+ All Categories
Home > Documents > Oil India Limited (A Govt. of India Enterprise) P.O ... · OIL INDIA LIMITED invites Global Tenders...

Oil India Limited (A Govt. of India Enterprise) P.O ... · OIL INDIA LIMITED invites Global Tenders...

Date post: 06-Jul-2020
Category:
Upload: others
View: 3 times
Download: 0 times
Share this document with a friend
28
Tender No. SDG7897P13/09 Page 1 of 28 Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan – 786602, Assam Telephone No. (91-374) 2800491 Fax No: (91-374) 2800533 Email: [email protected] ; [email protected] Tender No. : SDG7897P13/09 Tender Fee : INR 4,500.00 OR USD 100.00 Bid Security : Applicable Bidding Type : SINGLE STAGE TWO BID SYSTEM Bid Closing on : As mentioned in the Basic Data of the tender in OIL’s e-portal. Bid Opening on : As mentioned in the Basic Data of the tender in OIL’s e-portal. Performance Guarantee : Applicable OIL INDIA LIMITED invites Global Tenders for items detailed below: Item No. / Mat. Code Material Description QTY. UOM 10 OC000242 Supply, Installation, Testing and Commissioning of 125 KVA Natural Gas Engine driven Generating sets with Acoustic Enclosure as per the following Annexure: a) Detailed specification – Annexure - I. b) Bid Rejection Criteria (BRC) and Bid Evaluation Criteria – Annexure-II. c) Technical & Commercial Check list vide Annexure- III 9 Nos. Special Notes : 1.0 The tender will be governed by “General Terms & Conditions” for e-Procurement as per Booklet No. MM/GLOBAL/E-01/2005 for E-procurement (ICB Tenders) including Amendments & Addendum to “General Terms & Conditions” for e-Procurement. 2.0 Technical Check list and Commercial Check list are furnished vide Annexure – III. Please ensure that both the check lists are properly filled up and uploaded along with Technical bid. 3.0 The item qualifies for Nil duty / Deemed Export benefits. For Deemed Export benefits, please refer Addendum to the General terms and conditions for Global tender.
Transcript

Tender No. SDG7897P13/09 Page 1 of 28

Oil India Limited

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

Telephone No. (91-374) 2800491 Fax No: (91-374) 2800533

Email: [email protected] ; [email protected] Tender No. : SDG7897P13/09 Tender Fee : INR 4,500.00 OR USD 100.00 Bid Security : Applicable Bidding Type : SINGLE STAGE TWO BID SYSTEM

Bid Closing on : As mentioned in the Basic Data of the tender in OIL’s e-portal. Bid Opening on : As mentioned in the Basic Data of the tender in OIL’s e-portal.

Performance Guarantee : Applicable OIL INDIA LIMITED invites Global Tenders for items detailed below: Item No. / Mat. Code

Material Description QTY. UOM

10 OC000242

Supply, Installation, Testing and Commissioning of 125 KVA Natural Gas Engine driven Generating sets with Acoustic Enclosure as per the following Annexure: a) Detailed specification – Annexure - I. b) Bid Rejection Criteria (BRC) and Bid Evaluation Criteria – Annexure-II. c) Technical & Commercial Check list vide Annexure- III

9 Nos.

Special Notes :

1.0 The tender will be governed by “General Terms & Conditions” for e-Procurement as per Booklet No. MM/GLOBAL/E-01/2005 for E-procurement (ICB Tenders) including Amendments & Addendum to “General Terms & Conditions” for e-Procurement. 2.0 Technical Check list and Commercial Check list are furnished vide Annexure – III. Please ensure that both the check lists are properly filled up and uploaded along with Technical bid. 3.0 The item qualifies for Nil duty / Deemed Export benefits. For Deemed Export benefits, please refer Addendum to the General terms and conditions for Global tender.

Tender No. SDG7897P13/09 Page 2 of 28

4.0 Please note that all tender forms and supporting documents are to be submitted through OIL’s e-Procurement site only except following documents which are to be submitted manually in sealed envelope super scribed with tender no. and due date to The Head Materials, Materials Department, Oil India Limited, Duliajan- 786602, Assam on or before the Bid Closing Date and Time mentioned in the Tender.

a) Original Bid Security. b) Details Catalogue and any other document which have been specified to be submitted in

original.

5.0 In case of SINGLE STAGE-TWO BID SYSTEM, bidders shall prepare the “Techno-Commercial Unpriced Bid” and “Priced Bid” separately and shall upload through electronic form in the OIL’s e-Tender portal within the Bid Closing Date and Time stipulated in the e-Tender. The “Techno-Commercial Unpriced Bid” shall contain all techno-commercial details except the prices which shall be kept blank and to be uploaded in the c-Folder link (collaboration link) under “Techno-Commercial Bid” Tab. No price details should be uploaded in c-Folder link (collaboration link). Details of prices as per Bid format / Commercial bid to be uploaded as Attachment in the attachment link under “Techno-Commercial Bid”. A screen shot in this regard is given below. Any offer not complying with above submission procedure will be rejected as per Bid Rejection Criteria mentioned in the tender.

Go to this Tab for Uploading “Techno-commercial Unpriced Bid” as well as “Priced Bid” files.

Tender No. SDG7897P13/09 Page 3 of 28

On change Mode- The following screen will appear. Bidders are advised to Upload “Techno-Commercial Unpriced Bid” and “Priced Bid” in the places as indicated below:

Note : * The “Techno-Commercial Unpriced Bid” shall contain all techno-commercial details except the prices. ** The “Price bid” must contain the price schedule and the bidder’s commercial terms and conditions. 6.0 Bidders are requested to examine all instructions, forms, terms and specifications in the bid. Failure to furnish all information required as per the bid or submission of offers not substantially responsive to the bid in every respect will be at the bidders risk and may result in the rejection of its offer without seeking any clarifications. 7.0 The Integrity Pact is applicable against this tender. OIL shall be entering into an Integrity Pact with

the bidders as per format enclosed vide Annexure XII of the tender document. This Integrity Pact proforma has been duly signed digitally by OIL’s competent signatory. The proforma has to be returned by the bidder (along with the technical bid) duly signed (digitally) by the same signatory who signed the bid, i.e., who is duly authorized to sign the bid. Any bid not accompanied by Integrity Pact Proforma duly signed (digitally) by the bidder shall be rejected straightway. Uploading the Integrity Pact with digital signature will be construed that all pages of the Integrity Pact has been signed by the bidder’s authorized signatory who sign the Bid.

OIL’s Independent External Monitors at present are as under: (I) SHRI N. GOPALASWAMI,I.A.S ( Retd) ,

Former Chief Election Commissioner of India E-mail Id : [email protected]

(II) SHRI RAMESH CHANDRA AGARWAL , IPS( Retd) Former Director General of Police E-mail Id : [email protected]

Area for uploading Priced Bid**

Area for uploading Techno-Commercial Unpriced Bid*

Bid on Change Mode

Tender No. SDG7897P13/09 Page 4 of 28

Annexure – I DETAILED TECHNICAL SPECIFICATIONS, SPECIAL NOTES AND OTHER TERMS AND CONDITIONS FOR 125 KVA NATURAL GAS ENGINE DRIVEN GENERATING SET WITH INTEGRATED ACOUSTIC ENCLOSURE: SECTION I: SCOPE OF SUPPLY: 125KVA, 415 Volts, 3 Phase, 50 Hz Industrial type, Natural Gas Engine driven Generating set complete with all accessories and integrated Acoustic Enclosure mounted in oilfield skid (Silence Gen Set). The generating sets shall be the primary source of power for its application and it shall be rated for prime power in accordance with ISO 8528 standard and overload power in accordance with ISO 3046/BS 5514/IS 10000 standard. The bidder may offer continuous power (base load) rated Gen Set in accordance with ISO 8528/ ISO 3046/BS 5514 standard as an alternative to prime power Gen set. However, in such case, the rated base load capacity of the generating set should be equal to the maximum prime power capacity of the generating set rated for prime power. Note: The bid should be accompanied by the manufacturer's product catalogue in support of the generating set capacity SECTION II: A. GAS ENGINE: The gas engine should be a four stroke, spark-ignited, stoichiometric (Air-Fuel Ratio), naturally aspirated or turbo-charged, radiator cooled engine, rated for continuous power in accordance with ISO 3046/BS5514/IS10000 standards and capable of developing a net BHP in the range of 140-160 HP at 1500 rpm with a maximum compression ratio of 12:1. Note: (i) For base load rated Gen set, the BHP of engine shall meet the power requirement as stated under Section I para 3.at 1500 RPM and 12:1 compression ratio (maxm.) HP calculation of engine as basis of selection for the Gen Set shall be furnished in the offer. (ii)Bidder may also offer Gen Set with 1000 RPM engine as prime mover as an optional offer for consideration by OIL. However, in such case, the other parameters of the Gen Set including the alternator shall remain the same. The engine should comprise of the following sub systems: B. ENGINE SUB SYSTEM a) Cooling System: The cooling system of water cooled engine should comprise of an engine mounted water pump, an industrial type heavy duty radiator suitable for operation in ambient temperature of 48°C and a blower fan. (i) The engine jacket water cooling system should be a closed circuit design with provision for filling, expansion, and de-aeration. The cooling pump should be driven by the engine. Coolant temperature should be internally regulated to disconnect external cooling system until operating temperature is achieved. (ii) Radiator, Engine Mounted: Heat rejected to the engine jacket water shall be discharged to the atmosphere through a close coupled radiator. The radiator shall be sized to cool the engine continuously while operating at full rated load and at site conditions of 48°C ambient. (iii) Blower Fan: The radiator cooling fan shall be a blower type driven from the engine. Air shall be drawn from the engine side and exhausted through the radiator core with no more than 12.7MM (0.5 Inch) of water column external restriction in addition to core restrictions.

