oil india limited invites indigenous competitive bid ...oil india limited ( a govt. of india...
Post on 30-Nov-2020
2 Views
Preview:
TRANSCRIPT
OIL INDIA LIMITED ( A Govt. of India Enterprise )
4, India Exchange Place,
Kolkata – 700 001.
OIL INDIA LIMITED invites indigenous competitive bid through its e-procurement portal –
https://etender.srm.oilindia.in/sap/bc/gui/sap/its/bbpstart/, for the following e-Tenders :-
Srl. No. E-tender Bid Closing Date Materials Description
1. SKI8045P13 14.12.2012 Foam-cum-Water Monitor
2. SKI8075P13 08.01.2013 Bitumen Felt
2.0 Application showing full address / e-mail address with Tender fee (non-
refundable) of ` 1000.00 per tender (excepting PSU and SSI units registered with
NSIC) by Demand Draft in favour of M/s. Oil India Limited payable at Kolkata
and to be sent to Head-Calcutta Branch, Oil India Limited, 4, India Exchange
Place, Kolkata – 700 001 only. Application shall be accepted only upto one week prior
to Bid Closing Date. The envelope containing the application for participation should
clearly indicate “REQUEST FOR ISSUE OF USER ID AND PASSWORD FOR
E-TENDER NO..” for easy identification and timely issue of authorisation. On
receipt of requisite tender fee, USER_ID and initial PASSWORD will be
communicated to the bidder (through-e-mail) and will be allowed to participate in the
tender through OIL’s e-Procurement portal. No physical tender documents will be
provided. Details of NIT can be viewed using “Guest Login” provided in the e-
Procurement portal. The link to e-Procurement portal has been also provided
through OIL’s web site www.oil-india.com.
TENDER NO. SKI8045P13/04
INVITATION TO e-BID UNDER
Dear Sirs,
OIL invites Bids for Remote operated Foam cum water monitor with Foam Induction MechanismSINGLE STAGE TWO BID SYSTEM
conditions are available at Booklet No.
Tenders. The prescribed Bid Forms for submission of bids are available in the tender document
folder.
The general details of tender can be viewed
invitation screen. The details of items tendered can be found by clicking to
The tender is invited with firm price for
in C FOLDER as ANNEXURE II
The tender will be governed by:
a) “General Terms & Conditions”
01/2010 for E-Procurement LCB Tenders.
b) Technical specifications and
c) Offers should be valid for minimum
Date, failing which offer shall be rejected
d) The prescribed Bid Forms
folder. Checklist and Response Sheet
technical bid.
e) In the event of receipt of only a single offer against the tender within B.C. date, OIL
reserves the right to extend the B.C. date as deemed fit by the Company. During the
extended period, the bidders who have already submitted the bids on or before the original
B.C. date, shall not be permitted to revise their quotation.
f) Any sum of money due an
refundable to them) under this or any other contract may
Limited and set-off against any claim of Oil India Limited (or such other person or persons
OIL INDIA LIMITED
(A Government of India Enterprises)
4, India Exchange Place
Kolkata -1
TELEPHONE NO. (033) 222301657
FAX NO: (033) 22302596
Email: oilcalmn@dataone.in;oilcalmn@oilindia.in
DATE:
BID UNDER SINGLE STAGE TWO BID SYSTEM
Remote operated Foam cum water monitor with Foam Induction Mechanism through its e-Procurement
SYSTEM. The bidding documents and other terms and
are available at Booklet No. MM/CALCUTTA/E-01/2010 for E-Procurement LCB
Forms for submission of bids are available in the tender document
can be viewed at ‘Basic data’ under ‘Header data
invitation screen. The details of items tendered can be found by clicking to ‘Item data
The tender is invited with firm price for the specified quantity. Further details of tender are
ANNEXURE II.
The tender will be governed by:
“General Terms & Conditions” for e-Procurement as per Booklet No. MM/CALCUTTA/E
Procurement LCB Tenders.
and Quantity as per Annexure II
Offers should be valid for minimum 120 days from the date of Technical
, failing which offer shall be rejected.
for submission of bids are available in the tender document
Response Sheet must be filled-up and submitted along with the
In the event of receipt of only a single offer against the tender within B.C. date, OIL
ves the right to extend the B.C. date as deemed fit by the Company. During the
extended period, the bidders who have already submitted the bids on or before the original
B.C. date, shall not be permitted to revise their quotation.
Any sum of money due and payable to the contractor (including Security Deposit
refundable to them) under this or any other contract may be appropriated by Oil India
off against any claim of Oil India Limited (or such other person or persons
TELEPHONE NO. (033) 222301657
FAX NO: (033) 22302596
oilcalmn@dataone.in;oilcalmn@oilindia.in
DATE: 20.11.2012
SYSTEM
Remote operated Foam cum water monitor Procurement site under
bidding documents and other terms and
Procurement LCB
Forms for submission of bids are available in the tender document
Header data’ in Bid
Item data’.
Further details of tender are given
MM/CALCUTTA/E-
date of Technical Bid closing
for submission of bids are available in the tender document
up and submitted along with the
In the event of receipt of only a single offer against the tender within B.C. date, OIL
ves the right to extend the B.C. date as deemed fit by the Company. During the
extended period, the bidders who have already submitted the bids on or before the original
d payable to the contractor (including Security Deposit
be appropriated by Oil India
off against any claim of Oil India Limited (or such other person or persons
contracting through Oil India Limited) for payment of sum of money arising out of this
contract or under any other contract made by the contractor with Oil India Limited (or such
other person or persons contracting through Oil India Limited).
2.0 Application showing full address / e-mail address with Tender fee (non-refundable) of `
1000.00 per tender (excepting PSU and SSI units registered with NSIC) by Demand Draft in
favour of M/s. Oil India Limited payable at Kolkata and to be sent to Head-Calcutta
Branch, Oil India Limited, 4, India Exchange Place, Kolkata – 700 001 only till one week
prior to the bid closing date. The envelope containing the application for participation
should clearly indicate “Request for participation” for easy identification and timely issue
of authorisation. On receipt of requisite tender fee and subject to fulfillment of eligibility
criteria, USER_ID and initial PASSWORD will be communicated to the bidder (through-e-
mail) and will be allowed to participate in the tender through OIL’s e-Procurement portal. No
physical tender documents will be provided.
3.0 The tender is invited under SINGLE STAGE-TWO BID SYSTEM. The bidders are
required to submit both the “TECHNICAL” and “COMMERCIAL” bids through
electronic format 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 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 .
