+ All Categories
Home > Documents > Supply, Installation, Testing and Commissioning KVA ...

Supply, Installation, Testing and Commissioning KVA ...

Date post: 10-Jan-2022
Category:
Upload: others
View: 5 times
Download: 0 times
Share this document with a friend
28
Tender SDG1480P11/09 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. & Date : SDG1480P11/09 24.03.2011 Tender Fee : INR 4,500.00 OR USD 100.00 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. 4 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. 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.
Transcript
Page 1: Supply, Installation, Testing and Commissioning KVA ...

Tender SDG1480P11/09 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. & Date : SDG1480P11/09 24.03.2011 Tender Fee : INR 4,500.00 OR USD 100.00 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.

4 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. 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.

Page 2: Supply, Installation, Testing and Commissioning KVA ...

Tender SDG1480P11/09 Page 2 of 28

5.0 The tender is invited under SINGLE STAGE-TWO BID SYSTEM. The bidders are required to submit both the “TECHNICAL” and “COMMERCIAL” bids through electronic form in the OIL’s e-Tender portal within the Bid Closing Date and Time stipulated in the e-Tender. Please ensure that Technical Bid / all technical related documents related to the tender are to be uploaded in the c-Folder link (collaboration link) under Un-priced Bid Tab Page only. Please note that no price details should be uploaded as c-Folder link (collaboration link) under Un-priced Bid Tab Page. Details of prices as per Bid format / Commercial bid can be uploaded as Attachment in the attachment link under “Unpriced Bid” under “General Data”. A screen shot in this regard is given below. Offer not complying with above submission procedure will be rejected as per Bid Rejection Criteria mentioned in Annexure-II (Refer Clause 1.0 of (B) Commercial).

6.0 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

Search and Add

Details of prices as per Bid format / Commercial bid can be uploaded in this Attachment

C-FOLDER LINK

Page 3: Supply, Installation, Testing and Commissioning KVA ...

Tender SDG1480P11/09 Page 3 of 28

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.

(Note: Shri N. Gopalaswami, Ex-CEC and Shri R. C. Agarwal, IPS(Retd.) have been appointed as Independent External Monitors. Contact details are available in OIL’s website).

7.0 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.

Page 4: Supply, Installation, Testing and Commissioning KVA ...

Tender SDG1480P11/09 Page 4 of 28

Annexure – I SUPPLY, INSTALLATION, TESTING, COMMISSIONING AND HANDING OVER OF 4 Nos. 125 KVA GAS ENGINE DRIVEN GENERATING SET WITH ACOUSTIC ENCLOSURE. 1.0 SCOPE OF SUPPLY:

The scope of supply by the bidder shall be of 125 kVA , 415 Volts, 3 Phase, 50 Hz Industrial type, Natural Gas Engine driven Generating set with all accessories. The generating sets shall be the primary source of power for its application. The rating applies to supplying continuous power at variable load for unlimited annual hours. A 10% overload is allowed for up to 1 hour in every 12 hours.

2.0 GAS ENGINE :

The gas engine should be a four stroke, naturally aspirated / turbo charged, radiator cooled engine, rated for continuous power and capable of developing a net minimum of 145 HP at 1500 rpm with a maximum compression ratio of 10.5 : 1. The engine should comprise of the following sub systems

2.1 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/ heat exchanger suitable for operation in ambient temperature of 48 Deg 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. Auxiliary coolant pump required for heat exchanger or separate circuit after cooling should also be engine driven. 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 Deg C ambient.

(iv) 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 12.7 mm (0.5 Inch) of water external restriction in addition to core restrictions.

(v) Fan and Belt guarding: The fan, fan drive, and fan belts shall be covered with punched steel mesh guarding for personnel protection.

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 500 hours or once each year.

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 capacity 180 ampere hours with a alternator mounted on the engine for a battery charging and a 12 or 24 Volt starter ( preferably of LUCAS TVS/DELCO REMY make), starter relay, and automatic reset circuit breaker to protect against butt engagement. 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.

Page 5: Supply, Installation, Testing and Commissioning KVA ...

Tender SDG1480P11/09 Page 5 of 28

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 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 shall incorporate gold palladium electrodes for reliability and life ( Preferably STITT/ CHAMPION make)

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.

g) Fuel System : The fuel system should comprise of *Governor (Preferably WOODWARD make), carburetor (Preferably IMPCO make ), main line and secondary line gas 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. *Governor: The engine governor shall be Mechanical / Mechanical-Hydraulic / Electronic Speed Control with EG Electro-Hydraulic actuator or Barber Coleman Equal. Speed drop shall be extremely adjustable from 0 (isochronous) to 10% from no load to full rated load. Steady state frequency regulation shall be + / - 0.5 percent. 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 as above.