Tender No. SDG7897P13/09 Page 5 of 28

(iv) Fan and Belt guarding: The fan, fan drive, and fan belts shall be covered with punched steel mesh guarding for personnel protection. Note: (i) Bidder should furnish in their offer Arrangement Drawing showing the radiator, Blower Fan arrangement with the engine. (ii) The radiator, blower fan assembly size should be such that it should be mounted within the acoustic enclosure. b) Air Intake System: The air intake system should comprise of a heavy duty-engine air cleaner mounted on the engine with a vacuum indicator and air intake manifold with dry element requiring replacement no more frequently than 5000 hours or once each year. Level of suspended particulate matter in ambient air at site is 75µg/m³ (maxm.). c) Electric Starting System: The engine should have an electric starting system comprising of a Maintenance Free Heavy Duty Battery pack of reputed make having a minimum rating of 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), starter relay. Batteries shall be maintenance free, lead acid type mounted near the alternator. Batteries should be housed in a hard rubber or polypropylene case with provision for venting. Required cables should be furnished and sized to satisfy circuit requirements. d) Battery Charger: The battery charger is to be a solid-state device with adjustable float voltage control. It is to be a constant voltage device with current limit, and it is to include an equalize switch which will not allow the battery to be overcharged for maintenance purpose. e) Ignition System: The ignition system should be a 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/Danso make) Note:Supplier should also certify that spark plug cables are protected and possibility of spark is completely eliminated. f) Exhaust System: (i) The exhaust system should comprise of water cooled exhaust manifold, stainless steel exhaust flexible connection, residential type exhaust silencer, spark arrestor and piping connections (ii) Heavy walled piping of schedule 40 with radii of 90° bend at least 1½ times the pipe diameter. Piping should be installed with appropriate insulation and shielding. (iii) Piping should be supported and braced to prevent weight or thermal growth being transferred to the engine and flexible expansion fittings provided to accommodate thermal growth. (iv)Minimum Exhaust stack height: H = h + 0.2 x square root of KVA, Where H = height of exhaust stack in Meter, h = height of building in Meter. g) Fuel System: The fuel system should comprise of - (i)Governor (Preferably WOODWARD make).The engine governor shall be Mechanical- Hydraulic / Electronic Speed Control with EG Electro-Hydraulic actuator or Barber Coleman Equal. Speed drop shall be extremely adjustable from 0 (isochronous) to 4% from no load to full rated load. Steady state frequency regulation shall be + / - 0.5 percent. (ii) Carburetor (Preferably IMPCO make), (iii) Gas pressure regulators (preferably VANAZ/FISHER) to regulate gas pressure from 50PSIG - 20PSIG Range to the pressure required at carburetor intake point. 50PSIG - 20PSIG fuel gas shall be available at site for taping (iv) Gas Filter and related linkages

Tender No. SDG7897P13/09 Page 6 of 28

(v) Fuel inlet line to the engine shall be having stainless steel flexible connection to take care of vibration/shock if any, in the system. h) Lubricating System: The lubricating system should comprise of lubricating oil pump, lubricating oil filter with a replaceable paper element, lubricating oil cooler, lubricating oil pan and crankcase breather. (i) The lubricating oil pump shall be a positive displacement type that is integral with the engine and gear driven from the engine gear train. The system shall incorporate full flow filtration with bypass valve to continue lubrication in the event of filter clogging. (ii)The bypass valve must be integral with the engine filter base of receptacle. i) Instrument Panel: The engine mounted instrument panel shall consist of a shock-mounted formed and welded enclosure. Provide Metric marked gauges. The instrument panel should include the following: (i) Lubricating Oil pressure gauge (ii) Water temperature gauge (iii) Starting Switch (iv) Ignition Switch (v) Mechanical/Digital tachometer and hour meter j) Engine Safety Controls: Engine mounted safety shut off/trip system for tripping the engine in the event of (i) Low lubricating oil Pressure (ii) High cooling water temperature (iii) Engine over speed C. Other Features shall include amongst others: (i) Flexible coupling / direct coupling (ii) AVM Pad. (iii) Flywheel with housing (iv) Lifting eyes (v) Coupling guard if applicable (vi) Guards over belt drives (blower fan, water pump drive pulley, timing pulley) (vii) Standard painting (viii) Suitable hand throttle control (ix) Mechanical hour meter (x) SAE standard rotation. (xi) Gas shut off valve for engine fuel gas line should close automatically when the engine is stopped. (xii)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 NOTE: Provision of guards over belt drives and couplings has become mandatory as per recommendation of OISD (Oil Industry Safety Director) & DGMS (Directorate General of Mines & Safety) D. COMPOSITION OF FUEL GAS: 1.0 The engine should be capable of developing required BHP as detailed in Section II A. Gas Engine above with fuel composition given below - CONSTITUTION Range by % VOLUME Methane 85.7 - 93.52 Ethane 2.45 - 6.55 Propane 1.28 - 3.12 Nitrogen 0.53 - 1.21 Carbon-dioxide 0.01 - 0.57 Iso-Butane 0.31 - 0.75 N-Butane 0.4 - 1.14

Tender No. SDG7897P13/09 Page 7 of 28

Iso-Pentane 0.19 - 0.47 N-Pentane 0.17 - 0.38 Hexane 0.34 - 1.16 Gravity 0.6204 -0.6919 Gross Calorific Value 9636.8- 10590.8 Kcal/SCUM Net Calorific Value 8704.3- 9595.4 Kcal/SCUM Moisture content: 21.0 -120.0 LB/MMCFT (336.0-1992.0 KG/MMSCM) 2.0 The fuel gas system shall consist of a minimum of following components but shall not be limited to these:

(i) Main line pressure regulators. (ii) Pressure relief safety valve. (iii)Gas Scrubber Tank. (iv) Gas fuel filter. (v) Interconnecting gas piping from main line pressure regulator to engine. (vi) The gas conditioning & piping should be carried out in such a way as to prevent condensate carry over to engine.

E: AMBIENT CONDITION: The generating set should be suitable for operation at the following site condition: Maximum Temperature : 48°C Minimum Temperature : 05°C Maximum Humidity at 21°C : 100 % at 35°C : 95 % at 41°C : 70 % Maximum Altitude above sea level : 150 Meter F: GENERAL NOTES ON ENGINE: a) The engine shall conform to ISO : 3046/BS:5514/IS:10000 Standard 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 with the offer: (i) Make of Engine (ii) Model/Type of Engine (iii) Gross HP and Net HP developed at rated RPM (iv) Deduction for fan and other ancillary equipment. (v) The displacement volume and brake Mean effective Pressure of the Engine (vi) Specific fuel consumption at rated power as well as at 110%, 75%, 50% and 25% of rated load d) The supplier shall submit QAP for Crankshaft, Connecting rod, Cylinder Block, Cylinder Head for OIL's approval within one month in the event of order. d) SPARE PARTS FOR ENGINE: Spares for two years normal operation of the engine shall be included in the offer. Item wise breakdown price of spare parts shall be also provided but which will not be considered for evaluation. For spares of electrical items refer to Section III E e) PARTS AND SERVICE MANUALS FOR ENGINE: The following manuals/literatures in quantities indicated against each type shall be supplied with the Gen set: (i) Parts Manual that illustrates and list all assemblies, subassemblies and components. The part manual shall contain pages depicting exploded view of the engine assemblies, Coolant Flow Circuit diagram and Lub. oil flow circuit diagram. No of part manual to be supplied per Gen set: 3(three Nos.) (ii) Operation and Maintenance Manual: 3(three) Nos. per Gen Set.