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:
* 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. 4.0 Please note that all the tender forms and supporting documents are to be submitted through
OIL’s E-procurement site only except the following documents are to be submitted manually
in a seal envelop super scribed with Tender no. and Bid Closing Date to Head-Calcutta
Branch, Oil India Limited, 4, India Exchange Place, Kolkata – 700 001 only on or before bid
closing date and time mentioned in the tender.
a) Original Bid Security
b) PSU and SSI units registered with NSIC claiming exemption from submission
of Bid Security should submit all credential.
c)Any other document required to be submitted in original as per tender
requirement
All documents submitted in physical form should be signed on all pages by the authorised
signatory of the bidder and to be submitted in triplicate.
5.0 Bidders are requested to examine all instructions, forms, terms and specifications in the
bid. Failure to furnish all information required as per the NIT or submission of offers not
substantially responsive to the bid in every respect will be at the bidders risk and may result in
rejection of its offer without seeking any clarifications.
6.0 All the Bids must be Digitally Signed using “Class 3” digital certificate (e-commerce
application) with organisation name as per Indian IT Act obtained from the licensed
Certifying Authorities operating under the Root Certifying Authority of India
(RCAI), Controller of Certifying Authorities (CCA) of India.
Area for uploading Priced
Bid**
Area for uploading Techno-
Commercial Unpriced Bid*
7.0 Bidders must ensure that their bid is uploaded in the system before the tender closing date
and time. Also, they must ensure that above documents which are to be submitted in a sealed
envelope are also submitted at the above mentioned address before the bid closing date and
time failing which the offer shall be rejected.
8.0 Single stage Two bid system shall be followed for this tender and only the price-bids of the
bidders whose offers are commercially and technically acceptable shall be opened for further
evaluation.
9.0 a) 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 V 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.
b) The name of the OIL’s Independent External Monitors at present are as under:
i) SHRI N. GOPLASWAMI, I.A.S. (Retd.),
Former Chief Election Commissioner of India
E-mail Id : gopalaswamin@gmail.com
ii) SHRI RAMESH CHANDRA AGARWAL, IPS (Retd.)
Former Director General of Police
E-mail Id : rcagarwal@rediffmail.com
10.0 The tender shall be governed by the Bid Rejection & Bid Rejection Criteria given in
enclosed Annexure II . However, if any of the Clauses of the Bid Rejection Criteria / Bid
Evaluation Criteria (as per Annexure-II) contradict the Clauses of the tender and / or
“General Terms & Conditions” as per Booklet No. MM/CALCUTTA/E-01/2010 for E-
procurement (LCB Tenders) elsewhere, those in the BEC / BRC shall prevail.
Yours Faithfully
Sd/-
(D. BHATTACHARJEE)
MANAGER MATERIALS
FOR : HEAD-CALCUTTA BRANCH
Tender No& Date : SKI8045P13
Tender Fee : 1000.00 INR
Bid Security Amount : 7,76,000.00
Bidding Type : SINGLE STAGE TWO BID SYSTEM
Bid Closing on : As mentioned in the Basic Data of e
Bid Opening on : As mentioned in the Basic Data of e
Performance Guarantee : Applicable
OIL INDIA LIMITED invites Indigenous tenders for items detailed below:
TECHNICAL SPECIFICATIONS WITH QUANTITY
SLNO & MATERIAL
CODE NO.
MATERIAL DESCRIPTION.
10
------------
99072837
Remote operated Foam cum water monitor with Foam Induction Mechanism
MONITOR,REMOTE OPERATED
FOAM CUM WATER
20
---------
MONITOR,MANUALLY OPERATED
FOAM CUM WATER
OIL INDIA LIMITED
(A Government of India Enterprise)
4, India Exchange Place, 4th
floor,
Kolkata 700001,
West Bengal (India)
TELEPHONE NO. (033) 2230 1657 / 58 / 59
FAX NO: (91
Email : oilcalmn@oilindia.in
oilcalmn@dataone.in
ANNEXURE-II
8045P13 /04 DATED 20.11.2012
: 1000.00 INR
7,76,000.00 INR
SINGLE STAGE TWO BID SYSTEM
mentioned in the Basic Data of e-portal
As mentioned in the Basic Data of e-portal
Performance Guarantee : Applicable
OIL INDIA LIMITED invites Indigenous tenders for items detailed below:
TECHNICAL SPECIFICATIONS WITH QUANTITY
MATERIAL DESCRIPTION. QUANTITY UNIT
Remote operated Foam cum water monitor with Foam Induction Mechanism
MONITOR,REMOTE OPERATED
FOAM CUM WATER
36
SET
MONITOR,MANUALLY OPERATED
FOAM CUM WATER
16
NO
TELEPHONE NO. (033) 2230 1657 / 58 / 59
FAX NO: (91-033) 2230 2596
oilcalmn@oilindia.in
oilcalmn@dataone.in
UNIT
SET.
NO
99074233
DETAILED SPECIFICATIONS
Remote operated Foam cum water monitor with Foam Induction Mechanism. Capacity : Variable flow of 1000, 750 and 500 GPM with single Nozzle.
Type : Non-aspirating
1.0 SCOPE
This specification covers the requirements regarding design, materials, fabrication,
performance, testing and supply of remote operated foam cum water monitor to be
used for fire fighting. The scope of supply shall include UL listed or FM approved
non-aspirating type foam-cum-water monitor to be used for Fire fighting along
with the remote operation mechanism (remote operated mechanism may or may
not be UL listed or FM approved), Motor Operated Isolation valve & flame proof
control panel etc. to facilitate remote operation of the monitor.
Foam-cum-water monitor is required in the following discharge capacities: 1000
USGPM adjustable to 750 USGPM & 500 USGPM at 7.0Kg/cm2 inlet pressure
with the same single nozzle. The Monitor shall be designed for mounting on stand
posts or elevated platform /tower at fixed locations. The monitor shall be capable
to give discharge in the form of hollow jet and spray arrangement. All the
operation of the monitor viz. Horizontal movement, Vertical Movement, Jet/spray
adjustment should be possible manually from Monitor (without use of power) and
remotely from remote control panel.
2.0 MONITOR & FOAM INDUCTION:
2.1 Foam Induction System
2.1.1 Foam feeding shall be by a separate & single aqua powered foam inductor.
The induction system shall be UL listed or FM approved for use along with
tendered monitor.
2.1.2 The Foam Inductor should be capable of feeding foam concentrate from a
horizontal distance of up-to 75 meters from the Monitor Nozzle.
2.1.3 The inlet and outlet of foam Inductor shall be provided with standard 63-mm
male and female instantaneous couplings as per IS:903.
2.1.4 The length of the foam pick up tube shall be 3-4 Meters. It should be possible
to induct 3% foam for all the three flows, however, variation of +20% of the
induction rate is permissible. Manual valve shall be provided at foam inductor to
set foam induction as per 1000 USGPM, 750 USGPM or 500 USGPM water flows.
2.2 Monitor
2.2.1 The monitor shall be able to discharge 1000 USGPM, 750 USGPM and 500
USGPM (depending upon adjustment at the Nozzle) at a pressure of 7.0Kg/CM2
(g) at the mating/mounting flange. The foam compound shall be AFFF/FFFP.