The instrument panel should include the following: a) Lubricating Oil pressure gauge b) Lubricating oil temperature gauge c) Water temperature gauge d) Starting Swi tch e) Ignition Switch f) Mechanical/Digital tachometer and hour meter g) Circuit Breaker

Page 6: Supply, Installation, Testing and Commissioning KVA ...

Tender SDG1480P11/09 Page 6 of 28

h) Ampere meter i) Electric service meter j) 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 d) Over crank k) Other Features : a) flexible coupling / direct coupling b) AVM Pad. c) flywheel with housing d) lifting eyes e) coupling guard if applicable 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 )

2.2 GENERAL NOTES ON ENGINE :

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 : 48 DEG C Minimum Temperature : 05 DEG C Maximum Humidity at 21 DEG C : 100 % at 35 DEG C : 95 % at 41 DEG C : 70 % Maximum Altitude above sea level : 150 Meter

f) Composition of Fuel Gas:

Page 7: Supply, Installation, Testing and Commissioning KVA ...

Tender SDG1480P11/09 Page 7 of 28

The engine should be capable of developing required BHP as detailed in para 2.0 above with fuel composition given below:

CONSTITUTION % VOLUME Methane 89.442 Ethane 4.267 Propane 2.083 Butane- Pentane 6 - 3 Nitrogen 1.5 Carbon-dioxide 0.434 Iso-Butane 0.641 N-Butane 0.892 Iso-Pentane 0.353 N-Pentane 0.271 Hexane 0.672 Gravity 0.655 Gross Calorific Value 1300- 1100 BTU/CFT Net Calorific Value 1200- 1045 BTU/CFT

g) The fuel gas system shall consists of a minimum of following components but shall not be limited to these : a) Main line pressure regulator. b) Pressure relief safety valve. c) Gas scrubber tank. d) Gas fuel filter. e) Interconnecting gas piping from main line pressure regulator to engine. f) The gas conditioning & piping should be carried out in such a way as to prevent condensate carry over to engine. g) The make of the engine should be restricted to the following make only : CUMMINS/CATERPILLER/WAUKESHA

3.0. ALTERNATOR:

1. Make : Stamford/Kirloskar/Crompton/NGEF/Kato/Caterpillar 2. Rated Output : 125 kVA 3. Rated Voltage : 415 Volts ± 6% 4. Phase : 3 phase - 4 wire 5. Frequency : 50 Hz ± 3% 6. No. of Poles : 4 7. RPM : 1500 8. Rated power factor : 0.8 lagging

Page 8: Supply, Installation, Testing and Commissioning KVA ...

Tender SDG1480P11/09 Page 8 of 28

9. Conductor Material. : Copper 10. Type : Industrial 11. Duty : Continuous base load duty 12. Class of insulation : Class F / H 13. Phase sequence : UVW (Phase sequence and direction of rotation shall be

clearly marked on the alternator.) 14. Connection : Y ( Star ) 15. Site Condition : Temp.= 5 - 40 deg C, RH = 95%, Alt = 150 Meter 16. Alternators Internal Protection (Enclosure) : IP 23 17. Alternators Terminal Box protection : IP 54 18. Cooling : Air cooled by integral fan

19. Excitation system : Brush less, self excited and self regulated. The brush less alternator shall be composed of 3-phase AC exciter with rotating diodes, pilot exciter and static voltage regulator with voltage adjuster potentiometer, main field windings and stator windings. At nominal speed the exciter must produce sufficient residual voltage in order to ensure perfect excitation. 20. Automatic Voltage Regulation : The machine shall be voltage regulated & shall maintain a voltage accurate to ± 0.5% to ± 1.0% in any condition between no load & full load even if its speed fluctuates by ± 4%. AVR should be mounted in the control panel with rubber washers to arrest vibration. AVR should have under speed, over excitation protection features with LED display. 21. Permissible voltage variation at rated : + 2 % speed, and power factor 22. Voltage swing (transient response) : When rated load is suddenly switched ON voltage dip shall be limited to 5-10% and will be corrected within 0.2 to 0.7 sec. 23. Permissible Engine Speed variation : When the speed of engine is 1.2 times for two minutes, the alternator should be capable of withstanding it without any damage. 24. Permissible frequency variation at rated : + 2 % speed and power factor 25. Period for taking load from start impulse : 5 sec 26. Motor starting ability : 200 % for 20 sec. 27. Overload capacity : Should be capable of sustaining a 10 % overload for one hour in any 12 hours operation. 28. Unbalanced current carrying capacity : 20 % 29. Short circuit current withstand capacity: Alternator should be capable of sustaining short circuit current 3 to 4 times of full load current for 3 seconds. 30. Over voltage : The alternator should be capable of operation over a range of 110 % of rated voltage

Page 9: Supply, Installation, Testing and Commissioning KVA ...