Tender No. SDG7897P13/09 Page 8 of 28

(iii) Engine Shop Manual: 1(One) No. per Gen set. (iv) One soft copy i.e. digital form of each of the Parts Manuals, the Operation & Maintenance manual and the Engine Shop Manual. (v) Foundation Drawing of the Gen Set: 3 (three) copies Note: The manuals should be standard and original from OEM. No Xerox copy/manuscript copy will be accepted. Bidder shall confirm in their offer the quality of manuals. One soft copy for each type of the manuals listed above. SECTION III A. SPECIFICATION OF ALTERNATOR 1. Make: KIRLOSKAR/NGEF/STAMFORD/CROMPTONGREAVES/CATERPILLAR/KATOGENERAL ELECTRIC USA 2. Rated Output : 125 KVA at0.8 PF at Specified ambient conditions for utility and motor loads 3. Rated Voltage : 415 Volts ± 5% 4. Armature Winding : 3 Phase, 4 wire type 5. Rated Frequency : 50 Hz ± 3% 6. Rated power factor : 0.8 lagging 7. Class of insulation : Class F/H but temp rise limited to class B 8. RPM : As per engine rated speed 9. Phase sequence: UVW - phase sequence and direction of rotation shall be clearly marked on the alternator. 10. Duty/load: Continuous duty rated Alternator. 11. Winding Connection: Y connected. Separate neutral terminal required 12. Ambient : Min: 5 ºC Max: 40 ºC, RH 95% max 13. Alternators Enclosure Protection : IP 23 14. Alternators Terminal Box Protection : IP 54 15. Excitation system: Brush less, self excited, self Regulated with solid state AVR. Voltage characteristics- VG3 as per Table-1, IS-13364 (Part-2) 16. Mounting: Foot mounted on Gen set skid that has been mounted on anti vibration pad. 17. Permissible voltage variation: As per Table-1, IS-13364 (Part-2) 18. Permissible frequency variation: As per IS-13364(P-2) 19. Frame size: Bidder to confirm 20. Waveform deviation: As per IS-13364 (Part-2) 21. Unbalanced current: As per IS-13364 (Part-2) 22. Short circuit current: As per IS-13364 (Part-2) 23. Cooling : Air cooled by integral fan 24. The brush less alternator shall have exciter and rotating rectifier-bridge mounted on shaft complete with diodes and surge suppressor, main field windings and stator windings. PIV of exciter diodes must be 800v or 8 times the maximum exciter armature operating voltage, whichever is higher. At nominal speed the excitation system must produce sufficient residual voltage in order to ensure self excitation. 25. All windings should be made from electrolytic grade copper of high purity. 26. The alternator shaft shall be supported on rolling element bearings at NDE. 27. Voltage swing (Transient response): As per IS-13364 (Part-2). 28. The alternator should be capable of sustaining a 10 % over load for one hour in any 12 hours operation. 29. Total voltage harmonic distortion should be less than 3 % between phases at no load. 30. The alternator should be capable of withstanding 1.2 times the rated speed for two minutes without any damage. 31. Alternator stator winding terminals are to be connected to 4 nos. of suitably rated tinned copper terminals, supported on SMC/GRP supports inside the alternator terminal box.

Tender No. SDG7897P13/09 Page 9 of 28

32. The alternator terminal box should be of suitable size and should be suitable for terminating power cables of alternator. 33. 2 nos. of earth points are to be provided on both sides of the alternator. 35. Lifting hooks are to be provided for lifting the alternator. 36. Automatic voltage regulator should be mounted with approved rubber bushes under AVR mounting holes to reduce vibration. AVR shall be suitable for motor loads, VG3 regulation. 38. Alternator windings and AVR should be suitable for humid atmosphere as per ambient conditions mentioned in the enquiry. 39. Bidder to mention the following information in offer i. Unbalanced current carrying capacity ii. Efficiency of the alternator at 25 %, 50 %, 75 % and 100 % load. iii. Power factor of the alternator at 25 %, 50 %, 75 % and 100 % load. v. Dimensional drawings. 40. Alternator frame and enclosure shall be made from MS or Cast steel. 41. The permissible vibration of the alternator shall be as per IS-12075. 42. The alternator shall conform to the following standards: Latest publications of all IS Standards shall

be referred. IS: 12065 Noise limit IS: 12075 Vibration IS: 4691 Enclosure Protection IS: 6362 Cooling IS: 2253 Mounting IS: 13364 Specification of Alternator coupled with IC Engines

B. SPECIFICATION OF GENERATOR CONTROL PANEL Sheet steel clad, self supporting, floor mounting, cubicle type, dust and vermin proof generating set control panel made of 2mm thick MS CRCA sheet and built upon rigid framework of channels, beams as required, having front and rear hinged doors with danger plate fitted on both sides, lifting lugs on top, ventilation louvers on both sides, bottom detachable gland plates, double earthing studs on two sides, complete with suitably sized zinc passivated hard wares with heavy plain and spring washers. The panel doors should have neoprene rubber gasket. The panel should be designed and manufactured as per IS-8623. The panel enclosure will be as per IP54 except for the open part of cooling louvers at bottom and top of the panel sides. Suitable wire mesh should be provided on the inner side of the louvers to prevent entry of insects. The metal surface of the panel should be given seven tanks anti corrosion treatment and then powder coated in DA grey colour (Min. 50 micron thick paint). The frame should be able to withstand the stress and vibration during transportation and operation. All cable entry shall be from bottom side. Separate removable gland plates shall be provided for all cables. Provision shall be made in the bottom channel for grouting of the panel. The detail description of the panel is as described below: 1. Generator control panel mounted MCCB should trip on the following faults. i) Over load, short circuit and earth fault. Tripping from internal trip unit of MCCB. ii) Under Frequency. From Frequency Relay iii) Engine fault (Low lub oil, high water temp, over speed). Trip contact from engine protection system. 2. PROTECTIVE AND METERING DEVICES AND INDICATING LAMPS: (Mounted on front hinged door of Control Panel) i) 1 No. Power & Energy monitor showing Voltage, current, power (KW), Power factor, KWH & Maximum demand, 5 elements of power showing at a glance with communication port compatible to PCs. Make of Meter - Siemens (Sentron PAC 3200)/ SOCOMEC -HPL ( Model -DIRIS A 40/A41)/ Schneider

Tender No. SDG7897P13/09 Page 10 of 28

Group (Model- PM700). Bar Primary Resin Cast CT of 200/5 ratio, 15 VA burden, class-1, conforming to IS 2705. No of CTs as per circuit requirement. Make of CT: AEI/ kappa / L&T ii) 1 No. Digital micro controller based Frequency Relay. Relay shall have digital display, tropicalised design. Frequency and time settings adjustable in steps. Relay to have potential free output contacts, 240V AC, 6 amp. Make: Prok Dvs, ABB. iii) Hour meter to record running hours of the genset. iv) The control panel should have indication lamps mounted on panel front door for following faults and indications. All lamps shall be of LED type, having long life and low energy consumption. Binay, L&T, Siemens Make. a) Low Engine Speed (From frequency relay) b) Engine fault c) Three nos. Red/ Yellow/ Blue for Incoming Supply d) Set on load e) Electrical fault (From aux contact of trip unit of MCCB) 3. MAIN COMPONENTS: (Mounted Inside the Control Panel) i) Panel should have one set of TP & N electrolytic grade, high conductivity, electro tinned copper bus-bars, made from rectangular sections confirming to IS, rated 300 amps (Free air rating of sections) and supported at required intervals to withstand short circuit fault levels up to 25 KA for 1 Sec. Rating of neutral bus shall be minimum 50% of phase bus rating. Bus-bar support shall be non- hygroscope GRP/FRP and the Bus-bar shall be insulated with heat shrinkable PVC sleeves. ii) Incoming and outgoing power cables shall terminate on electrolytic grade, high conductivity electro tinned copper links liberally sized for termination of all power cables. Neutral bar shall also have provision for connection of neutral earth cables. Power cable from alternator terminal box to control panel input shall be supplied and connected by party if the control panel shall be located inside the acoustic enclosure. iii) 1 No. 415v, 250 Amps, 4 pole, MCCB, 25 KA breaking capacity, with inbuilt microprocessor based, adjustable overload & short circuit and earth fault protection, Under voltage trip coil. Rotary operating handle shall be provided on the panel door for manual operation of MCCB. MCCB shall have suitable indication in case of trip from trip unit of MCCB. Make: Legrand, Siemens. iv) One no. four pole on load changeover type switch rated for 300 amp. The switch shall be mounted on the genset skid with suitable enclosure. Connection links shall be provided with switch for proper termination of all power cables. Power wiring from control panel to COS shall be done by the party. Sufficient space and arrangement shall also be provided in COS enclosure for entry and termination of main power cable to OIL's PCC. The power cable is 3.5x 120 sq mm, PVC insulated, PVC sheathed, Armoured cable with copper conductor. Make of switch: HPL- Socomec, GE, Siemens. v) Contactor type Auxiliary Relay, all relays with minimum 2 nos spare contacts. No. of relays should be as per the control circuit requirement. Plug in type relays and contactors shall not be used. Current rating of aux contacts shall be as per control circuit requirement. (Make-Siemens/ GE) vi) HRC instrument fuse holders phenol moulded with suitable fuses & links for different circuits. Separate fuses and neutral links should be provided for control circuit indicating system lamps, instruments, enclosure illumination and tripping circuit (Make-GE) 4. WIRING SCHEME i) Control voltage for generator control: 240v AC. Control system wiring shall be done with 1.5 sqmm, flexible copper, 1100v grade PVC insulated wires approved by ISI, TAC, FIA. All wiring will have copper lugs & terminal blocks as required. Wiring for lighting circuit MCB, power outlet and wiring for CT will be done with 2.5 sqmm, flexible copper, 1100v grade PVC insulated wires approved by ISI, TAC, FIA & have copper lugs. Colour code for wires shall be followed as per IS. Make: Finolex, Havells, L&T.

