by OIL. c) The generating set shall be acceptable to the purchaser only after satisfactory full load test.

--11—

d) Installation & Commissioning of the Gen set shall be carried out by your competent Engineer(s) at our site at Duliajan, Assam (India). Installation/ Commissioning charges should be quoted separately which shall be considered for evaluation of the offers. These charges should include amongst others to and fro fares, boarding/lodging and other expenses of the Commissioning Engineers during their stay at Duliajan, Assam(India). All Personal, Income and Service Tax etc. towards the services provided by the supplier shall be borne by the supplier and will be deducted at source. Bidder should also confirm about installation/commissioning in the Technical Bid. 9.0 Test Certificates The supplier shall submit detailed records and certificates of the foregoing tests to the purchaser. The certificates/records shall be supplied in quadruplicate and those for electrical equipment shall be endorsed suitable for use in the climatic conditions specified . Supplier should also certify that spark plug cables are protected and possibility of spark is completely eliminated. 10. Packing The packing sha ll be sufficiently robust to withstand rough handling. Boxes/packing cases containing electrical equipment shall be water proof lined. All the matters on the control panel should be packed separately for mounting at site or mounted in such a manner to prevent transit damage. 11.After sales Service

The bidder must have after sales services in Eastern part of India with established service center or the bidder must agree to establish service center in India if order is placed on the bidder . The nature of after sales service, which can be provided by the supplier, during initial erection and commissioning as also subsequent operation should be clearly stated in the quotation. Confirmation in this regard must be submitted along with the offer. 12.0 WARRANTY The warranty period for the Gen set and ancillary equipment should be a minimum of 18 months from the date of dispatch/ shipment or 12 months from the date of commissioning of the equipment whichever is earlier. Any defects in the Engine or Alternator during warranty period shall be replaced by the supplier at his cost without any extra charge to OIL DATA SHEET FOR ENGINE MAKE MODEL NUMBER OF CULINDER ASPIRATION COMPRESSION RATIO SIZE ( BORE & STROKE) DISPLACEMENT DUTY GROSS HP AT 1500 RPM DEDUCTION FOR FAN, ALD & TEMP. NETT HP AVAILABLE AT 1500 RPM SPECIFIC FUEL CONSUMPTION

--12—

# 100% LOAD # 75% LOAD # 50% LOAD LUB OIL CONSUMPTION( LT/HR) ENGINE SUMP CAPACITY ENGINE RADIATOR/ HEAT EXCHANGER CAPACITY( LTS) MAKE & TYPE OF GOVERNOR LENGTHX WIDTH X HEIGHT DATA SHEET FOR ALTERNATOR MAKE RATED OUTPUT RATED VOLTAGE PHASE TYPE FREQUENCY RATED/CYCLE RATED POWER FACTOR NO.OF POLES CLASS OF INSULATION RPM PHASE SEQUENCE CONFORM TO IS RATING CONNECTION AMBIENT TEMP ALTERNATOR INTERNAL PROTECTION ( ENCLOSURE) AMPLITUDE OF VIBRATION AT NO LOAD EXCITATION SYSTEM MOUNTING PERMISIBLE VOLTAGE VARIATION PERMISIBLE FREQUENCY VARIATION FRAME SIZE MOTOR STARTING ABILITY UNBALANCED CURRENT CARRYING CAPACITY SHORT CIRCUIT CURRENT WITHSTAND CAPACITY OVER LOAD CAPABILITY RANGE OF OVERVOLTAGE AUTOMATIC VOLTAGE REGULATION FROM NO LOAD AND POWER FACTOR SHORT CIRCUIT CAPABILITY HARMONIC DISTORTION FACTOR ALTERNATORS VIBRATION PAD REQUIRED TERMINAL BOX SPECIFICATION NO. OF EARTH STUDS NO. OF LIFTING HOOKS AVR WILL BE MOUNTED IN CONTROL PANEL EFFIENCY OF THE ALTERNATOR POWER FACTOR OF THE ALTERNATOR MOTOR STARTING CAPABILITY