Tender SDG1480P11/09 Page 9 of 28

31. Mounting : Foot mounted on anti vibration pads 32. Amplitude of vibration at no load : 100 micron

3.1 GENERAL NOTES ON ALTERNATOR:

1. The alternator shall be of proven design. 2. Alternator and AVR shall be suitable for humid and corrosive atmosphere. 3. Alternator’s winding terminals shall be connected to 4 terminals of suitably rated tinned copper bars of appropriate length, mounted on sheet moulding compound (SMC) supports, in the cable terminal box. 4. Cable entry arrangement: The alternator terminals & terminal box shall be suitable for terminating 2 nos of 4 core , 120 sq.mm PVC insulated and PVC sheathed armoured copper cable. All cables from the alternator shall be terminated through suitably sized single compression glands on a detachable gland plate at the bottom of the reverse entry terminal box and connections will be made through properly rated tinned copper sweating sockets crimped rigidly to the copper conductors. 5. Earthing system for the alternators (body and neutral) shall be as per the IS: 3043. 6. 2 nos. of earth studs shall be provided on both sides of the alternator. 7. Two nos. lifting hooks shall be provided for lifting the alternator. 8. The following information shall be provided: i. Unbalanced current carrying capacity ii. Efficiency of the alternator at 25 %, 50 %, 70 % and 100 % load. iii. Power factor of the alternator at 25 %, 50 %, 70 % and 100 % load. iv. Motor starting capability. v. Dimensional drawings. 9. Name plate (Rating plate): Nameplate shall be fixed on the Alternator frame containing the following minimum information in English language. Manufacturers name, Applicable standards, Serial no., Type, Frame reference, Rated output, Rated power factor, Duty, Rated frequency, Rated voltage, No. of phases, Type of connection, Rated stator current, Rated speed in rpm, Class of insulation, Excitation current and voltage at rated output, Phase rotation, Temperature rise, Year of manufacture.

3.2 STANDARDS

The alternator shall conform to the following standards: IS : 12065------ Noise limit IS : 12075------Vibration IS : 4722------- Governing Standards IS : 4691------- Enclosure IS : 6362------- Cooling IS : 2253------- Mounting

3.3 TESTING OF ALTERNATOR AT MANUFACTURER’S WORKS: All the routine tests and load tests of the alternator (along with the control panel) shall be witnessed by OIL engineers at manufacturer’s works. The routine test of the alternator will include the following minimum tests/measurements: - 1. Measurement of winding resistances for generator armature, field, exciter armature and exciter field. 2. Measurement of insulation resistance tests (before and after HV tests) for generator armature and field, exciter armature and field. 3. High voltage (HV) test.

Page 10: Supply, Installation, Testing and Commissioning KVA ...

Tender SDG1480P11/09 Page 10 of 28

4. Phase sequence test. 5. Voltage regulation test. 6. Vibration measurement. 7. Measurement of noise level. 8. Overload test.

3.4 DOCUMENTS :

1. The following Documents / drawings shall be submitted with the offer # GA drawing # Technical literature of alternator # Catalogues of various components

2. The successful bidder shall obtain approval for the drawings prior to manufacturing of alternator and ten sets of following documents shall be submitted along with the supply

# GA drawing # Technical literature of alternator # O&M manual # Catalogues of various components # All test certificates # List of recommended spares for two years

3. One set of the above Documents shall be furnished with the equipment. 4.0 SWITCHGEAR & CONTROLS:

Switchgear & Controls will consist of the following: 1. Generator Control Panel 2. Change Over Switch