Tender No. SDG7897P13/09 Page 11 of 28

ii) All power and control wiring inside the enclosure shall be done at manufacturer's works with armoured cables or with single core cables laid in metallic conduits/ casings. Heavy duty Single Compression Cable Glands shall be provided at all cable entries for armoured cables. Cables with conduit wiring shall have suitable entry clamp. All cables shall be with stranded copper conductor and shall be of 1100v grade and approved by ISI. iii) All control cable terminal ends will have suitable heavy duty crimping lugs of tinned copper. Ferrules shall be provided for identification of cables. All components shall be labeled for identification. iv) Separate gland plates shall be provided for power and control cables. v) Separate TB shall be provided for all interconnection cables between control panel and engine. vi) Provision of exhaust blower power supply shall be required if the blower is fitted inside the acoustic enclosure. vii) Power supply arrangement with switching and protection shall be also provided for any auxiliary motor, if installed for genset operation. viii) All auxiliary and main contactors shall be mounted on DIN channel. Plug in relays shall not be used. Control panel shall be manufactured by the Genset Manufacturer. C. DOCUMENTS 1. The following Documents / drawings shall be submitted with the offer i) GA drawing ii) Technical literature of alternator iii) Confirmation that the party agrees to all the points mentioned under electrical specification of generating set. Any deviation from the electrical specifications of the tender will be specifically mentioned by the party with proper justification. Acceptance of deviations shall be at discretion of OIL. Type and make of components shall be as per tender. Equivalent make shall not be acceptable. The bidder shall also specifically confirm even if there is no deviation in their offer from technical specifications. 2. The successful bidder shall obtain approval for the following drawings / documents prior to manufacturing of alternator & control panel within 30 days of placement of order. i) GA drawing ii) Documentary evidence from the manufacturer of generator confirming that the alternator to be

supplied will meet all specifications as mentioned in the order. Technical catalogue of the generator. iii) Detailed power & control wiring diagram, detail enclosure drawings for control panel, COS, earthing

scheme. iv) Layout plan of the unit showing all parts, cable routes. v) Illumination scheme. vi) Details of power cables, control cable and their routes. vii) Bill of materials of all components. viii) CPRI test certificate for bus bar fault level and temperature rise 3. Three sets of following as built documents per gen set shall be submitted in bound form i) GA drawing ii) Detailed power & control wiring diagram, detailed enclosure drawings for control panel, earthing iii) Scheme, layout plan of the unit showing all parts. iv) Details of power cables, control cable and their routes. v) Bill of materials of all components. vi) Technical literature of alternator. vii) O&M manual for Alternator and main components of control panel. viii) Catalogues of various components. ix) All test certificates for tests done at manufacturer's works for alternator, control panel and complete unit. x) Tests done during commissioning.

Tender No. SDG7897P13/09 Page 12 of 28

xi) Guarantee certificate for alternator and control panel. Guarantee shall be for 12 months after commissioning of Gen set or 18 months after supply, whichever is earlier. xii) List of recommended spares with cat nos. and description for two years. D. GENERAL NOTES FOR ELECTRICAL ITEMS AND WORKS: 1. In case of an order the complete electrical specification of the tender shall be mentioned in the order. However, deviations from tender specifications, if mentioned by bidder in their offer and if accepted by OIL in writing, shall also be mentioned in the order. 2. In the event of an order the bidder will submit all documents as per Para C.2 under DOCUMENTS for OIL's approval. 3. The manufacture of the unit shall start only after written approval of the drawings/ documents (as per Para C.2 for Documents) by OIL. 4. In case party can not submit documents complying with all points mentioned in the order then the order will be cancelled without any obligation on part of OIL. E. SPARES Following spares shall be supplied by the party along with package of nine Gen sets, mentioned in the tender. The cost of these spares may suitably be adjusted with the individual Gen set cost. 1. AVR Unit for Alternator- Three nos per Gen Set. 2. Rotating rectifier assembly fitted with complete set of forward and reverse diodes- Three sets per Gen set. 3. 250 amp MCCB with door mounted operating handle as fitted in control panel- Three nos per Gen set. 4. Changeover switch unit without enclosure- Three nos per Gen set. 5. Bearings: Three Sets per Gen set. F. COMMISSIONING OF ELECTRICAL PART OF THE UNIT 1. Installation and Commissioning of the generating sets, control panels, Aux Motors, if provided, shall be carried out by the supplier as per NEC, ISI, IE Rules at OIL's field area around Duliajan, Assam (India). Services of qualified and competent personnel of supplier are essential during commissioning of the generating sets. All tools, instruments, test kits, drill machine, vice, hardwares, clamps etc. reqd for the job shall be provided by the supplier. Operational tests of all devises, their settings, shall also be carried out during commissioning job by the supplier. Accommodation and travel to site for supplier's all persons shall be arranged by supplier. 2. All cabling jobs and earthing jobs, terminations, making of earth pits and brick enclosure at field site for genset and control panel shall be done by Party. OIL shall supply only cables, GI Straps, Earth electrodes, Lugs, Glands, and make road crossings with pipes, cable trenches as required for the complete installation and commissioning work. Any other item required for the job but not specified shall be supplied by party without any cost to OIL. However, necessary electrical interconnection drawing for wiring between genset and panel shall be submitted by party along with dispatch documents. 3. All protective devices shall be tested for proper operation and setting done during commissioning by the commissioning person of party. All working persons of party shall possess valid electrical license issued by licensing board, Assam. 4. The Gen set will be treated as successfully commissioned from electrical side after successful load test (reliability run) of the unit at OIL's field site with available load for 72 hrs continuous running without any breakdown and submission of all documents as per Para C.3 of Documents and all spares as per para E above. G. GUARANTEE Generator and control panel shall be guaranteed for 12 months after commissioning of Gen set or 18 months after supply, whichever is earlier.