--13— DATA SHEET OF PANEL AND INSTRUMENTS 1 MAIN SWITCH a) Make b) Rating

c) Cat No/ Type 2 MCCB a) Make b) Rating c) Cat No/Type 3 Earth Leakage Relay a) Make b) Range c) Cat No/Type 4 Voltage Monitoring Relay a) Make b) Range c) Cat No/Type 5 Neutral Isolating Switch a) Make b) Rating c) Cat No/Type 6 Change Load Relay a) Make b) Rating c) Cat No/Type 7 Over Load Relay a) Make b) Range c) Cat No/ Type 8 All the components including CT, indicating meters,fuses etc shall be as per NIT YES/ NO

-------------------------xxx-----------------------------------

ANNEXURE-II TO TENDER N0. DFD0619P06

BID REJECTION CRITERIA (BRC) / BID EVALUATION CRITERIA (BEC) (I) BID REJECTION CRITERIA (BRC) The bids must conform to the specifications and terms and conditions given in the enquiry. Bids shall be rejected in case the item(s) offered do not conform to the required minimum/maximum parameters stipulated in the technical specifications and to the respective international / national standards wherever stipulated. Notwithstanding the general conformity of the bids to the stipulated specifications and terms and conditions, the following requirements shall have to be particularly met by the bidders, without which the offer will be considered as non-responsive and rejected : (A) TECHNICAL : 1.0 Bidder should have the experience of successfully completing 3 ( Three) orders in last 10 (Ten) years before the bid closing date of this enquiry against supply, installation, commissioning and testing of Gas Engine driven Generating sets of capacity 200 KVA or above along with the Control Panels and accessories in PSU,Central Govt. or any other reputed Company . Documentary evidence in this regard must be provided along with the quotation failing which offer will be rejected. 2.0 Bidder should be an OEM or authorized dealer of OEM either of engine or alternator. 3.0 Bidder must be Genset manufacturer or dealer of Gen Set manufacturer. If the bidder is Gen Set manufacturer or authorized dealer of Gen Set manufacturer, he must purchase the Engine or Alternator from OEM or authorized dealer of OEM 4.0 If the bidder is an OEM of engine or their authorized dealer then he must purchase the Alternator from OEM of Alternator or their authorized dealer and vice versa and necessary documentary certificates from the OEM must be submitted along with the offer. 5.0 If the bidder is an assembler of Generating Sets ,he must purchase the Engine and the Alternator from OEM or their authorized dealers . Documentary evidence in this regard must be enclosed with the offer failing which offer will be rejected. (B) COMMERCIAL : 1.0 Bids are invited under Single Stage Two Bid System. Bidders shall quote accordingly under

Single Stage Two Bid System. The “TECHNICAL” and “COMMERCIAL” bids shall be prepared separately in triplicate and the same should be kept in two separate envelopes superscribing the Enquiry No., Brief Material Description & Bid Closing Date and clearly writing on the cover of the two envelopes as “TECHNICAL” and “COMMERCIAL”. Both the envelopes should then be kept in one envelope, duly sealed, superscribing the Enquiry No., Brief Material Description and Bid Closing Date on the cover. The Technical Bid should contain all the techno-commercial details of the offer including the commercial terms and conditions excepting the prices which should be kept blank. The Commercial Bid should contain the Price

Schedule as per Para 12.0 below including all the commercial terms and conditions of the offer. Any offer not complying with the above will be rejected straightway.

--2-- 2.0 Bid security of US $ 2,500 or Rs. 1,00,000 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 vide MM/Global/01/2005 enclosed. The Bid Security shall be valid for 240 days from the date of bid opening.

3.0 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. 4.0 Bidders must confirm that Goods, materials or plant(s) to be supplied shall be new of recent make

and of the best quality and workmanship and shall be guaranteed for a period of eighteen months from the date of shipment/dispatch or twelve months from the date of commissioning whichever is earlier against any defects arising from faulty materials, workmanship or design. Defective goods/materials or parts notified by OIL shall be replaced immediately by the supplier at the supplier’s expenses. The relevant Warranty / Guarantee Certificate should be submitted at the time of delivery of the Alternator and Control Panel. Test Certificate of the Alternator should be submitted at the time of delivery.