4.1 GENERATOR CONTROL PANEL:

The generator control panel shall be sheet steel clad, self supporting, floor mounting with vibration dampers, cubicle type, dust and vermin proof made of 14G MS CR sheet and built upon rigid framework, having front and rear hinged doors with danger plate fitted on both sides, lifting lugs on top, ventilation louvers with perforated sheet on both sides, bottom detachable gland plates, double earthing studs on two sides, complete with suitably sized zinc plated & passivated double nuts and spring washers; as fully described below : It shall broadly have the following compartments / sections. 1) Incomer / Bus bar Section. 2) Generator Protection Section. 3) Generator control section 4) Engine control section A) Incomer / Bus bar Section: This section shall have: # 1 No. 250 A 4P, 415V, CFS unit, fused 400 A (Make: Siemens/GEPC/Havells/L&T) # 1 No. 250 A, 4 pole, 415V, Moulded Case Circuit Breaker, 50 kA, with adjustable overload so that overload can be set at full load current of the alternator, with remote tripping facility with 230 volt shunt tripping. (Make: Siemens/ /Merlin Gerin/ Legrand). # MCCB should trip on the following faults with indication i) Over current & Earth fault ii) Short circuit iii) Earth leakage

Page 11: Supply, Installation, Testing and Commissioning KVA ...

Tender SDG1480P11/09 Page 11 of 28

iv) Over voltage v) Under voltage vi) Incorrect phase rotation # 1 set TP & N electrolytic grade, high conductivity, copper bus-bars, conforming to as per IS: 5082, rated 250 amps and supported at required intervals to withstand short circuit fault levels up to 50 KA. Bus-bar support shall be non- hygroscope SMC / FRP and the bus-bar shall be insulated with heat shrinkable PVC sleeves. # Cable entry arrangement: All cables to the panel will enter through a detachable gland plate at the bottom of the panel. All cables will be terminated through suitably sized single compression glands and connections will be made through properly rated terminal strips and tinned copper sweating sockets crimped rigidly to the copper conductors. B) Generator Protection Section: This section shall have: # Earth leakage relay with CBCT, (Make: Merlin Gerin /Legrand/); ELR shall be adjustable (sensitivity: 0-500 mA, time: 0-500 ms) # 1 No 3 phase Voltage Monitoring Relay for the following protections (Make: Telemecanique or eqv.) I. Over voltage - 110 % II. Under voltage - 85 % with 1- 10 seconds time setting III. Incorrect phase rotation # Suitably rated CTs, class 5P10 for above (Make: Kappa or Eqv.) All relays shall be mounted in front of the panel. C) Generator Control Section: This section shall have: i) Meters: # 1 - M.I. Voltmeter, 96 sq. mm, 0 - 500 V (Make: AE or eqv.) # 1 - Voltmeter selector switch (Make: Kaycee or eqv.) # 1 - M.I Ammeter, 96 sq. mm, 0-300 Amps, C.T. operated (Make: AE or eqv.) # 1 - Ammeter selector switch (Make: Kaycee or eqv.) # 1 - Digital frequency meter, 48 X 96 mm, scaled 0-100 Hz, suitable for 240 V AC operation, with a single pole ON / OFF switch (Make: AE or eqv.) # 1 - kW meter, Dynamometer type, 3ph, 3 ele, 96 sq.mm, 0 - 200 kW (Make: AE or eqv.) # Suitably rated CTs, class I for ammeter, kW meter and PF meter (Make: Kappa or eqv.) All meters shall be mounted in front of the panel. ii) Indications: Indications for the following are to be provided (a) Engine running (b) Power supply on (c) Power supply off (d) Over current and earth fault indication with reset push button (e) Over / under voltage indication with reset push button (f) Over / under frequency indication with reset push button (g) Engine fault (h) Indication for testing of healthiness of trip circuit All indication lamps shall be of LED type (Make: Vinay or eqv.) and shall be mounted in front of the panel. iii) Fuses: All meters, indication lamps shall be protected by adequate nos of HRC instrument fuses of suitable rating (Make: GEPC or eqv.).

Page 12: Supply, Installation, Testing and Commissioning KVA ...

Tender SDG1480P11/09 Page 12 of 28

iv) Auxiliary relays: Auxiliary Relay / Contactors will be provided as per requirement of the control circuit. (Make: Siemens/Telemechanique/L&T) D) Engine control section: This section shall have: # Digital RPM meter - 1 No. # Engine trip indications: Engine should be stopped with the help of heavy-duty 24V D.C. fuel solenoid on following conditions. a) Engine over speed b) Low lube oil pressure c) High water temperature d) Over crank Indication of each of the trips shall be provided in the front door of the Engine control section. Suitable relay/ timer arrangement shall be provided wherever required. # Push buttons for (a) Accept (b) Reset (c) Engine stop (d) Lamp test # Hooter/alarm to indicate Engine trip on fault