2.2.2 The nozzle shall produce foam with foam expansion ratio 1:3 to 1:4.
2.2.3 The pattern of the Water/foam jet nozzle shall be adjustable from straight to
140deg wide spray.
2.2.4 The monitor shall have traversing mechanism to give 340 deg. in either
direction in horizontal plane and +90 deg. & -15 deg. in vertical plane through
swivel joints operated by worm and worm wheel operated geared unit. There shall
be separate hand wheels for horizontal and vertical movement of the monitor. The
arrangement shall be such that monitor movements can be done by a single person.
All the gear mechanisms shall be sealed by proper enclosure to avoid accumulation
of dust on lubricated parts. Both the traversing mechanisms shall be self locking
type.
2.2.5 The Swivel Joints shall have SS ball bearing with efficient sealing.
2.2.6 The monitor shall be variable flow adjustment type and it should be possible
to set all three flow rates easily and quickly at site by the operator.
2.2.7 There shall not be any flanged joint on the monitor body, except one at base
flange. Other Joint between monitor body & nozzle shall be threaded type.
2.2.8 A pressure gauge to indicate the inlet pressure shall be fitted on the monitor
body near inlet of nozzle. Pressure drop across the monitor shall be less than 10
PSI.
2.2.9 A drain connection with valve shall be provided near the base flange.
2.2.10 The monitor shall be so designed as to resist the nozzle reaction forces
during operation and shall be capable of being handled by one person.
2.2.11 It should be possible to operate the monitor at 10.5 Kg/cm2 pressure at Inlet
flange.
3.0 MATERIAL OF CONSTRUCTION
Item/Part Material of Construction
Nozzle SS-316
Monitor Body SS-316
Flange (150LBS,ANSI B16.5 rating size 100mm) SS-316
Matching Flange (150LBS,ANSI B16.5 rating size 100mm) SS-316
Swivel Joints SS-316
Worm SS-316
Gear SS-316
Spindle for worm SS-316
Hand-wheels for Nozzle, horizontal/vertical movement SS-316
Pick up tube (3-4 meter length) PVC reinforced with high tensile steel wire helix
as per ASTM D1785 sch.80
Drain connection SS-316
Drain valve SS-316
Foam strainer (removable type) SS-316
Foam Inductor SS-316
Foam Inductor Couplings (63mm) SS-316
Nuts/bolts at Monitor SS-316
Mounting Brackets for Motors/Limit switches SS-316
4.0 APPROVAL
The Monitor, Foam Nozzle and Foam Induction device shall be UL Listed or FM
approved with following features:
i) Nozzle : Non-Aspirating type
ii) Monitor Flow : 1000 USGPM, 750 USGPM & 500 USGPM foam
solution with single nozzle.
iii) Operating Pressure : 100 PSI
iv) Induction : Aqua Powered variable flow Foam Inductor (single) suitable
for all the three flow rates (1000 USGPM, 750 USGPM
& 500 USGPM) of monitor.
The flame proof enclosures of Electrical Motors / Electrical panels / Junction
boxes shall be CIMFR/PESO certified as per hazardous area classification.
The flameproof enclosures of Electrical Motors / Electrical panels / Junction boxes
shall be DGMS approved as per hazardous area classification.
5.0 REMOTE CONTROL SYSTEM
Remote Control System shall be provided for horizontal and vertical rotation of the
monitor from the flameproof control panel to be supplied along with the monitor.
Jet and spray movement of the monitor nozzle shall also be remotely from the
control panel. The remote control system shall be electrically operated.
5.1 Control Panel shall have minimum following indication and control functions
for each monitor.
a. Joystick / Push Buttons with indication for up, down, right and left movements
on the nozzle.
b. Push button/joystick with indication for adjustment of spray / jet.
c. Push Buttons with indication for Open/Close of Motor Operated Isolation valve.
d. Indication Lamps for Power available.
5.2 Control Panel shall be complete with motor starters consisting of required
rating AC-3 motor duty switch, fuse, contactor, bi-metal thermal overload relay
and earth leakage detection relay to suit motor rating, motor start / stop push
button, selector switch, voltmeter etc. and suitable structural frame for mounting of
the panel. Control panel shall be relay based; however in case of specific
requirement the monitor movement controls shall be Programmable Logic
Controller based. Plug-in type relays will not be allowed.
5.3 The control panel shall be minimum Ex-n / Ex-e / Ex-d type in flameproof
enclosure suitable for Zone -2, Gas group # IIA / IIB with GI sheet canopy. Ingress
protection for enclosure shall be minimum IP55.
5.4 Motor shall be minimum Ex-n / Ex-e / Ex-d type suitable for Zone # 2, Gas
group IIA / IIB, temperature class: T3. Ingress protection for motor enclosure shall
be minimum IP55. All the motors installed at monitor shall comply with
requirements enclosed as per Annexure-A.
5.5 4 inch size Motor operated Isolation valve (MOV) shall be supplied along-with
each monitor. Specifications of Isolation valve to be used for MOV are enclosed as
per Annexure-B.
5.6 The electrical motor operated valve actuator for the isolation valve shall be
minimum Ex-n / Ex-e / Ex-d type suitable for Zone # 2, Gas group IIA / IIB &
temperature class: T3. Specifications of the Motor operated valve actuator are
enclosed as per Annexure # C.
5.7 Minimum conductor size for power cable for Control panel shall be 4 mm2
copper and all cables between control panel & monitor junction box shall be
1100V grade PVC insulated, PVC sheathed, armoured with GI strip/wire, fire
retardant type. The power cables from monitor junction box to monitor motors and
limit/proximity switches shall be flexible fire retardant type.
5.8 Power and Signal cable of 200 meters length for each motor shall be provided
along with the supplies for connection between the monitor motors and control
panel. Flameproof Junction Box, Signal & power cable of 200 meters length for
motor operated isolation valve and common cable tray for above cables shall be
supplied along with each monitor. Power supply cable from emergency feeder to
control panel and shall be under OIL#s scope.
6.0 PERFORMANCE
With pressure of 7 Kg/CM2 (g) at base flange, and Nozzle at 300 to 35 deg. From
horizontal the Monitor shall be capable of giving following performance:
Flow Unit : USGPM Minimum Horizontal Minimum Horizontal
Water Throw Foam Throw
(Unit : Meters) (Unit : Meters)
1000 70 64
750 60 55
500 50 45
Throw to be calculated on the basis of arithmetic average of throws (measured
from monitor base flange to approximate centre of the footprint) in downwind &
upwind directions at prevailing wind speed (maximum 4 KM/hr.) at the time of
performance test. Flow Variation of + 5% is permissible.