5.0 Successful bidder will be required to furnish a Performance Bank Guarantee @10% of the order

value. The Performance Bank Guarantee mus t be valid for one year from the date of arrival of goods at site / successful commissioning of the equipment, where commissioning is involved or 18 months from the date of shipment whichever is earlier. Bidder must confirm the same in their Technical Bid. Offers not complying with this clause will be rejected.

6.0 Bids received after the bid closing date and time will be rejected. Similarly, modifications to bids

received after the bid closing date & time will not be considered. 7.0 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.

8.0 Original offer should be submitted in sealed envelope. No offers should be sent by Telex, Cable,

E-mail or Fax. Such offers will not be accepted. 9.0 Validity of the bid shall be minimum 180 days. Bids with lesser validity will be rejected. 10.0 Bids containing incorrect statement will be rejected. 11.0 Bids shall have no inter- lineation, erasures or overwriting except as necessary to correct the errors

made by the bidder, in which case, such corrections shall be initiated by the person signing the bid. Any bid not meeting this requirement shall be rejected.

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 Gen. Set (B) Cost of Commissioning spares, if any

--3—

(C) Grand Total Material Cost ( A + B ) above (D) Packing & FOB Charges (E) Total FOB value, ( C + D ) above (F) Ocean Freight upto Calcutta, India (G) Insurance Charges (H) Installation/ Commissioning Charges including Income/Service Tax (I) Inspection/ Testing charges if any (J) Total Value ( E + F + G + H + I ) (K) Total value in words : (L) Gross Weight : (M) Gross Volume :

(ii) Commercial Bid Format ( SUMMARY ) for Indigenous Bidders :

(A) Total Material Cost of Gen. Set (B) Cost of Commissioning spares, if any (C) Grand Total Material Cost ( A + B ) above (D) Packing and Forwarding Charges (E) Total Ex-works value, ( C + D ) above (F) Excise Duty, (Please indicate applicable rate of Duty) (G) Education Cess @ 2 % on ED (H) Sales Tax, (Please indicate applicable rate of Tax) (I) Total FOR Manufacturing station price, (E + F + G + H ) above (J) Road Transportation charges (K) Insurance Charges (L) Installation/ Commissioning Charges including Income/Service Tax (M) Inspection/ Testing charges if any (N) Total Value ( I + J + K + L + M ) (O) Total value in words : (P) Gross Weight : (Q) Gross Volume :

13.0 Installation/ Commissioning charges should be quoted separately whish shall be considered for

evaluation of the offers. These charges should include amongst others to and fro fares, boarding/lodging and other expenses of the Commissioning Engineers during their stay at Duliajan, Assam(India). All Personal, Income and Service Tax etc. towards the services provided by the supplier shall be borne by the supplier and will be deducted at source. Bidder should also confirm about installation/commissioning in the Technical Bid.

14.0 Inspection/Testing charges, if any, shall be quoted separately which shall be considered for

evaluation of the offers. The to and fro fares, boarding/lodging and other enroute expenses of OIL’s Inspection Engineers for carrying out inspection shall be borne by OIL.

--4--

Any offer not quoting the installation / commissioning and Inspection / Testing charges shall be loaded with the maximum charges for the same received against the tender for the evaluation purposes. Moreover if any bidder does not categorically confirm about the Service / Income Taxes etc. in their offer, then such offers shall be loaded with the applicable rate of Tax for evaluation purposes. However order on the party so evaluated will be placed considering these taxes as included and it will be binding on the party to accept the same without any reservation.

