Home

SDI9272P16 - Oil India Limited

image

Contents

1. through its e Procurement site under SINGLE STAGE COMPOSITE BID SYSTEM The bidding documents and other terms and conditions are available at Booklet No MM LOCAL E 01 2005 for E Procurement LCB Tenders The prescribed Bid Forms for submission of bids are available in the Technical RFx gt External Area gt Tender Documents The general details of tender can be viewed by opening the RFx Tender under RFx and Auctions The details of items tendered can be The tender will be governed by a b c d e General Terms amp Conditions for e Procurement as per Booklet No MM LOCAL E 01 2005 for E Procurement LCB Tenders Technical specifications and Quantity as per Annexure 1A The prescribed Bid Forms for submission of bids are available in the Technical RFx gt External Area gt Tender Documents 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 All corrigenda addenda amendments time extension clarifications etc To the tender will be hoisted on OI s website www oil indiaccom and in the e portal https etenders srm oilindia in irj portal only and no separate notification shall be issued Page 1 of 4 in the press Pr
2. Name of manufacturer Manufacturer s Type No Model No Panel type Degree of protection Fully Type tested Yes No Type tested at Specify lab Institution where test was carried out 7 Conforms to Standards a IEC b BIS c Others 8 Rated Insulation a Min withstands voltage b Impulse voltage withstand dry 9 Materials of contacts for connections at top of porcelain insulator and middle portion of porcelain 10 Thickness of Panel Sheet metal 11 Type of gas filled inside pole 12 Whether catalague and operating manual enclosed with offer 13 Guaranteed maintenance free life with document support of a Panels b Circuit breaker 14 Operational safety interlocks provided in breaker To be specified 15 Whether test reports enclosed with offer 16 Whether any seperate terminal pad is required for overhead connection or not 17 Control and Relay Panel Wiring a Voltage rating b Insulation type amp material c Wire size 18 Creepage distance in mm of VCB 19 Whether type of mechanism of breaker is with spring motor or not 20 Rating of spring charge motor of VCB 21 Number of Poles of VCB 22 Whether offer VCB out door type or not 23 Designed Temperature amp Humidity limit of out door VCB N AvA Page 40f 5 24 Rated voltage of outdoor VCB 25 Rated frequency of outdoor VCB 26 Rated breaker current of outdoor VCB 27 Rated Short Circuit breaking current of outd
3. date iii Performance Security The successful Bidder will have to provide Performance Security 10 of order value The Performance Security must be valid for one year from the date of successful commissioning of the equipment or 18 months from the date of despatch whichever is earlier The validity requirement of Performance Security is assuming despatch within stipulated delivery period and _ confirmation to all terms and conditions of order In case of any delay in despatch or non confirmation to all terms and conditions of order validity of the Performance Security is to be extended suitably as advised by OIL iv The Bank Guarantee should be allowed to be encashed at all branches within India v 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 vi Bids received after the bid closing date and time will be rejected Similarly modifications to bids received after the bid closing date amp time will not be considered vii All the Bids must be Digitally Signed using Class 3 digital certificate with Organisation s name 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 with Organisatio
4. 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 user ID and password 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 NOTE PSUs and MSE units are provided tender documents Free of Cost as per govt guidelines however they have to apply to OIL s designated office to issue the tender documents before the last date of sale of tender document mentioned in the tender 3 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 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 Detailed Catalogue if any c Any other document required to be submitted in original as per tender requirement All documents subm