7.0 WORKMANSHIP AND FINISH
All the parts shall have good workmanship and finish. All burrs and sharp edges
shall be removed. Passages for foam/water shall have smooth finish.
8.0 PAINTING AND MARKING
8.1 All external surfaces shall be properly shot blasted & provided with two coats
of primer followed by two coats of final paint finish of 50 micron.
8.2 Each monitor shall be clearly and permanently marked (embossed on SS plate)
with the following:
a) Manufacturer's/Supplier#s name
b) Year of manufacturer
c) Purchaser#s name and order reference
d) Capacity
e) UL/FM marking for monitor.
9.0 SITE WORK
9.1 During erection, installation and commissioning of the monitor at site, vendor
shall have to depute their supervisor to commission all monitors at vendor#s cost.
9.2 Vendor shall depute the supervisor for assistance in installation/
commissioning within two weeks of call from the purchaser.
9.3 Vendor shall submit per man-day charges of supervision along with the priced
offer for any requirement of supervision during installation beyond two days.
10.0 EXCLUSION
10.1 Fire water mains up-to inlet base of monitors is excluded from vendor#s
scope.
10.2 Construction of Elevated platform / Structure.
10.3 Power supply up to the monitor control panel.
10.4 Erection of monitor, MOV & Cables.
11.0 INSPECTION & TESTING
Prior to dispatch from vendor#s shop the following acceptance tests shall be
carried out by the vendor to the complete satisfaction of OIL#s representative in
presence of Third Party Inspection Agency (TPIA) without any extra cost to OIL.
All consumable (e.g. water, foam compound etc.) shall be arranged by vendor at
his own cost. Vendor shall arrange all facilities to carry out inspection & testing as
follows:
# Positive Material Identification (PMI) test for 10% of the monitors.
# Visual and dimensional check.
# Hydraulic test of each monitor body at minimum 25 Kg/CM2 or hydraulic test
pressure specified by UL Listing/ FM approval whichever is higher. The pressure
shall be held for minimum five minutes without any leakage or distortion of any
part.
# Performance test shall be carried out for minimum 20% monitors. In case lot size
is less than 10 monitors than minimum 2 monitors shall be subjected to
performance test. Testing shall be carried out to verify the following performance
parameters as per above specification :
a) Measurement of Flow Rates (1000, 750 & 500 USGPM) at 7Kg/cm2 pressure at
inlet flange. (Variation of +5% is acceptable)
b) Horizontal Movement at 1000 USGPM flow manually by hand wheel & from
remote panel.
c) Vertical Movement at 1000 USGPM flow manually by hand wheel & from
remote panel.
d) Jet/spray pattern adjustment manually using lugs/handle & from remote panel.
e) Checking operation of all limit/proximity switches.
f) Horizontal Throw for foam & water at all the three 1000, 750 & 500 USGPM
settings (pressure at inlet flange 7 Kg/cm2)
g) Foam Expansion ratio 1:3 to 1:4.
h) Induction rates at all the three 1000, 750 & 500 USGPM settings.
i) Smooth functioning of Changeover of flows by single person without using
tools.
# Routine test as per applicable Indian Standards for all the motors.
Owner or his representative shall have access at all reasonable times to vendor#s
works where the appliance or its accessories are being fabricated and tested.
Annexure-A
Specification for Motors for Monitor Movement
1. Codes and Standards:
The Motor and their components shall comply with the latest editions of relevant
standard issued by BIS (Bureau of Indian Standards).
In case of imported motors standards of the country of origin shall be applicable, if
these standards are equivalent or stringent than the applicable Indian Standards.
The motor shall also conform to the provisions of Central Electrical authority
(India) Regulations, 2010, and other regulation currently in force in the country.
In case, Indian standards are not applicable or not covering any part, the standards
issued by IEC /BS /VED /IEEE /NEMA or equivalent agency shall be applicable.
In case of any contradiction between various referred standards / specifications
/Data sheets and statutory regulations the following order shall be govern.
- Statutory Regulation
- Tender specification
- Code and standards
2. Operating Conditions:
2.1. Ambient Conditions
Motor shall be suitable for operating satisfactorily in humid and corrosive
atmosphere found in refineries, petrochemical plants. Design ambient temperature
of 45º C and an altitude not exceeding 1000M above mean sea level shall be taken
in to consideration. Motor shall be operable under hot & humid outdoor weather
conditions encountered in India.
3. Frequency and Voltage
Motors shall be suitable for 415 Volts, 3 phase, 50 Hz A.C. Supply
Unless otherwise agreed motor shall be designed for operation at rated output
under the following conditions:
a) The terminal voltage differing from its rated value by not more than ± 6 %
or
b) The frequency differing from its rated value by not more than ± 3 % or
c) Any combination of (a) and (b)
4. Starting
4.1 Unless otherwise specified, motor shall be designed for on-line starting with
suitable protection.
4.2 Motor shall be designed for reacceleration under full load after a momentary
loss of Voltage with residual voltage being 100 % and is in phase opposition to the
applied Voltage.
4.3 Unless otherwise specified, all motors shall be suitable for starting under
specified load conditions with 75% of the rated voltage at the motor terminals.
5. Performance
- Motor shall be rated for intermittent duty cycle (S3), unless otherwise specified.
- Unless otherwise specified, the starting current (as % rated current) shall not
exceed
600% subject to tolerance.
- In particular cases, when the starting with reduced voltage is specified, care shall
be taken
such that the design values of torque meet the load requirement while at the same
time complying to starting conditions mentioned above in S.No.4.
6. Construction
6.1 Insulation
Unless otherwise specified the motor shall be with Class #B# insulation as a
minimum. In case of motor with class #F# insulation the permissible temperature
rise above the specified ambient temperature shall be limited to those specified in
the applicable Indian Standard for class #B# insulation.
In case of motors driving equipment with pulsating loads, special care shall be
taken for the joints of rotor bars and end rings to avoid premature failure due to
induced fatigue stress.
6.2 Terminal Box and Cable Entries
The terminal box shall be suitable enough to facilitate easy connection of the
cables. The terminal box shall be with necessary clearances, creepage distances
between live parts and between live parts to earth considering air insulation and
without any compound filling. The terminal box shall be provided with cable lugs
and entries for suitable cable glands corresponding to the size of the specified
cable. Nickel plated brass ( or aluminum if specifically required) , double
compression type cable glands / flame proof cable gland shall be supplied along
with the motors for the specific cable size.
Equipment and accessories shall conform to the hazardous area classification and
the environmental conditions as specified.
The terminal box shall be capable to withstand internal short circuit conditions
without danger to personnel or plant.
Appropriate phase markings as per IS shall be provided inside the terminal box.
The marking shall be non removable and indelible.
6.3 Earthing :
Two separate earthing studs shall be provided on the motor body. One additional
earth point shall be provided inside the motor terminal box.