Tender No. SDG7897P13/09 Page 13 of 28

SECTION IV: A. ACOUSTIC ENCLOSURE: The salient features of the acoustic enclosure shall be as follows: The generating set comprising of engine coupled with alternator, control panel etc for each set should be placed inside an acoustic enclosure having the following salient features: (i) The acoustic enclosure should be of modular construction with the provision to assemble and disassemble easily at site. There should also be adequate provision of taking out the equipment for maintenance / repairing jobs and reinstalling the same after necessary corrective action (ii) The engine generator shall be factory enclosed in not less than a 12 gauge cold rolled steel enclosure constructed with corner posts, uprights and headers. The roof shall aid in the runoff of water and include a drip edge. The weather- proof and corrosion resistant acoustic enclosure should be duly surface treated, phosphated and finally powder coated for long lasting finish. The sheet metal components should be seven tanks pretreated before powder coating with special pure polyester based powder (iii) a) The sound proofing of the enclosure should be done with self extinguishing high quality rock wool / mineral wool conforming to IS 8183. The rock wool should be further covered with fiber glass tissue and perforated sheet. b) The maximum permissible sound pressure level shall be 75dB(A)at one meter from the enclosure surface. (iv) Exhaust silencer shall be provided of the size as recommended by the manufacturer and shall attenuate the sound to the level noted above. It shall be supplied with a flexible, seamless, stainless steel exhaust connection as well as with all internal pipe work. A rain cap will be supplied to terminate the exhaust pipe. These components must be properly sized to assure operation with minimum back pressure and high sound when installed. The canopy should be finished in synthetic enamel paint incorporating rust inhibitors and aluminum sprayed silencers and spark arrestors to guarantee a superior and long lasting finish. (v) There should be carefully designed inlet and outlet baffles / attenuators with corresponding weather louvers and bird mesh allowing sufficient air flow, for the set to operate even under the harshest ambient conditions whilst maintaining specified noise levels. Suitably sized blower should be incorporated to meet total air requirement. (Details of acoustic design, with blower size/capacity, air requirement to maintain temp inside enclosure etc to be furnished by the bidder along with the bid) (vi) The temperature inside the enclosure should be suitable for human comfort. The temperature of exhaust line should not exceed the self ignition temperature of fuel gas. A high temperature trip system(to shut down the engine by cutting off fuel supply to the engine through the solenoid valve ) with variable setting connected to a thermostatically controlled blower must be provided for eliminating excessive heat dissipated by the engine within the acoustic enclosure. Suitable continuous on line Temperature Monitoring and Control System with Alarm and Shut Down Mechanism should be provided. (a) When the concentration of gas inside the acoustic enclosure reaches 10 % of LEL of gas, audio visual alarm should activate and automatic preventive measure should activate to reduce the concentration of leakage gas. These preventive measures include switching on heavy duty exhaust fan to disperse leakage gas or stoppage of gas leakage itself. (b) When the concentration of gas inside the acoustic enclosure reaches 15 % of LEL of gas (or any other suitable rating), the alternator main circuit breaker should trip automatically and subsequently the engine should be shut down instantaneously by automatic device (i.e., cutting off power supply to the fuel solenoid valve.) (vii) A separate Blower of suitable size (size/capacity to be specified in the offer) should be provided and it will be in operation even if the thermostatically controlled blower stops / fails. (viii)There should be a provision of emergency shut down of the generating set (Prime Mover) from outside the enclosure. (ix) The enclosure should be complete with power and control wiring between control panel and alternator and other components like blowers etc with proper size copper cable. The cables should be terminated using gland and tinned copper sweating sockets and run through guard pipe. (x) The enclosure should have the sufficient space in and around the generating set to facilitate maintenance and operation of the set

Tender No. SDG7897P13/09 Page 14 of 28

(xi) Acoustic Enclosure's base frame should incorporate necessary facilities for handling and inter location transfer through oil field trucks and its overall dimension should not exceed 9M x 2.5 M x 2.5M ( Length x Width x Height). (xii) The control panel for the Generating set should be installed separately on the same skid inside the same acoustic enclosure. The connection from the alternator and control panel should be carried out with 3.5 cores 120 sq. mm PVC insulated, PVC sheathed armored copper cable and cable should be terminated with proper size of tinned copper sweating socket and cable glands at alternator and panel end. NOTE: SPECIFICATION OF CONTINUOUS ON LINE GAS MONITORING SYSTEM Detector / Gas Sensor: Actual Nos of Sensors to be decided based on locations where there are possibilities of gas leakage inside the acoustic enclosure. Type : IR (Infrared), suitable for detection of NATURAL GAS ( By Volume CH4 : 89.538 %, N2 : 1.004 %, CO2 : 0.543 %, C2H6 : 4.132 %, C3H8 : 2.491 %, Others : 2.292 % ) Range: 0 to 100 % LEL Operating Temperature: 0 to 50 Deg C Display: 4 digits LCD Display Alarm Setting: Variable Shut down setting: Variable Control system: Suitable control system to be provided for alarm and safety shut down of the engine Sensor calibration: Adjustment of Zero & Span on-site Non Intrusive one man calibration should have facility to calibrate the instrument on spot without disconnecting from power supply by using any portable hand held intrinsically safe calibrator. Detectors must be suitable for hazardous environment i.e., Zone 1 & Zone 2 hazardous area as per OMR, 1984. Approval for Detectors / Sensors: Valid DGMS approval certificate must be provided with the offer. Note: (i) Manual showing the details of construction of the Acoustic Enclosure and other components making up the Acoustic Enclosure shall be provided with the order. Quantity: 3 copies per Gen set. (ii) List spare parts required (if any) for two years normal operation of the Acoustic System shall be provided along with the offer with price breakup. However, the cost of such spare parts shall not be considered for evaluation. B.i) ENCLOSURE ILLUMINATION: A separate circuit shall be provided for lighting of the acoustic part of the enclosure. Minimum 2 Nos. CFL with BC holder type lamps shall be fitted in wall mounted type light fittings. The light fittings shall have cover for lamp protection. Light will be switched from one MCB, 6amp, C curve, mounted on control panel cover & have back-up HRC fuse and neutral link of 6 amp rating. Blower fan shall be provided if required for ventilation. Suitable cut out with guard gasket shall be provided in the enclosure for safe entry of all cables. Fan control shall be such that fan starts automatically through suitable starter and protection, whenever the genset is running. ii) ENCLOSURE EARTHING ARRANGEMENT: Two nos. of 50x6 mm GI straps shall be provided inside the enclosure and fixed on the skid floor. The earth loops from alternator, changeover panel and control panel shall be connected to these straps with two independent earth wires. Earth leads and earthing jobs as per IS-3043.

Tender No. SDG7897P13/09 Page 15 of 28

SECTION: V 1.0 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. The generator housing shall be one piece and mount directly to the engine flywheel housing without bolted adopter. 2.0 PAINTING AND ENGRAVING: (i) All metal surfaces shall be thoroughly cleaned and degreased. The under surface shall be prepared by applying a coat of phosphate paint and a coat of yellow zinc chromate primer. After preparation of under surface, the panel shall be spray painted with two coats of epoxy based final paint. Panel finish shall be free from imperfections like pin holes orange peels, run off paint etc. (ii)OIL's Purchase Order Number shall be engraved in the Name Plate of the Engine and the Alternator. SECTION VI: 1.0 INSPECTION AND TEST AT MANUFACTURER'S WORKS: 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. The supplier will be notified in advance, if it is intended to inspect plant or material. 2.0 OIL shall carry out single stage pre dispatch inspection of complete generating set in unitized condition (i.e. coupled with alternator) and control panel at one place only as arranged by supplier. No separate inspection for the Engine, alternator, control panel and Acoustic Enclosure at respective manufacturer's works shall be done. Full load testing of the generating sets for output and performance shall be carried out for at least 2 (two) hrs. during the inspection in presence of OIL's representatives appointed for the purpose and to their satisfaction. The supplier shall ensure availability of all requirements for testing the output of the generating set to its full capacity. 3.0 Dispatch clearance for generating set shall be given on successful load testing of the complete generating set during single stage inspection by OIL's representative and satisfactory submission of routine test certificates of alternator and control panel to OIL. All the routine tests on alternator and control panel shall be witnessed by supplier's/manufacturer's representative and routine test certificates shall be duly signed and stamped by the manufacturer /supplier prior to submission to OIL. The routine test of the alternator will include the following minimum tests/measurements: (i) Measurement of winding resistances for generator armature, field, exciter armature and exciter field. (ii) Measurement of insulation resistance (before and after HV tests) for generator armature and field, exciter armature and field. (iii) High voltage (HV) test. (iv) Phase sequence test. (v) Voltage regulation test. (vi) Vibration measurement. (vii) Measurement of noise level. (viii) Overload test. (ix) Measurement of open circuit and short circuit characteristics. The routine test of the panels will include the following minimum tests/measurements: - (i) Physical checks & Operation check of all components (ii) HV tests (iii) Insulation tests (before and after HV tests). (iv) Operation of all protections.