4.2 CHANGE OVER SWITCH (OFF LOAD):

1 No. 250 Amp, 4-pole Change over switch (off load), (Siemens / Havells make), shall be mounted in a separate compartment inside the acoustic enclosure. One incoming will be connected to the alternator power from the MCCB with 2 Nos 4C ,120 sq mm PVC insulated and PVC sheathed armoured copper cable. The other incomer will be left for connecting other source of power. The outgoing of the changeover switch will be connected to the PMCC. All Terminations will be done through suitably sized single compression glands in detachable gland plates and connections will be made through properly rated terminal strips and tinned copper sweating sockets crimped rigidly to the copper conductors. Earthing arrangement will be provided with double earthing studs on two sides and will be connected to the earth bus with suitably sized zinc plated and passivated double nuts and spring washers.

4.3 GENERAL NOTES ON SWITCH GEAR:

1. The Control Panel shall be designed, manufactured and tested as per the latest applicable codes and standards and stringent quality control checks to be carried out at every stage. 2. Copy of CPRI test certificate for type test of the panels will be furnished along with supply. 3. The control wiring shall be done with PVC insulated flexible copper wires of 2.5 sq.mm and each wire shall have a ferrule numbers. The entire wiring will be properly dressed and tested. 4. All control wires shall be brought to terminal strips and from there taken to different controls/devices. All connections shall be done through properly rated lugs. 5. Suitable inscription plates should be provided for the indication lamps, push buttons, selector switches, terminal strips etc. 6. The panels will be so placed in the enclosure that sufficient space shall be available in the front and rear of the panels for inspection & maintenance works on the panels. 7. Neoprene gaskets to be provided wherever required. 8. Earth Strips of 50 X 6 mm GI shall be provided as earth bus at the rear of the switchgear for the earth connections complete with adequate Nos of zinc plated and passivated studs, nuts, and spring washers.

Page 13: Supply, Installation, Testing and Commissioning KVA ...

Tender SDG1480P11/09 Page 13 of 28

4.4 TESTING OF PANEL AT MANUFACTURER’S WORKS:

All the routine tests and load tests of the panel (along with the genset) shall be witnessed by OIL engineers at manufacturer’s works. The routine test of the panels will include the following minimum tests/measurements: - 1. Physical checks & Operation check of all components 2. HV tests 3. Insulation tests (before and after HV tests).

4.5 DOCUMENTS:

A. The following drawings shall be submitted with the offer # GA drawing showing all details # Power and control circuit diagrams # Bill of materials with catalogues of various components # Copy of CPRI test certificate for type test of the panels B. The successful bidder shall obtain approval for the drawings prior to manufacturing of equipment/panel and four sets of the following documents shall be submitted with the supply # GA drawing showing all details # Bill of materials with catalogues of various components # Power and control circuit diagrams # List of recommended spares for two years # All test certificates including copy of CPRI test certificate for type test of the panels C. One set of Power and control circuit diagrams shall be furnished with the equipment.

5.0 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 preferably be hot dip, seven tank pretreated before powder coating with special pure polyester based powder iii. 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. The silencer must be such that sound level is 75 dbA at 1 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

Page 14: Supply, Installation, Testing and Commissioning KVA ...

Tender SDG1480P11/09 Page 14 of 28

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. 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 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 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 core 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. xiii. All the terminal boxes/Junction boxes etc, the battery and self starter connection terminals / and its components should be housed inside DGMS approved intrinsically safe enclosure. NOTE:SPECIFICATION OF CONTINUOUS ON LINE GAS MONITORING SYSTEM Detector / Gas Sensor : Actual Nos of Sensors to be decided based on locations where there is 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

Page 15: Supply, Installation, Testing and Commissioning KVA ...

Tender SDG1480P11/09 Page 15 of 28

Operating Temperature : 0 to 50 Deg C Display : 4 digit 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.

5.1 ENCLOSURE ILLUMINATION:

A separate circuit shall be provided for lighting of the acoustic part of the enclosure. There shall be only 2 Nos DGMS approved intrinsically safe tube light fitting with control from non acoustic part of the enclosure. Armoured cable and FLP cable glands should be used for wiring purpose inside the acoustic enclosure. Make of Luminaire : Baliga / FCG / SUDHIR NOTE : 1. Bidders should submit layout drawing of the acoustic enclosure indicating positions of engine, alternator, control panel etc along with the wiring diagram of the package and will have to be approved by OIL before execution of the order. 2. Enclosure design should be such that for any major maintenance activities the enclosures from any side can be easily dismantled and re-erected. 3. Generating set comprising of Engine, Alternator, Control Panel and other auxiliaries should be placed inside an acoustic enclosure ( approved by ARAI, Pune/ NPL, New Delhi/ NSTL, Visakapatnam/ FCRI, Palghat / NAL, Bangalore) and the unit should be mounted to a common base frame. The set should have proper arrangement for easy loading /unloading to facilitate ease in transportation. 4. A panel viewing window should be provided to facilitate visual monitoring of the equipment from outside.