Annexure #B
SPECIFICATION FOR ELECTRICAL MOTOR OPERATED GATE VALVE
1. Technical Data Sheet For Gate Valve
Rating : 150 Standard: API 600/ISO10434
Size: 4#Gate Valve Ends: Flanged to B-16.5, RF/125AARH
Description Construction Material
Body Cast ASTM A 216 CR. WCB
Bonnet Bolted ASTM A 216 GR WCB
Stem Rising ASTM A 182 Gr. F6a / ASTM A308
Wedge disc Solid/flexible 13% CR Steel Facing/13% Chrome
Body seat ring Renewable/Non-renewable ASTM A105 + HF with Stellite
Stem packing Renewable with valve open on stream Corrosion inhibited die
formed flexible
graphite with braided anti extrusion rings
Hand wheel Non rising Malleable Iron Cast ST/FAB.ST/DUCT.IRON
Bonnet bolts ASTM A 193 GR B7
Bonnet nuts ASTM A194 GR 2H
Requirement of
gear operator Yes (Refer technical notes)
Back seat &
shoulder 13% CR Steel
Hydrostatic testBody: 450 PSIG
pressure Seat: 325 PSIG
Test pressure 80 PSIG
with air
NOTES :
1) This valve specification Sheet shall be read in conjunction with technical notes
for valves.
2) Radiography of valve castings not required.
3) Valves manufactured as per API-600 and testing as per API-598 are also
acceptable.
Annexure -C
SPECIFICATION FOR ELECTRICAL MOTOR OPERATED VALVE
ACTUATOR
1.0 SCOPE
The scope of this specification covers design, manufacture, assembly, shop testing
and supply of electrical motor operated valve actuators intended for fully / partially
opening and closing valve duty. This specification does not cover the actuators for
flow regulating duty.
2.0 CODES AND STANDARDS
2.1 The equipment shall comply with the requirements of latest revision of the
following
standards issued by BIS (Bureau of Indian Standards) unless specified otherwise:
IS : 5 Colors for ready mixed paints and enamels.
IS : 325 Three-phase Induction Motors
IS : 2148 Flameproof enclosures for electrical apparatus
IS : 4691 Degrees of protection provided by enclosure for rotating electrical
machinery.
IS : 4722 Rotating electrical machines # Specification
IS : 9334 Electric Motor Operated Actuators
IS : 13947 Low Voltage Switchgear and Control gear(Parts #1, 3, 4&5)
2.2 In case of imported equipment, the standards of the country of origin shall be
applicable if these standards are equivalent or more stringent that the applicable
Indian standards.
2.3 The equipment shall also conform to the provisions of Central Electricity
Authority (India) Regulations, 2010 and other statutory regulations currently in
force in the country.
2.4 In case Indian standards are not available for any equipment, standards issued
by IEC/ BS/ VDE/ IEEE/ NEMA or equivalent agency shall be applicable.
2.5 In case of any contradiction between various referred standards / data sheets
and statutory regulations, the following order of decreasing priority shall govern:
a) Statutory regulations
b) Tender specification
c) Codes and standards
2.0 GENERAL REQUIREMENTS
3.1 The offered equipment shall be brand new with state of the art technology and
a proven field track record. No prototype equipment shall be offered.
3.2 Vendor shall ensure availability of spare parts and maintenance support
services for the offered equipment for at least 15 years from the date of supply.
3.3 The vendor shall be responsible for design, engineering and manufacturing of
the complete actuator to fully meet the intent and requirements of this
specification.
3.0 TECHNICAL SPECIFICATIONS
Each MOV actuator shall include the motor, actuator unit, gears, position
indicators, limit switches, hand wheel, electrical starter and controls, terminal box
etc. as a self-contained unit. The actuator shall be sized to provide adequate torque
and/ or thrust to ensure the complete intended travel of the valve under the worst
operating and electrical power supply conditions. MOV Actuator shall be
minimum Ex-n/Ex-e /Ex-d type suitable for Zone#2, Gas
group IIA /IIB, temperature class: T3 & shall meet the requirements of IS 2148,
IEC 79 or equivalent international standards. Ingress protection for motor
enclosure shall be minimum IP55. The manufacturer shall possess valid test
certificates issue by a recognized independent test house (CIMFR/
BASEEFA/LCIE/ UL/ FM/ or equivalent) and approved by DGMS (India) for the
offered actuators. All indigenous equipment shall conform to Indian standards and
shall have been tested and certified by Indian testing agencies. All equipment
(indigenous and imported) shall also have valid statutory approvals as applicable
for the specified hazardous locations from Petroleum and Explosives Safety
Organization (PESO)/ CCE or any other applicable statutory authority. All
indigenous flameproof equipment shall have valid BIS license and corresponding
marking as required by statutory authorities.
4.1 Motor
4.1.1 The motor shall be 3-phase squirrel cage induction type unless specified
otherwise in the data sheet. It shall have totally enclosed, non-ventilated
construction.
4.1.2 The motor shall be designed for valve actuator service with high starting
torque and shall be suitable for Direct on line starting. It shall be rated for S2-15
minute duty and shall conform to IS 325 or equivalent international standards.
4.1.3 The motor shall be provided with thermister(s) embedded in the hot spots of
motor winding for protecting the motor.
4.1.4 The motor shall be suitable for starting under required torque with 75% of
rated
voltage at motor terminals.
4.1.5 The motor shall have class #F# insulation with temperature rise limited to
class #B# limits. Motor winding shall be treated to resist corrosive agents and
moisture.
4.1.6 Motor rotor shall preferably be of die-cast aluminum and, if brazed, shall be
free
from phosphorous.
4.1.7 Motor shall be provided with two nos. earthing points on the body and one
earthing point inside the terminal box.
4.2 Integral Starter and Control Transformer
The reversing starter, control transformer and local controls shall be integral with
the valve actuator. Solid state control of valve actuator and electrically isolated
interface for remote control requirement shall be provided, wherever these features
exist in manufacturer#s design.
The integral starter shall be supplied with the following devices:
a) Electrically and mechanically interlocked reversing contactors for opening and
closing operations.
b) Control transformer with necessary tapings and protected with suitable easily
replaceable fuses.
c) Terminal block for external cable connection fully prewired for internal devices
of valve actuator.
d) MOV actuators operating with AC power supply shall be provided with
Instantaneous Phase reversal protection.
e) Earth leakage detection relay with sufficient contacts for remote indication.
4.3 Integral Push Button, Selector switches, Indications and Control devices
The following local control devices shall be provided integral with the MOV
actuator:
a) Push buttons for #Opening/ Closing/ Stop# or alternatively #Open/ Close#
selector switch.
b) Local/ Off/ Remote selector switch, pad-lockable in each position.
c) Local continuous position indication from #Valve fully open# to #Valve fully
closed# position, which may be of analogue or digital type using mechanical
indication/Indicating lamps /LEDs.