(II) 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 Criteria will be considered for further evaluation as per the Bid Evaluation Criteria given below :

(A) COMMERCIAL :

1.0 The evaluation of bids will be done as per the Commercial Bid Format (SUMMARY) detailed

vide para 12.0 of BRC. 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) Total Material Cost of Gen. Set (B) Cost of Commissioning spares, if any (C) Grand Total Material Cost, ( A + B ) above (D) Packing & FOB Charges (E) Total FOB Value, ( C + D ) above (F) Ocean Freight upto Calcutta, India (as quoted) (G) Insurance Charges @ 1% of Total FOB Value vide ( E ) above

--5—

(H) Banking Charges @ 0.5% of Total FOB Value vide ( E ) above in case of payment through Letter of Credit ( If confirmed L/C required, 1.5% of Total FOB Value will be loaded )

(I) CIF Calcutta Value (E + F +G + H ) above (J) Installation / Commissioning charges including Income & Service Tax (K) Inspection/Testing charges, if any (L) Total Value (I + J + K) above

NOTE : Banking charge in the country of the foreign bidder shall be borne by the bidder.

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) Total Material Cost of Gen. Set (B) Cost of Commissioning spares, if any (C) Grand Total Material Cost ( A + B ) above (D) Packing and Forwarding Charges (E) Total Ex-works value, (C + D ) above (F) Sales Tax as applicable on ( E) above (G) Total FOR Manufacturing station Value, (E + F ) above (H) Transportation charges to Duliajan (as quoted ) (I) Insurance charges @ 0.5% of Total FOR Mfg. Station Value G (J) Total FOR Destination value, ( G + H + I ) above (K) Installation/ Commissioning Charges including Income & Service Tax (L) Inspection/ Testing charges, if any (M) Total value, ( J + K + L ) above

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. However, for contracts for supply cum installation / erection / site assembly or turnkey projects where bidder’s responsibility includes inland transportation, the evaluation will be inclusive of inland transportation. 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

--6—

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.

5.4 Other terms and conditions as per MM/Global/01/2005 shall be applicable. However, if any

of the Clauses of the Bid Rejection Criteria / Bid Evaluation Criteria (BEC / BRC ) contradict the Clauses of the tender/ MM/Global/01/2005 elsewhere, those in the BEC / BRC shall prevail.

=================

ANNEXURE –III TO TENDER N0. DFD0619P06

TECHNICAL CHECK LIST

[THE FOLLOWING CHECK LIST MUST BE COMPLETED AND RETURNED WITH THE OFFER. PLEASE ENSURE THAT ALL THESE POINTS ARE COVERED IN YOUR OFFER. THESE WILL ENSURE THAT YOUR OFFER IS PROPERLY EVALUATED. PLEASE TICK MARK 'YES' OR 'NO' TO THE FOLLOWING QUESTIONS, IN THE RIGHT HAND COLUMN] 1. Whether quoted as OEM of Engine and whether

documentary evidences submitted ? YES/NO

2. Whether quoted as OEM of Alternator and whether documentary evidences submitted ?

YES/NO

3. Whether quoted as Authorised Dealer of OEM(Engine/Alternator) And whether documentary evidences submitted ?

YES/NO

4. Whether quoted as Assembler , OEM of Gen Set manufacturer or authorized dealer of OEM ( Gen Set Manufacturer) ?

YES/NO

5. Whether separately highlighted any deviation from the technical specification ?

YES/NO

6. Whether detail specifications of Alternator with manufacturer’s technical literature / catalogue enclosed ?

YES/NO

7. Whether Test Certificates of Alternator and Control Panel will be submitted ?

YES/NO

8. Whether two Sets of installation/commissioning, Maintenance Manual shall be submitted ?

YES/NO

9. Whether spare parts for 10 years shall be supplied ? YES/NO 10. Whether power and Wiring diagram of Alternator Control

Panel submitted ? YES/NO

11. Whether Bill of Materials of Control Panel submitted ? YES/NO 12. Whether confirmed that control panel drawing shall be

approved by OIL before manufacturing in the event of placement of order ?

YES/NO

13. Whether the offered engine is rated for continuous power ?

YES/NO

14. Whether Net HP of the offered Engine is at least 313 HP ? YES/NO 15. Whether compression ratio limited to 10:1 ? YES/NO 16. Whether offered Engine conforms to ISO 3046

specifications ? YES/NO

17. Whether quoted for supply, installation, commissioning & handing over of Gen set ?

YES/NO

Offer Ref ...........................................……Dated ................................................ OIL's Tender No. ...................................Signed …………......…....................... For & on behalf of ...........................Designation................................................