Tender No. SDG7897P13/09 Page 16 of 28

4.0 The following tests/measurements shall be carried out to the satisfaction of the representatives from OIL deputed for the pre-dispatch inspection: i) Run the generating sets at rated output and RPM till it attains thermal stability and stable operating parameters such as - Lub oil pressure and temperature - Coolant temperature - Exhaust temperature ii) The following functions shall be demonstrated during the run test: - the functioning of the governor - functioning of Fail safe System of the engine - All functions of the Acoustic Enclosure Note: The duration of the Run Test shall be 2(two) hours at the least. 5.0 The documents/certificates given below shall be submitted for verification by the representatives from OIL during the inspection. All such documents/ certificates shall be duly signed and stamped by the manufacturer's representative prior to submission to OIL: i) Rated BHP of the engine, continuous power, overload power, fuel stop power of the engine ii) Brake Specific fuel consumption at the rated Output, 110%, 75%, 50% and 25% of rated output. iii) Lub.oil grade and consumption at the rated output and RPM iv) QAP for Crankshaft, Connecting rod, Cylinder Block, Cylinder Head iv) CPCB norms compliance certificates v) Noise level certificate of the Acoustic Enclosure vi) DGMS approval certificate for Detectors / Sensors of Acoustic Enclosure. 6.0 TEST CERTIFICATES: The supplier shall submit detailed records and certificates of the foregoing tests for the engine to OIL. The certificates/records shall be supplied in quadruplicate. SECTION VII INSTALLATION, COMMISSIONING, TESTING AT SITE AND HANDING OVER: i) Installation and Commissioning of the generating set and control panels shall be carried out by the supplier in the presence of OIL representatives at sites at Duliajan, Assam (India). ii) Installation / commissioning charges should be quoted separately which shall be considered for evaluation of the offers. These charges should included amongst others to and from 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. Bidders should also confirm about installation/ commissioning in the Technical Bid. iii) Services of qualified and competent personnel from equipment manufacturer are essential and shall be present at site during installation and commissioning of the generating sets. iv) Materials such as line pipes, fittings necessary for fabricating fuel/ water lines, supports for engine exhaust shall be provided by OIL. v) If available, OIL shall arrange necessary welding and cutting facilities that may be required during installation and commissioning the generating sets. In case OIL cannot arrange the necessary welding and cutting facility, then the supplier has to arrange the same at their own cost. OIL will provide necessary statutory permits for welding and cutting jobs in classified areas as and when required. vi) Each Gen set shall be tested with load available at the installation site. In case the supplier decides to test the generating set at the purchaser's premises with load bank, then the supplier should arrange for the load bank at their own cost. vii) The supplier shall provide list of tools and equipment available with the bidder to carryout the installation and commissioning work as per tender. All the safety gadgets required for safely carrying out

Tender No. SDG7897P13/09 Page 17 of 28

the job shall be provided by the supplier. Any appliances, apparatus and labor etc. necessary for the tests shall have to be provided by the supplier at his cost. viii) The supplier shall be responsible for safety of its personnel and equipment during the commissioning work. The supplier shall also be responsible for safe custody of all the items before handing over to OIL. ix) During the installation & commissioning job, the supplier shall strictly ensure - a) That all the cut ends of cables, packing materials, leftover items are removed from site after completion of work. b) No environmental damage shall be done while carrying out the job. x) Once commissioned at designated site the generating set will be subjected to a trial run (reliability run) on available load for a minimum period of 72 hrs continuously and on satisfactory performance only, the Gen sets shall be subsequently handed over to OIL. Handing over to OIL means - supply, installation and commissioning of all items as per order and submission of all the documents and drawings as per order. SECTION VIII 1.0 RESPONSIBILITY: The responsibility for performance to the specifications shall not be divided among individual component manufacturers, but must be assumed solely by the primary manufacturer. This includes generating system design, manufacture, test, and having a local supplier responsible for service, parts and warranty for the total system. 2.0 SERVICE AND WARRANTY: (i) 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. The manufacturer shall have a local authorized dealer who can provide factory trained servicemen, the required stock of replacement parts, technical assistance, and warranty administration. (ii) The manufacturer's authorized dealer shall have a parts and service facility within 300 km of the Job Site. (iii) The generator set supplier shall have factory trained service representatives and tooling necessary to install and commission all provided equipment. (iv) 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 SECTION: IX: GENERAL NOTES: a) The offer will not be acceptable if the bidder do not quote for all items of the tender and supply, installation, commissioning of all items and cables. b) In their offer the bidder must mention their detailed comments point-wise against each point of tender specifications. Any deviation from the tender specification shall be specifically mentioned. Specific type and make of equipment should be mentioned. All the information required as per tender specifications must be submitted. c) The bidders shall provide overall dimensions of the Gen set, Acoustic Enclosure and foundation/installation diagram of the Gen set. d) The supplier should provide along with the set (i) Dynamic load (ii) Static load (iii) Any unbalanced load e) In the event of order,

Tender No. SDG7897P13/09 Page 18 of 28

(i) The supplier shall submit to OIL within one month of placement of order all documents and drawings as required against each item. (ii) The manufacture of the equipment is to be started only after written approval of the drawings / documents by OIL as mentioned in tender against all equipment. f) PACKING: The packing shall 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. NOTE: (i) All manuals, books, digital items (discs) shall be separately packed and contained in rigid plastic pouches. (ii) All manuals, drawings, documents and digital items of engine shall be packed in one separate container and the container shall be handed over to OIL at delivery of the Gen sets. SECTION X The following data shall be furnished by the bidder in their offer: A. DATA SHEET FOR ENGINE: MAKE: MODEL: NUMBER OF CULINDER: ASPIRATION: AIR FUEL RATIO: COMPRESSION RATIO: SIZE (BORE & STROKE): DISPLACEMENT: POWER OUTPUT RATING: DUTY: GROSS HP AT 1500 RPM: DEDUCTION FOR FAN, ALT & TEMP.: NET HP AVAILABLE AT 1500 RPM: SPECIFIC FUEL CONSUMPTION AT 100% LOAD: AT 50% LOAD: LUB OIL CONSUMPTION (LT/HR): ENGINE SUMP CAPACITY: ENGINE RADIATOR CAPACITY (LTS): MAKE & TYPE OF GOVERNOR: CLASS OF GOVERNING: LENGTHX WIDTH X HEIGHT: As per ISO 8528-1:1993(E) furnish the following:- (i)POWER LIMIT OF THE GEN SET: (ii) 100% PRIME POWER OF THE GEN SET: (iii)PERMISSIBLE AVERAGE POWER OF THE GEN SET DURING 24HOUR PERIOD: (iv) 100% CONTINUOUS POWER OF THE GEN SET B. DATA SHEET FOR ALTERNATOR: Make : Rated Output : Phase : Frequency : No. of Poles : RPM

Tender No. SDG7897P13/09 Page 19 of 28

Rated power factor : Conductor Material. : Type : Duty : Class of insulation : Connection : Site Condition : Alternators Internal Protection (Enclosure): Alternators Terminal Box protection: Cooling : Excitation system : Automatic Voltage Regulation: Permissible voltage variation at rated : speed, and power factor Voltage swing (transient response) : Permissible Engine Speed variation: Permissible frequency variation at rated : Speed and power factor Period for taking load from start impulse: Motor starting ability : Overload capacity : Unbalanced current carrying capacity: Short circuit current withstand capacity: Over voltage : Mounting : Amplitude of vibration at no load: C. DATA SHEET OF PANEL AND INSTRUMENTS: 1 MCCB 2 Power and Energy monitor a) Make a) Make b) Rating b) Rating c) Cat No/Type c) Cat No/Type 3 Frequency relay 4 Change over switch a) Make a) Make b) Rating b) Rating c) Cat No/Type c) Cat No 5 Auxiliary relays a) Make b) Rating c) Cat No 6 Hour meter and RPM meter (mechanical/digital) a) Make b) Rating c) Cat No 7 CT a) Make b) Rating c) Cat No 8 LED a) Make b) Rating c) Cat No

Tender No. SDG7897P13/09 Page 20 of 28

All the components including CT, indicating meters, fuses, push buttons etc shall be as per NIT General Notes for Bidders :- (Bidders should confirm each & every point clearly. Deviations, if any, should be highlighted in the quotation.) 1.0 Bidder should indicate the name of manufacturer & country of origin. 1.1 Materials shall be brand new, unused & of prime quality. 2.0 Bidders to indicate compliance of the above Inspection & Test clauses mentioned vide Section VI

above. Pre-dispatch/Shipment Inspection & Testing charges, if any, must be quoted Separately on lump sum basis which shall be considered for evaluation of the offers. To and fro fares, boarding/ lodging and other en-route expenses of OIL’s Inspection team for carrying our inspection shall be borne by OIL.

3.0 Installation & Commissioning :

3.1 The successful bidder will be required to install and commission the unit as indicated vide Section VII above by their competent service engineer within two (2) months from the date of intimation from OIL.

3.2 Installation/ Commissioning charges must be quoted separately on lumpsum basis which shall be

considered for evaluation of the offers. 3.3 While quoting Installation/Commissioning above, bidder should take into account all charges

including to and fro fares, boarding/lodging, local transport at Duliajan, Assam and other expenses of supplier's personnel during their stay at Duliajan. OIL may provide accommodation on Chargeable basis subject to availability. Bidder should confirm about providing all these services in their Bid. However, OIL reserves the right to avail such services at its own discretion.