4.4 Torque and Travel Limit Switches
Torque limit switches shall be provided to protect the motor from over-loading by
cutting-off the power supply to motor during opening and closing operations. The
limit switches shall be preset. However, it shall be possible to set the value of
maximum torque during closing from 50% to 100% of rated torque of actuators.
Travel limit switch shall be provided to cut-off the power supply to the motor at
the end of preset limit of valve travel. The switches shall be provided with requisite
number of potential-free contacts for valve actuator operation and for indication on
remote panels. Instead of mechanical torque limit switches, magnetic pulse counter
/ encoders to measure and control the stroke of actuator may be provided, wherever
this feature exists in manufacturer#s design.
4.5 Control Facilities
The internal controls and monitoring circuits shall be incorporated within the
integral starter along with transformer and control unit of valve actuator. Remote
control facility shall be provided as a standard feature. The remote control circuits
shall be powered from internally derived control supply voltage.
Common status contact indicating the availability of the MOV actuator for remote
control shall be provided by monitoring the following:
- Loss of one or more phases of power supply
- Loss of control circuit supply
- Selector switch in local mode
- Local stop push button set to #Off#
- Motor thermostat tripped
- Motor earth fault
- Any other local fault/ abnormal condition
4.6 Hand Operation
A hand wheel with auto lockable lever shall be provided for emergency operation
of the MOV. The energisation of the motor shall automatically re-engage power
operation.
4.7 Nameplate
Each motorized valve actuator shall be provided with a stainless steel nameplate
furnishing the following details, attached firmly to it at a place convenient for
reading:
a) Actuator tag number
b) Motor kW rating, motor time rating, motor supply voltage, nominal motor
phase current, auxiliary switch rating
c) Maximum torque setting
d) Actuator enclosure type, lubricant type
e) Actuator type, wiring diagram number/ catalogue number, actuator serial
number
Apart from the nameplate indicating the Tag Number a separate nameplate shall
also be provided on each actuator to indicate the details of the testing agency
(CIMFR or equivalent), test certificate number with date, statutory approval
number with date, approval agency for hazardous area application (PESO/
CCE/DGMS), BIS license number with date, applicable Gas group and
Temperature class etc. the nameplate shall be riveted/ fixed with screws and not
pasted. In case any of the standard details listed above are embossed on the
enclosures, the same need not be repeated.
4.9 The enclosure of complete MOV actuator including motor, integral starter,
control transformer unit and all control devices shall have minimum IP-55 degree
of ingress protection.
4.10 Wiring and Terminals
All devices provided in the actuator shall be wired up to the terminal block. The
contacts for remote operation and indication shall also be wired up to the terminal
block. Minimum 10% spare terminals shall be provided for future interlocks.
Internal wiring for power and control circuits shall be appropriately sized for MOV
actuator rating. Each wire shall be identified at both ends using PVC ferrules.
The terminal compartment shall be separated from the inner electrical components
of the actuator by means of a watertight seal so that the actuator electrical
components are protected from the ingress of moisture and foreign materials when
the terminal cover is removed during installation and maintenance.
4.11 Vendor shall be solely responsible for the compatibility of the MOV actuator
with the valve and for the selection and sizing of various electrical devices and
components in the actuator.
4.12 The actuator shall be provided with minimum three adequately sized cable
entries viz., one for power cable and two for control cables. However, the actual
number of control cable entries in actuator with 2-wire control system shall be
provided based on job requirements as specified in data sheets/ specification for
control systems for MOVs. Suitable double compression cable glands shall be
provided with each actuator for all cable entries and sealing plugs for all control
cable entries. The cable glands and plugs shall be made of Nickel-plated brass.
5.0 Inspection, Testing and Acceptance
5.1 The equipment shall be subject to inspection by Owner or by an agency
authorized by the owner. Manufacturer shall furnish all necessary information
concerning the supply to Owner. During the course of manufacturing, the
purchaser or his authorized representative shall be free to visit the works and assess
the progress of work and the manufacturer shall render him all possible assistance
to do so.
5.2 Following routine and acceptance tests shall be carried out at the
manufacturers#
works under his supervision and at his own cost for all the actuators.
a) Functional and calibration test for torque and limit switches
b) Response time test
c) Variation of supply voltage
d) Variation of frequency
e) Routine Tests for motor (As per relevant IS/ IEC)
f) Life test
g) Test on output shaft
Tests listed at Cl. nos. 5.2(b), 5.2(c), 5.2(d), 5.2(e), 5.2(f) and 5.2(g) above are
the acceptance tests.
5.4 Type test certificates, original drawings referred in certificates and statutory
approval certificates and BIS license, where applicable, shall be shown to the
inspection agency on demand. The certificates and BIS license must be valid at the
time of dispatch.
5.5 Test certificates of bought-out components shall be shown to the inspection
agency on demand.
6.0 Packing and dispatch
All the equipment shall be divided into multiple sections for protection and ease of
handling during transportation. The equipment shall be properly packed for the
selected mode of transportation, i.e. by ship, rail or trailer. The equipment shall be
wrapped in polythene sheets before being placed in crates/ cases to prevent damage
to finish. The crates/ cases shall have skid bottoms for handling. Special notations
such as #Fragile#. #This side up#, #Center of gravity#, #Weight#, #Owner#s
particulars#, #PO no.# etc. shall be clearly and indelibly marked on the packages
together with other details as per purchases as per purchase order.
The equipment may be stored outdoors for long periods before installation. The
packing shall be completely suitable for outdoor storage in areas with heavy rains
and high ambient temperature unless otherwise agreed. In order to prevent
movement of equipment/ components within the crates, proper packing supports
shall be provided. A set of instruction manuals for erection, testing and
commissioning, a set of operation and maintenance manuals and a set of final
drawings shall be enclosed in a waterproof cover along with the shipment.
GENERAL NOTE:-
PAYMENT:- 70% PAYMENT WILL BE RELEASED ON SUBMISSION OF
DESPATCH DOCUMENTS AND BALANCE 30% WILL BE RELEASED ON
SUCCESSFUL INSTALATION AND COMMISSIONING AT SITE.
DELIVERY:-THE ITEMS ARE MOST URGENTLY REQUIRED FOR FIELD
OPERATIONS. BIDDERS ARE REQUESTED TO QUOTE THEIR BEST
DELIVERY PERIOD.
SPECIAL TERMS AND CONDITIONS
1.0 Each monitor shall be clearly and permanently marked (embossed on SS plate)
with the following:
a) Manufacturer's/Supplier#s name
b) Year of manufacturer
c) Purchaser#s name and order reference
d) Capacity
e) UL/FM marking for monitor.