ANNEXURE –IV TO TENDER N0. DFD0618P06

COMMERCIAL CHECK LIST

[THE FOLLOWING CHECK LIST MUST BE COMPLETED AND RETURNED WITH THE OFFER. PLEASE ENSURE THAT ALL THESE POINTS ARE COVERED IN YOUR OFFER. THESE WILL ENSURE THAT YOUR OFFER IS PROPERLY EVALUATED. PLEASE TICK MARK 'YES' OR 'NO' TO THE FOLLOWING QUESTIONS, IN THE RIGHT HAND COLUMN.] 1. Whether Original Signed quotation submitted ? YES/NO 2. Whether 3(three) copies of quotations submitted ? YES/NO 3. Whether submitted bid under Two Bid System ? YES/NO 4. Whether ORIGINAL bid bond submitted? If YES, provide

details YES/NO

(a) Amount : (b) Name of issuing Bank : (c) Validity of Bid Bond : 5. Whether offered firm prices ? YES/NO 6. For Foreign Bidders only - Whether offered FOB port of

dispatch including sea worthy packing & forwarding? YES/NO

7. For Indian Bidders only - Whether offered Ex-works price including Packing/forwarding

YES/NO

8. Whether Price Bid submitted as per Price Schedule (refer Para 12.0 of BRC vide Annexure – II) ?

YES/NO

9. Whether quoted any deviation ? YES/NO 10 Whether deviation separately highlighted ? YES/NO 11 Whether indicated ocean freight up to C&F Kolkata port

(Excluding marine insurance ) ? YES/NO

12 Whether indicated firm delivery period ? YES/NO 13 Whether specified an offer validity of 6 months from the bid

closing date ? YES/NO

14 Whether indicated the country of origin for the items quoted? YES/NO 15 Whether technical literature / catalogue enclosed? YES/NO 16 Whether all the items of the tender quoted ? YES/NO 17 Whether Indian Agent applicable ? If Yes : YES/NO (a) Name & address of the agent in India (b) Amount of agency commission (c) Whether the agency commission included in material

value ? YES/NO

(d) If the agent is to receive annual retainer fee, the details about the quantum thereof.

YES/NO

18 Whether weight & volume of the items offered indicated ? YES/NO 19 Whether confirmed to submit PBG ? YES/NO 20 Whether confirmed acceptance of tender Payment Terms of

80% against shipment/dispatch documents and balance 20% after successful commissioning along with commissioning charges ?

YES/NO

21 Whether commissioning spares applicable, if Yes, whether quoted separately ?

YES/NO

22 Whether filled-up Data sheet enclosed ? YES/NO

23 Whether installation/commissioning charges separately quoted ?

YES/NO

24 Whether to & fro air fares, boarding/lodging of your personnel for installation/commissioning at Duliajan, Assam(India) included in the quoted installation/commissioning charges ?

YES/NO

25 Whether Service Tax, Income Tax etc. towards Services provided under installation/commissioning are included in the charges quoted ?

YES/NO

26 Whether agree for Pre-dispatch inspection ? YES/NO 27 Whether Pre-Dispatch inspection charges are involved ? YES/NO 28 Whether Pre-Dispatch inspection charges separately quoted ? YES/NO 29 Whether confirmed to provide after sales services in the event

of an order ? YES/NO

30 Whether spare parts would be available at least for ten years ?

YES/NO

31 For indigenous bidders - Whether import content indicated in the offer ?

YES/NO

32 For indigenous bidders – Whether all applicable Taxes/Duties including Service /Income Tax quoted ?

YES/NO

33 Whether Guarantee/Warranty for 1 year from commissioning or 18 months from shipment/dispatch quoted ?

YES/NO

34 For Indigenous bidders : Whether offered Deemed Export prices ?

YES/NO

35 Whether all BRC/BEC clauses accepted /complied ? YES/NO Offer Ref ...........................................……Dated ................................................ OIL's Tender No. ...................................signed …………......…....................... For & on behalf of ...........................Designation ...............................................


Recommended