4.0 Tax & Duties:

(i) All taxes, stamp duties and other levies imposed outside India shall be the responsibility of the Bidder/Seller and charges thereof shall be included in the offered rates.

(ii) All Taxes & levies imposed in India, for the services including installation & commissioning, shall be to the Bidder/Seller's account.

(iii) Income Tax on the value of the Services rendered by the Bidder /Seller in connection with installation, commissioning, training etc. shall be deducted at source from the invoices at the appropriate rate under the I.T. Act & Rules from time to time.

5.0 Payment : Payment shall be released as follows:

i) 80 % of the Genset value will be released against supply of Genset against proof of despatch/shipment of the goods. ii) Remaining 20 % of the Genset value along with commissioning charges shall be paid after successful commissioning and acceptance of the Genset by OIL at site.

OIL may consider making 100 % payment of the Genset value towards supply of the Genset against proof of dispatch/shipment provided bidders agree to pay interest @ 1% above prevailing Bank Rate (CC rate) of State Bank of India for 20 % of the Genset value and also submit Bank Guarantee for the equivalent amount plus interest valid till successful commissioning of Genset at site. This is in addition to the 10 % of the order value towards Performance Security as per the NIT requirement. Any offer not complying with the above shall be loaded at one percent above the prevailing Bank Rate (CC rate) of State Bank of India for evaluation purpose.

Tender No. SDG7897P13/09 Page 21 of 28

6.0 Oil India Purchase Order No. must be engraved on the body of the item. Bidder must confirm the same categorically in their quotation.

6.1 To ascertain the substantial reponsiveness 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.

6.2 The items covered by this enquiry shall be used by Oil India Limited in the PEL/ML areas which are

issued/renewed after 01/04/99 and hence Nil Customs Duty during import will be applicable. Indigenous bidder shall be eligible for Deemed Export Benefit against this purchase. Details of Deemed Export are furnished vide Addendum to MM/GLOBAL/E-01/2005 attached.

6.3 Other terms and conditions of the tender shall be as per “General Terms & Conditions” for e-

Procurement as per Booklet No. MM/GLOBAL/E-01/2005 for E-procurement (ICB Tenders). However, if any of the Clauses of the Bid Rejection Criteria (BRC) / Bid Evaluation Criteria (BEC) mentioned here contradict the Clauses in the “General Terms & Conditions” for e-Procurement as per Booklet No. MM/GLOBAL/E-01/2005 for E-procurement (ICB Tenders) of the tender and/or elsewhere, those mentioned in this BEC / BRC shall prevail.

Tender No. SDG7897P13/09 Page 22 of 28

Annexure – II

Bid Rejection Criteria (BRC) & Bid Evaluation Criteria (BEC) (I) BID REJECTION CRITERIA (BRC)

The bid must conform to the specifications and terms and conditions given in the enquiry. Bid will be rejected in case the items offered do not conform to all the required technical parameters stipulated in the technical specifications and to the respective international / national standards wherever stipulated. Notwithstanding the general conformity of the bids to the 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 The gas engine should be a four stroke, spark-ignited, stoichiometric (Air-Fuel Ratio), naturally aspirated or

turbo-charged, radiator cooled engine, rated for continuous power in accordance with ISO 3046/BS5514/IS10000 standards and capable of developing a net BHP in the range of 140-160 HP at 1500 rpm with a maximum compression ratio of 12:1.

For base load rated Gen set, the BHP of engine shall meet the power requirement as stated under Section I para 3. at 1500RPM and maxm. Compression ratio of 12:1.

2.0 The Alternator must be brushless type. 3.0 Bidder's Qualification: 3.1 Bidder should be an OEM for the Engine or the Alternator or the complete Generating Set OR

Authorized dealer of OEM for the Engine or the Alternator or the complete Generating Set OR

An OEM approved assembler of Generating Set or its authorized representative. 3.2 In case the bidder is an OEM of Engine or its authorized dealer, Alternator must be purchased from the OEM of

Alternator or its authorized dealer and vice versa. OR

In case the bidder is an OEM approved assembler of Generating set, the Engine and the Alternator must be purchased from respective OEM or their authorized dealers.

Note: But whatever may be their status in para 3.1 & 3.2 above, bidder will have to enclose Documentary evidence along with the offer failing which offer will be rejected.

4.0 Bidders should have the experience of successfully completing at least 3(Three) orders in the last 10(Ten)

years preceding to the Bid Closing date of this Tender against supply, installation, commissioning and testing of Gas Engine driven Generating sets of capacity 125 KVA or above for offered Generating set along with the Control Panels and accessories in Central / State PSUs or Central Govt.Organisations of India or any other Public Limited Company.

Note: The bidder shall submit documentary evidence/details of the previous supply of such Gen set in a tabular format in the bid as under:

Tender No. SDG7897P13/09 Page 23 of 28

SL NO Client / customer Name and Address with contact e-mail id

Order No / Contract No.

Date of order

Gen set specification (Make, Model & Capacity of the prime mover in HP) & Quantity supplied

Completion date

Supporting document enclosed

1. 2. 3. 4.

5.0 The bidder must undertake and confirm from OEM that the equipment to be supplied are not going to become

obsolete for the next 10 years and provisioning of spares will be continued. 6.0 The engine of the offered Generating set should have

(i) proven track record for power generation applications in Central/State PSUs or Central Govt.Organisations of India or any other Public Limited Company (ii) should have logged minimum 6000 hours or one year from its date of commissioning preceding to the Bid Closing date of this Tender. (iii) The fuel for the Generating Set shall be natural gas and it should be running on well-head natural gas (wet) at its deployed site. Note: Relevant documentary evidences in support of the three conditions mentioned above should be enclosed with the offer failing which the offer shall be summarily rejected.

7.0 The bidder must categorically confirm the following in their bid, failing which their bid shall be rejected:

(i) The offered Gas engine driven Generating Set shall comply with the latest CPCB norms/regulations. (ii) In the event of any new CPCB norms/regulations governing gas engine driven Generating Set are made effective prior to delivery of the Gen Set (but after bid closing date) the supplied Gen Set shall comply with the latest CPCB norms/regulations. (iii) The compliance report from Govt approved agencies must be submitted prior to dispatch of the Gen Set for OIL's scrutiny and acceptance.

(B) COMMERCIAL : 1.0 Bids are invited under Single Stage Two Bid System. Bidders shall quote accordingly under Single Stage Two

Bid System. Any offer not complying with the above will be rejected straightaway. 2.0 Bid security of US $ 16,478.00 or Rs. 7,41,550.00 shall be furnished as a part of the TECHNICAL BID (refer

Clause Nos.9.0 & 12.0 (Section A) of “General Terms & Conditions” for e-Procurement as per Booklet No. MM/GLOBAL/E-01/2005 for E-procurement (ICB Tenders)). Any bid not accompanied by a proper bid security in ORIGINAL will be rejected without any further consideration. For exemption for submission of Bid Security, please refer Clause No. 9.8 (Section A) of “General Terms & Conditions” for e-Procurement as per Booklet No. MM/GLOBAL/E-01/2005 for E-procurement (ICB Tenders). Bank Guarantee towards Bid Security shall remain valid till 23rd January 2014.

Tender No. SDG7897P13/09 Page 24 of 28

3.0 Validity of the bid shall be minimum 6 months (180 days) from Bid closing date. Bids with lesser validity will be 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 rejected by OIL shall be replaced immediately by the supplier at the supplier’s expenses and no extra cost to OIL.

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

Performance Bank Guarantee must be valid for one year from the date of receipt/acceptance of goods or 18 months from the date of shipment whichever is earlier. Bidder must confirm the same in their Technical Bid. Offers not complying with this clause will be rejected.

6.0 Bidders are required to submit the summary of the prices in their priced bids as per bid format

(Summary ), given below :

(i) Priced Bid Format ( SUMMARY ) for Foreign Bidders : (A) Total material cost of the Gen set with Accessories (B) Cost of Commissioning spares, if any (C) Grand Total Material cost, ( A + B ) (D) Packing & FOB Charges (E) Total FOB Port of Shipment value, ( C + D ) above (F) Ocean Freight Charges upto Kolkata, India (G) Insurance Charges (H) Total CIF Kolkata value, ( E + F + G ) (I) Pre-despatch Inspection & Testing charges( by OIL), if any (J) Installation & Commissioning charges (K) Total Value, ( H + I + J ) above (L) Total value in words : (M) Gross Weight : (N) Gross Volume

(ii) Priced Bid Format ( SUMMARY ) for Indigenous Bidders : (A) Total material cost of Gen set with Accessories (B) Cost of Commissioning spares, if any (C) Grand Total Material Cost (D) Packing and Forwarding Charges (E) Total Ex-works value (F) Sales Tax, (Please indicate applicable rate of Tax) (G) Total FOR Despatching station price (H) Road Transportation charges to Duliajan (I) Insurance Charges (J) Assam Entry tax (K) Total FOR Duliajan value (L) Pre-despatch Inspection & Testing charges( by OIL), if any (M) Installation & Commissioning charges

Tender No. SDG7897P13/09 Page 25 of 28

(N) Total Value, ( K + L + M ) above (O) Total value in words : (P) Gross Weight : (Q) Gross Volume :

NOTE :

1. Cost of individual items must be quoted separately. 2. The items covered under this enquiry shall be used by OIL in the PEL/ML areas

issued/renewed after 01/04/99 and hence, applicable Customs Duty for import of goods shall be ZERO. Indigenous bidders must quote Deemed Export prices. Excise Duty under Deemed Export exempted.