2.0 APPROVAL
a) The Monitor, Foam Nozzle and Foam Induction device shall be UL Listed or
FM approved with following features:
i) Nozzle : Non-Aspirating type
ii) Monitor Flow : 1000 USGPM, 750 USGPM & 500 USGPM foam solution with
single nozzle.
iii) Operating Pressure : 100 PSI
iv) Induction : Aqua Powered variable flow Foam Inductor (single) suitable for all
the three flow rates (1000 USGPM, 750 USGPM & 500 USGPM) of monitor.
b) The flame proof enclosures of Electrical Motors / Electrical panels / Junction
boxes shall be CIMFR/PESO certified as per hazardous area classification.
c) The flameproof enclosures of Electrical Motors / Electrical panels / Junction
boxes shall be DGMS approved as per hazardous area classification.
3.0 PERFORMANCE CRITERIA
The OEM must have manufactured and supplied UL Listed/FM approved variable
flow (minimum two flow with single Nozzle) foam-cum water monitor along with
foam induction system of tendered or higher capacities (minimum two flow with
single nozzle) of remote/manual/fixed/mobile type to any Petroleum or
Petrochemical or Fertilizer Industries, which must be working satisfactorily for a
minimum period of six months on tender bid due date. Bidder should submit
relevant documents with technical bid.
4.0 INSPECTION & TESTING
Prior to dispatch from vendor#s shop the following acceptance tests shall be
carried out by the vendor to the complete satisfaction of OIL#s representative in
presence of Third Party Inspection Agency (TPIA) without any extra cost to OIL.
All consumable (e.g. water, foam compound etc.) shall be arranged by vendor at
his own cost. Vendor shall arrange all facilities to carry out inspection & testing as
follows:
# Positive Material Identification (PMI) test for 10% of the monitors.
# Visual and dimensional check.
# Hydraulic test of each monitor body at minimum 25 Kg/CM2 or hydraulic test
pressure specified by UL Listing/ FM approval whichever is higher. The pressure
shall be held for minimum five minutes without any leakage or distortion of any
part.
# Performance test shall be carried out for minimum 20% monitors. In case lot size
is less than 10 monitors than minimum 2 monitors shall be subjected to
performance test. Testing shall be carried out to verify the following performance
parameters as per above specification :
a) Measurement of Flow Rates (1000, 750 & 500 USGPM) at 7Kg/cm2 pressure at
inlet flange. (Variation of +5% is acceptable)
b) Horizontal Movement at 1000 USGPM flow manually by hand wheel & from
remote panel.
c) Vertical Movement at 1000 USGPM flow manually by hand wheel & from
remote panel.
d) Jet/spray pattern adjustment manually using lugs/handle & from remote panel.
e) Checking operation of all limit/proximity switches.
f) Horizontal Throw for foam & water at all the three 1000, 750 & 500 USGPM
settings (pressure at inlet flange 7 Kg/cm2)
g) Foam Expansion ratio 1:3 to 1:4.
h) Induction rates at all the three 1000, 750 & 500 USGPM settings.
i) Smooth functioning of Changeover of flows by single person without using
tools.
# Routine test as per applicable Indian Standards for all the motors.
Owner or his representative shall have access at all reasonable times to vendor#s
works where the appliance or its accessories are being fabricated and tested.
5.0 DOCUMENTATION AT THE TIME OF SUPPLY:
Three sets of documents (duly certified) to be provided :
a) As built (approved) drawings of monitor assembly.
b) Electrical circuit diagrams (approved) for junction boxes & remote panel. Cable
termination details & cable schedule.
c) Installation procedure.
d) All inspection and testing records including electrical items.
e) Valid DGMS approval for flame proof enclosures, motors & panel, and all flame
proof electrical items.
f) Operating and Instruction manual.
BID REJECTION CRITERIA (BRC) / BID EVALUATION CRITERIA
(BEC)
The following BRC/BEC will govern the evaluation of the bids received against
this tender. Bids that do not comply with stipulated BRC/BEC in full will be
treated as non responsive and such bids shall prima-facie be rejected. Bid
evaluation will be done only for those bids that pass through the “Bid Rejection
Criteria” as stipulated in this document.
Other terms and conditions of the enquiry shall be as per General Terms and
Conditions vide MM/CALCUTTA/E-01/2010 for E-Procurement LCB Tenders.
However, if any of the Clauses of the Bid Rejection Criteria / Bid Evaluation
Criteria (BRC / BEC) contradict the Clauses of the tender or MM/CALCUTTA/E-
01/2010 elsewhere, those in the BRC / BEC shall prevail.
1.0 BID REJECTION CRITERIA (BRC):
The bid shall conform generally to the specifications and terms and conditions
given in this document. Notwithstanding the general conformity of the bids to the
stipulated specifications, the following requirements will have to be particularly
met by the Bidders without which the same will be considered as non-responsive
and rejected.
A) TECHNICAL:
1.0 Bidder's Qualification: The bidder shall be an Original Equipment
Manufacturer (OEM) or an authorized representative / dealer /supplier of the
OEM.
2.0 Bidder's Experience
2.1 For Manual operated HVLR:
a) The bidder shall be in the business of manufacturing/ supplying for last 3
years as on Bid Closing Date.
b) The bidder shall have the credential of successfully executing supply of
not less than 10% of tender quantity of UL listed/FM approved variable
flow (minimum two flow with single Nozzle) manually operated foam-
cum water monitor along with foam induction system of tendered or
higher capacities in last three years as on Bid Closing Date.
c) Documentary evidence in support of the bidders past supply shall be
submitted along with the bid in the form of Purchase Orders with detail
Specification of the item.
d) In case the bidder is an authorized dealer/agent to market the said product,
the dealer/agent can submit the bid on behalf of the OEM having above
experience qualification. A valid copy of authorization letter issued by
the OEM must be submitted along with the bid.
2.2 For Remote operated HVLR:
a. The bidder shall be in the business of manufacturing/ supplying for last 3
years as on Bid Closing Date.
b. The bidder shall have the credential of successfully executing supply of not
less than 10% of tender quantity of the quoted item viz. UL listed/FM
approved variable flow (minimum two flow with single Nozzle) remote
operated foam-cum water monitor along with foam induction system of
tendered or higher capacities (variable flow remote operated) in last three
years as on Bid Closing Date.
c. Documentary evidence in support of the bidders past supply shall be
submitted along with the bid in the form of Purchase Orders with detail
Specification of the item.
d. In case the bidder is an authorized dealer/agent to market the said product,
the dealer/agent can submit the bid on behalf of the OEM having above
experience qualification. A valid copy of authorization letter issued by the
OEM must be submitted along with the bid.