5.2 EARTHING ARRANGEMENT:

1 ) The earthing scheme for the unit should be as per BIS-3043. 2) Two nos. 50x6mm GI straps shall be suitably fixed on the floor of the unit skid as main earth bus. Alternator earth terminals, control panel earth terminals ,COS earth terminals ,enclosure and truck chassis shall each be connected through two nos. separate 25 x 5 mm GI straps to both the main straps with independent connections at separate points. All Galvanization thickness shall be min. 85 micron as per BIS. 3) The neutral of the alternator will be connected to the neutral bus thru the incomer cable. The neutral bus will be connected by two nos. of heavy duty PVC insulated ,PVC sheathed ,Flexible ,single core cables of 50 sqmm size to main earth straps at two independent points .The earth cables shall be suitably supported and protected to avoid any damage and shall be run in galvanized non-flexible conduits. Both ends of the cables shall be terminated with lugs and suitably protected against mechanical damage. Make of cables: Finolex / Havells. 4) Both the main earth straps shall extend up to the back side of the enclosure and each strap will be provided with two nos of zinc coated terminal studs, 15 mm dia at the ends of the straps for connection

Page 16: Supply, Installation, Testing and Commissioning KVA ...

Tender SDG1480P11/09 Page 16 of 28

to system earth. Two nos.of earthing cables of size & type mentioned in point no.3 above and of adequate length shall be provided and one end of each cable shall be connected with tinned copper lugs to the studs of the two straps for external earthing .The free ends of these cables shall be crimped with heavy duty, tinned copper tubular lugs. 5) Six nos of 100 mm Ø,3 mtr. long earth electrodes designed as per BIS will be driven to earth and interconnection to each other shall be made thru 2 nos of 50X6mm GI straps. All connections will be made by using two nos of suitably sized zinc plated and passivated nuts and bolts. 6) Brick work enclosure of internal dimensions and as instructed by Engineer in charge shall be constructed around each earth electrodes .L=600 mm, B = 600 mm ,depth= 400 mm

6.0 GENERAL NOTES :

a. The offer will not be acceptable if the party 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. In the event of an order the bidder will submit to OIL within one month of placement of order all documents and drawings as required against each item. d. 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. e. Bidder will provide with the offer the list of tools and equipment available with the bidder to carryout the installation and commissioning work as per tender. f. The bidder will be responsible for safety of its personnel and safety of all the equipment. All the safety gadgets required for safely carrying out the job shall be provided by the bidder. g. Bidder will be responsible for safe custody of all the items before handing over to OIL. h. 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. i. The bidder to strictly ensure that all the cut ends of cables, packing materials, leftover items are removed from site after completion of work. j. No environmental damage shall be done while carrying out the job. k. All the test reports must be signed by licensed electricians, jointers and supervisors who have carried out the installation and commissioning work as per order.

7.0 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.

8.0 PAINTING :

Page 17: Supply, Installation, Testing and Commissioning KVA ...

Tender SDG1480P11/09 Page 17 of 28

All metal surface 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.

9.0 SPARE PARTS :

The bidder should provide a list of recommended spares for 2 years normal operation and maintenance of the Gen-sets / control panels / Coupling / Air Compressor / Cooling Towers and other accessories indicating item description, part number, quantity and price along with the quotation. The Prices of such spares should not change for next 2 years from the date quotation. However, the cost of these spares will not be considered for bid evaluation purpose.

The bidders must submit a written undertaking that they would be able to supply all the requisite spares and consumables (including bought out items) for a minimum period of 10 (ten) years from the Certified date of completion / successful field commissioning of the unit. Original Equipment Manufacturer's undertaking must be forwarded for the items not manufactured by the bidder.