7.0 Pre-Despatch / Shipment Inspection & Testing charges, if any, shall be quoted on lumpsum basis separately which shall be considered for commercial evaluation of the offers. However, all to and fro fares, boarding/lodging and other expenses of OIL’s Inspection Engineer(s) shall be borne by OIL. Installation/Commissioning must be quoted separately on lumpsum basis which shall be considered for evaluation of the offers. These charges should include amongst others to and fro fares, boarding/lodging, local transport at Duliajan and other expenses of supplier’s commissioning/training personnel during their stay at Duliajan, Assam(India). Bidders must categorically indicate the above charges in their commercial offers and must confirm the same in their Technical bids.

7.1 Offers not complying with the payment terms indicated in the enquiry shall be loaded with one percent above

the prevailing Bank rate (CC rate) of State Bank of India for duration of commissioning time indicated in the tender plus transit time (3 months) for evaluation purpose.

8.0 Offers received without Integrity Pact duly signed by the authorised signatory of the

bidder will be rejected.

(II) BID EVALUATION CRITERIA (BEC) :

Bids conforming to the specifications, terms and conditions stipulated in the tender and considered to be responsive after subjecting to the Bid Rejection Criteria will be considered for further evaluation as per the Bid Evaluation Criteria mentioned in Section D of “General Terms & Conditions” for e- Procurement as per Booklet No. MM/GLOBAL/E-01/2005.

Tender No. SDG7897P13/09 Page 26 of 28

ANNEXURE III CHECK LIST

THE CHECK LIST MUST BE COMPLETED AND RETURNED WITH YOUR OFFER. PLEASE ENSURE THAT ALL THESE POINTS ARE COVERED IN YOUR OFFER. THESE WILL ENSURE THAT YOUR OFFER IS PROPERLY EVALUATED. PLEASE TICK MARK 'YES' OR 'NO' TO THE FOLLOWING QUESTIONS, IN THE RIGHT HAND COLUMN.

( A) TECHNICAL CHECK LIST THE FOLLOWING CHECKLIST 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 EVALUTED. PLEASE TICK MARK “YES” OR “NO” TO THE FOLLOWING QUESTION, IN THE RIGHT HAND.

1. Whether quoted as OEM of Engine and whether documentary evidence submitted? YES/NO 2. Whether quoted as OEM of Alternator & whether documentary evidence submitted? YES/NO 3. Whether quoted as Authorized 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 specification of Alternator with manufacturer's technical

literature/catalogue enclosed? YES/NO

7. Whether test certificate of Alternator and Control Panel will be submitted? YES/NO 8. Whether two sets of installation/ commission, 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 offered engine is as per NIT? YES/NO 14. Whether quoted for supply, installation, commissioning & handing over of Gen Set? YES/NO 15. Whether the availability of full load testing facility of Gen set in one location (place) is

indicated and high lighted in the offer? YES/NO

Offer referance

Name of the Bidder

Tender No. SDG7897P13/09 Page 27 of 28

ANNEXURE III ( B ) COMMERCIAL CHECK LIST THE CHECK LIST MUST BE COMPLETED AND RETURNED WITH YOUR OFFER. PLEASE ENSURE THAT ALL THESE POINTS ARE COVERED IN YOUR OFFER. THESE WILL ENSURE THAT YOUR OFFER IS PROPERLY EVALUATED. PLEASE SELECT "Yes" OR "No" TO THE FOLLOWING QUESTIONS, IN THE RIGHT HAND COLUMN. Sl# REQUIREMENT COMPLIANCE

1.0 Whether bid submitted under Single Stage Two Bid System? Yes / No

2.0 Whether quoted as manufacturer? Yes / No

2.1 Whether quoted as Supply House / Distributor. To Specify- Yes / No

2.2 If quoted as Supply House / Distributor, Yes / No

(a) Whether submitted valid and proper authorization letter from manufacturer confirming that bidder is their authorized Supply House for the product offered ?

(b) Whether manufacturer’s back-up Warranty/Guarantee certificate submitted?

3.0 Whether ORIGINAL Bid Bond (not copy of Bid Bond) Sent separately? If YES, provide details

(a) Amount :

(b) Name of issuing Bank :

(c) Validity of Bid Bond :

3.1 Whether offered firm prices ? Yes / No 3.2 Whether quoted offer validity of Six months from the date of closing of tender? Yes / No 3.3 Whether quoted a firm delivery period? Yes / No 3.4 Whether agreed to the NIT Warranty clause? Yes / No

3.5 Whether confirmed acceptance of tender Payment Terms of 80% against shipment/dispatch documents and balance 20% after successful commissioning along with commissioning charges?

Yes / No

3.6 Whether confirmed to submit PBG as asked for in NIT? Yes / No 3.61 Whether agreed to submit PBG within 30 days of placement of order? Yes / No 3.7 Whether Price submitted as per Price Schedule (refer Para 6.0 of BRC vide Annexure – II)? Yes / No 3.72 Whether all the items of tender quoted?

Yes / No

6.73 Whether confirmed that all spares & consumables will be supplied for a minimum period of 10 years?

Yes / No

3.74 Whether cost of Recommended Spares for 2 years of operations quoted? Yes / No 3.8 Whether quoted as per NIT (without any deviations)? Yes / No 3.81 Whether quoted any deviation? Yes / No 3.82 Whether deviation separately highlighted? Yes / No 3.9 Whether indicated the country of origin for the items quoted? Yes / No 3.91 Whether technical literature / catalogue enclosed? Yes / No 3.92 Whether weight & volume of items offered indicated? Yes / No

Tender No. SDG7897P13/09 Page 28 of 28

4.0 For Foreign Bidders - Whether offered FOB / FCA port of despatch including sea / air worthy

packing & forwarding? Yes / No

4.1 For Foreign Bidders – Whether port of shipment indicated. To specify: Yes / No

4.2 For Foreign Bidders only - Whether indicated ocean freight up to Kolkata port (Excluding marine insurance ) ?

Yes / No

4.3 Whether Indian Agent applicable ? Yes / No If YES, whether following details of Indian Agent provided?

(a) Name & address of the agent in India – To indicate

(b) Amount of agency commission – To indicate

(c) Whether agency commission included in quoted material value?

5.0 For Indian Bidders – Whether indicated the place from where the goods will be dispatched. To specify :

Yes / No

5.1 For Indian Bidders – Whether road transportation charges up to Duliajan quoted? Yes / No 5.2 For Indian Bidders only - Whether offered Ex-works price including packing/forwarding charges? Yes / No 5.3 For Indian Bidders only - Whether indicated import content in the offer? Yes / No 5.4 For Indian Bidders only - Whether offered Deemed Export prices? Yes / No 5.5 For Indian Bidders only – Whether all applicable Taxes & Duties have been quoted? Yes / No 6.0 Whether all BRC/BEC clauses accepted ? Yes / No 7.0 Whether confirmed to offer the equipment for Pre-despatch/shipment Inspection & testing? Yes / No 7.1 Whether Pre-despatch/shipment inspection & testing charges applicable? Yes / No 7.2 If Pre-despatch/shipment inspection & testing charges applicable, whether quoted separately on

lumpsum basis? Yes / No

7.3. Whether confirmed to carry out Installation & Commissioning of the equipment at Duliajan(Assam) ?

Yes / No

7.4 Whether Installation & Commissioning charge applicable? Yes / No 7.5 If Installation/ Commissioning and Training charges applicable, whether separately quoted on

lumpsum basis? Yes / No

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

Yes / No

7.7 Whether confirmed that all Service, Income, Corporate tax etc. applicable under Installation/ Commissioning & Training are included in the prices quoted ?

Yes / No

8.0 Whether Integrity Pact with digital signature uploaded? Yes / No

Offer referance

Name of the Bidder

**************************


Recommended