B) COMMERCIAL:
i). Bids are invited under “Single Stage Two Bid System”. Bidders have to
submit both the “Techno-commercial Unpriced Bids” and “Priced Bids”
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 is to be submitted as per scope of works and Technical specification of
the tender and the priced bid as per the online Commercial bid format. For
details of submission procedure, please refer relevant para of General Terms
and Conditions vide MM/CALCUTTA/E-01/2010 for E-Procurement LCB
Tenders. Any offer not complying with the above shall be rejected
straightway.
ii). Bid security: Bid security of Rs. 776000.00 shall be submitted manually in sealed
envelope superscribed with Tender no. and Bid Closing date to Head
Materials, Materials Department, Oil India Limited, Duliajan- 786602,
Assam on or before the Bid Closing Date and Time mentioned in the
Tender. If bid security in ORIGINAL of above mentioned amount is not
received within bid closing date and time , the bid submitted through
electronic form will be rejected without any further consideration. For
exemption for submission of Bid Security, please refer Clause No. 8.8 of
General Terms and Conditions vide MM/CALCUTTA/E-01/2010 for E-
Procurement LCB Tenders. The Bid Security shall be valid for 10 months
from the date of bid opening.
iii). Performance Security:
Successful bidder will be required to furnish a Performance Bank Guarantee
@10% of the order value.
For exemption for submission of Performance Bank Guarantee, please refer
Clause No. 9.12 of General Terms and Conditions vide MM/CALCUTTA/E-
01/2010 for E-Procurement LCB Tenders. The Performance Bank Guarantee
for capital nature items like plant and machinery etc. shall be valid for 12
months from the date of commissioning or 18 months from the date of
despatch whichever concludes earlier. However, for consumables like
chemicals, cement, tubular etc. the Performance Bank Guarantee shall be
valid for 12 months from the date of despatch.
iv). The Bank Guarantee should be allowed to be encashed at all branches
within India.
v). Validity of the bid shall be minimum 120 days from the Bid Closing Date.
vi). The prices offered will have to be firm through delivery and not subject to
variation on any account. A bid submitted with an adjustable price will be
treated as non-responsive and rejected.
vii). Bids received after the bid closing date and time will be rejected. Similarly,
modifications to bids received after the bid closing date & time will not be
considered.
viii). All the Bids must be Digitally Signed using “Class 3” digital certificate (e-
commerce application) as per Indian IT Act obtained from the licensed
Certifying Authorities operating under the Root Certifying Authority of
India (RCAI), Controller of Certifying Authorities (CCA) of India. The bid
signed using other than “Class 3” digital certificate, will be rejected.
ix). C folder is meant for Technical bid only. Therefore, No price should be
given in C folder, otherwise the offer will be rejected.
x). Price should be maintained in the “online price schedule” only. The price
submitted other than the “online price schedule” shall not be considered.
xi). Integrity Pact :
OIL shall be entering into an Integrity Pact with the bidders as per format
enclosed vide Annexure V 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.
2.0 BID EVALUATION CRITERIA (BEC)
The bids conforming to the technical specifications, terms and conditions
stipulated in the tender and considered to be responsive after subjecting to the Bid
Rejection Criteria as well as verification of original of any or all documents/
documentary evidences pertaining to BRC, will be considered for further
evaluation as per the Bid Evaluation Criteria given below.
i) To evaluate the inter-se-ranking of the offers, Assam Entry Tax on purchase
value will be loaded as per prevailing Govt. of Assam guidelines as
applicable on bid closing date. Bidders may check this with the appropriate
authority while submitting their offer.
ii) To ascertain the substantial responsiveness of the bid OIL reserves the right
to ask the bidder for clarification in respect of clauses covered under BRC
also and such clarifications fulfilling the BRC clauses in to must be received
on or before the deadline given by the company, failing which the offer will
be summarily rejected.
iii) Priced bids of only those bidders will be opened whose offers are found
technically acceptable. The technically acceptable bidders will be informed
before opening of the "priced bid".
AA. Standard Notes:
1) The tender is invited under SINGLE STAGE-TWO BID SYSTEM. The
bidder has to submit both the “TECHNICAL” and “COMMERCIAL” bid
through electronic form in the OIL’s e-Tender portal within the Bid Closing
Date and Time stipulated in the e-Tender. The Technical Bid is to be
submitted as per Scope of Work & Technical Specification of the tender and
Commercial bid as per the Online Commercial Bid format.
2) In Technical Bid opening, only Collaboration Folder ( C folder ) will be
opened. Therefore, the bidder should ensure that Technical bid is uploaded in
the c-Folder link (collaboration link) under Un-priced Bid Tab Page only. No
price should be given in above C folder, otherwise the offer will be rejected.
Please go through the help document in detail before uploading the document.
3) The original bid security ( amount is mentioned above and also in Basic Data of
the tender in OIL’s e-portal) should reach us before bid closing date and time of
the technical bid. Bid without original Bid Security will be rejected. The bidders
who are exempted from submitting the Bid Bond should attach documentary
evidence in the Collaboration folder as per clause 8.8 of General Terms and
Conditions vide MM/CALCUTTA/E-01/2010 for E-Procurement LCB Tenders.
The Bid Security shall be valid for six months from the date of bid opening.
4) COMMERCIAL BIDS OF ONLY THOSE BIDDERS WILL BE OPENED
WHOSE OFFERS ARE FOUND TO BE TECHNICALLY ACCEPTABLE.
5) OIL reserves the right to allow Small Scale Sectors registered with NSIC
purchase preference facility as admissible as per existing Government Policy. The
bidders are requested to check the latest position on the subject on their own and
OIL does not accept any liability whatsoever, on this account.
6) To ascertain the substantial responsiveness of the bid OIL reserves the right to
ask the bidder for clarification in respect of clauses covered under BRC also and
such clarifications fulfilling the BRC clauses in to must be received on or before
the deadline given by the company, failing which the offer will be summarily
rejected.
7) Price should be maintained in the “online price schedule” only. The price
quoted in the “online price schedule” will only be considered.
8) All the Bids must be Digitally Signed using “Class 3” digital certificate (e-
commerce application) only as per Indian IT Act obtained from the licensed
Certifying Authorities operating under the Root Certifying Authority of India
(RCAI), Controller of Certifying Authorities (CCA) of India. The bid signed
using other than “Class 3” digital certificate, will be rejected.
9.) Offers should be valid for minimum 120 days from the date of Technical
Bid closing Date, failing which offer shall be rejected.
10) Integrity Pact is applicable against this tender. Therefore, please attach
the Integrity Pact document duly signed along with your quotation as per BRC. The name of the OIL’s Independent External Monitors at present are as
under :
(A) SHRI N. GOPALASWAMI, I.A.S ( Retd) ,
Former Chief Election Commissioner of India
E-mail Id : gopalaswamin@gmail.com
(B) SHRI RAMESH CHANDRA AGARWAL , IPS( Retd)
Former Director General of Police
E-mail Id : rcagarwal@rediffmail.com
-----xxxx-----
top related