10.0 PARTS LIST, INSTRUCTION MANUAL & DRAWING :

A. The supplier should provide two sets each of the manuals and books listed below for each unit: 1.OPERATING INSTRUCTIONS- with description and illustration of all switchgear controls and indicators and engine and generator controls. 2. PARTS BOOKS- that illustrate and list all assemblies, subassemblies and components, except standard fastening hardware ( nuts, bolt, washers etc.). 3. PREVENTIVE MAINTENANCE INSTRUCTIONS- on the complete system that cover daily, weekly, monthly, biannual, and annual maintenance requirements and include a complete lubrication chart. 4. ROUTINE TEST PROCEDURES- for all electronic and electrical circuits and for the main AC generator. 5. TROUBLESHOOTING CHART- covering the complete generator set showing description of trouble, probable cause and suggested remedy. 6. RECOMMENDED SPARE PARTS LIST- showing all consumables anticipated to be required during routine maintenance and test. 7. WIRING DIAGRAM AND SCHEMATICS- showing function of all electrical components. 8. 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. 9. The bidders should provide installation diagram of the set and performance data sheet along with the quotation. 10.The supplier should provide along with the set i) Dynamic load ii) Static load iii) Any unbalanced load B. All manuals and books described above shall be contained in rigid plastic pouches and in digital form along with the genset.

11.0 INSPECTION AND TEST :

Page 18: Supply, Installation, Testing and Commissioning KVA ...

Tender SDG1480P11/09 Page 18 of 28

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 al 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. b) Pre dispatch inspection of the sets shall be carried out by us at the works of manufacture. 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 load testing is not available at manufacturer’s works, the generating set must be tested at purchaser’s premises and accordingly supplier to depute service engineer to commission the set at purchaser’s premise. The purchaser, in such case, will provide fuel gas and arrangement for loading the generator. All other appliances, apparatus, labor etc. necessary for the tests shall have to be provided by the supplier at his cost. c) The generating set shall be acceptable to the purchaser only after satisfactory load test. Note:- Inspection/testing charges, if any, shall be quoted separately which shall be considered for

evaluation of the offers. To and fro fares, boarding/ lodging and other en-route expenses of OIL’s Inspection team for carrying our inspection shall be borne by OIL.

12.0 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.

13.0 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.

14.0 INSTALLATION , COMMISSIONING, TESTING AND HANDING OVER :

Installation and Commissioning of the generating set and control panels shall be carried out by the bidder in the presence of OIL representatives at its fields at Duliajan, Assam (India). Services of qualified and competent personnel from equipment manufacturer is essential during installation and commissioning of the generating sets. Persons engaged for installation, testing and commissioning of alternator and control panel should have valid electrical license issued by State Licensing Board.. A person who is authorized for supervision of all electrical works should have valid supervisory license. Materials such as line pipes, fittings necessary for fabricating fuel/ water lines, supports for engine exhaust shall be provided by OIL . However bidder has to arrange welding and cutting facilities that may be required during installation and commissioning the generating sets. OIL will provide necessary statutory permits for welding and cutting jobs in classified areas as and when required. 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. Notes :

Page 19: Supply, Installation, Testing and Commissioning KVA ...

Tender SDG1480P11/09 Page 19 of 28

a) 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 shall be subsequently handed over to OIL.

b) OIL will give 14 days advance notice prior to installation to the successful bidder. c) 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). Bidders should also confirm about installation/ commissioning in the Technical Bid.

15.0 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.

16.0 AFTER SALES SERVICE :

Bidder should indicate the availability of nearest after sales service centre along with the details of infra structural capabilities. 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.

17.0 SERVICE AND WARRANTY:

(i) 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 jobsite.

(iii) The generator set supplier shall have factory trained service representatives and tooling necessary to install and commission all provided equipment. 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. iv)The bidder must undertake and confirm from OEMs that the equipment to be supplied are not going

to become obsolete for the next 10 years and provisioning of spares can be continued.

18.0 DATA SHEET FOR ENGINE :

MAKE MODEL NUMBER OF CULINDER ASPIRATION COMPRESSION RATIO SIZE ( BORE & STROKE) DISPLACEMENT DUTY GROSS HP AT 1500 RPM

Page 20: Supply, Installation, Testing and Commissioning KVA ...

Tender SDG1480P11/09 Page 20 of 28

DEDUCTION FOR FAN, ALD & TEMP. NETT HP AVAILABLE AT 1500 RPM SPECIFIC FUEL CONSUMPTION # 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

19.0 DATA SHEET FOR ALTERNATOR :

Make : Rated Output : Phase : Frequency : No. of Poles : RPM 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 :

20.0 DATA SHEET OF PANEL AND INSTRUMENTS :

Page 21: Supply, Installation, Testing and Commissioning KVA ...

Tender SDG1480P11/09 Page 21 of 28

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) Digital RPM Meter a) Make b) Range c) Cat No. 6)COS a) Make b) Rating c) Cat No 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 Materials shall be brand new, unused & of prime quality. 2.0 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 by their competent service engineer. 3.2 Installation/ Commissioning charges must be quoted separately on lumpsum basis which shall be considered

for evaluation of the offers. Total Nos. of days required for commissioning shall also be clearly indicated by the bidders.

Page 22: Supply, Installation, Testing and Commissioning KVA ...

Tender SDG1480P11/09 Page 22 of 28

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 The minimum FOB/FCA charges in case of partial order for reduced quantity/ items shall have to be indicated

by the bidder. In case this is not indicated specifically, the charges quoted would be prorata calculated and the same will be binding on the bidder.

6.0 Payment: Payment shall be released as follows:

i) 80 % of the order value shall be paid against dispatch / 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 item by OIL. OIL may also consider 100 % payment against shipment / despatch document provided bidder 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.

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

7.1 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.

7.2 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.

7.3 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.

Page 23: Supply, Installation, Testing and Commissioning KVA ...

Tender SDG1480P11/09 Page 23 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.

(B) TECHNICAL : 1.0 The gas engine should be a four stroke , naturally aspirated , radiator cooled engine , conforming to

ISO 3046 / BS 5514 / IS 10000 standards and capable of developing a net minimum of 145 BHP at 1500 rpm with a maximum compression ratio of 10.5 : 1.

2.0 The Alternator must be brushless type 3.0 Bidders should have the experience of successfully completing at least 3(Three) orders in the last

10(Ten) years preceding from 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 Genset along with the Control Panels and accessories in PSUs, Central Govt. or any other reputed Public Limited Company. Documentary evidence in this regard must be provided along with the quotation failing which offer will be rejected.

4.0 Bidder should be an OEM or authorized dealer of OEM for the engine or alternator or the complete

generating set or an OEM approved assembler of generating sets or his authorized representative. (OR)

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.

(OR) If the bidder is an OEM approved 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.

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

become obsolete for the next 10 years and provisioning of spares can be continued. (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.

Page 24: Supply, Installation, Testing and Commissioning KVA ...

Tender SDG1480P11/09 Page 24 of 28

2.0 Bid security of US $ 8,000.00 or ̀ 3,68,000.00 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). The Bid Security shall be valid for 240 days from the date of bid opening.

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 commercial bids as per bid format

(Summary), given below:

(i) Commercial 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 ( by OIL) charges, 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) Commercial 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

Page 25: Supply, Installation, Testing and Commissioning KVA ...

Tender SDG1480P11/09 Page 25 of 28

(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 ( by OIL) charges, if any (M) Installation & Commissioning charges (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 Commissioning Spares and 2 years Operationally Critical Spares should also be quoted

separately indicating the unit price and quantity quoted. 3. The items covered under this enquiry shall be used by OIL in the PEL/ML areas issued/renewed

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

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 and Training charges must be quoted separately on lumpsum basis which shall be considered for evaluation of the offers. These charges should include amongst others to and fro fares, boarding/lodging, local transport at Duliajan and other expenses of supplier’s commissioning/training personnel during their stay at Duliajan, Assam(India). Bidders must categorically indicate the above charges in their commercial offers and must confirm the same in their Technical bids.

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.

Page 26: Supply, Installation, Testing and Commissioning KVA ...

Tender SDG1480P11/09 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 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 genset? YES/NO

OFFER REFERANCE : ________________________________________________________ NAME OF THE BIDDER: ________________________________________________________

Page 27: Supply, Installation, Testing and Commissioning KVA ...

Tender SDG1480P11/09 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 3.71 Whether all the items of tender quoted?

Yes / No

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

Yes / No

3.73 Whether cost of Recommended Spares for 2 years of operations quoted? Yes / No 3.8 Whether quoted as per NIT (without any deviations)? Yes / No

3.81 Whether quoted any deviation? Yes / No

3.82 Whether deviation separately highlighted? Yes / No 3.9 Whether indicated the country of origin for the items quoted? Yes / No

3.91 Whether technical literature / catalogue enclosed? Yes / No

3.92 Whether weight & volume of items offered indicated? Yes / No

Page 28: Supply, Installation, Testing and Commissioning KVA ...

Tender SDG1480P11/09 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 Have you signed and submitted Integrity Pact and submitted along with Technical Bid? Yes / No

OFFER REFERANCE : ________________________________________________________ NAME OF THE BIDDER: ________________________________________________________

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


Recommended