5. for auto closing duty The inspection and repairing of the vacuum interrupter can be done by removing only the upper terminal of the interrupter unit as and when required This operation does not require the breaker to be dismantled amp it takes only a few hours to put the breaker into service again The low operating noise level of the spring charged operating mechanism used in this breaker enables its use near residential areas The breaker have been made extraordinarily simple apd geht to increase safety in the events of an earthquake C Technical Details of VCB Rate Voltage 12KV Rate lightning impulse withstand 75KVp Rate power frequency 28kV Creepage distance total 300 mm Applicable standards IS 13118 IEC 60056 Type of mechanism Spring closing tripping Rated normal current 800Amps Pole 3 poles Rated short circuit breaking current 20 kA Rated short circuit making current 34kAp DC component lt 50 Rated operating sequence O 0 3 sec CO 3 min CO Rated frequency 50 Hz Rated break time lt 60 ms Rated closing time lt 60 ms Rated closing tripping voltage 24 30 V DC Motor voltage 220V AC DC Power required by trip and close coils Maximum 450 Watt Rated duration of short circuit 3 sec Rated single capacitor bank breaking current 550 A Auxiliary Contact 6 NO amp 6 NC Degree of protection IP56 as per IEC 60529 IS 2147 Weight Maximum 650 Kg 10 D O
6. offer along with the detail specifications Please note that only spare list is required not the material 13 Copy of valid electrical supervisory license for the person who will carry out the installation amp commissionig job at site to be provided as this is essential as per CEA 14 The materials to be duly inspected by OIL s engineers at main workshop before its dispatch 15 Make of Vacuum Circuit Breaker amp interuupting unit interrupter should same amp document support for this to be enclosed in offer other wise their offer shall be rejected 16 Necessary civil jobs for commissioning of supplied panels will be carried out by supplier at their own cost 17 After installation atsite height of the top portion of the porcelain insulator of outdoor unit should be as per CEA regulation Page 3 of 5 A 1 Maximum weight of outdoor type 11KV pole mounted VCB should be 650Kg 10 2 Control voltage of breaker is 24 30V DC 3 Latest Test certifcates for short circuit amp capacitive current switch to be submitted with offer 4 Agreeing on sucessfull installation and commissioning of supplied materials at sites as per OIL requirements 5 Material VCB to be inspected at main workshop before it s dispatch 6 Bidder should fill the following data sheet and the should be supported by suitable documents literatures etc otherwise filled information may treated as incomplete DATA SHEET 11KV SWITCHGEAR PANEL 800A OUTDOOR TYPE
7. will be rejected 4 Panel should be of outdoor type ingress protection should be of IP56 or above Test reports related to the out door type should be furnished with the offer 5 Bidder should fill up the data sheet mentioned in special terms amp conditions amp each amp every datas to be supported by document other wise filled data sheet may not be accepted amp the offer shall be rejected 6 Tentative general diagram schematic diagram should be submitted along with offer for our scrutiny 7 Packing should be adequate to avoid transit damage and ingress of moisture Supplier should ensure healthy delivery of the materials at user end 8 Supplier should install amp commission the supplied material at sites No accomodation transportation amp tools will be provided from OIL during the execution of the job Fixing of supplied panel atsite amp commission the same upto the satisfactory of OIL engineers is the responsibility of the supplier 9 Offer should be for FOR Moran 10 The panel should be guranteed for minium one year period from the date of commissioning gurantee certificate should be supplied along with the material 11 In case of Order 3 three sets of maintenance amp operatig manuals should be supplied along with the material amp also to train our employees by manufacturer engineer about the maintenance amp operating of material in OIL workshop 12 Recomended Spares list amp their Price should be submitted in their
8. Annexure I OIL INDIA LIMITED A Government of India Enterprise P O Duliajan 786602 Assam India E mail material oilindia in INVITATION FOR LOCAL COMPETITIVE BID OIL INDIA LIMITED invites Local Competitive Bid LCB through its e procurement portal https etender srm oilindia in irj portal for the following items E Tender No Bid Closing Opening Item Description Date SDI9241P16 Dtd 13 11 2015 07 01 2016 AIR COMPRESSOR Single Stage Two Bid System a QTY 4 Nos SDI9239P16 dtd 13 11 2015 07 01 2016 RECTANGULAR TANK Single Stage Two Bid System oe QTY 6 Nos SDI9238P16 Dtd 13 11 2015 07 01 2016 MUD SUCTION TANK Single Stage Two Bid System ie QTY 6 Nos SDI9212P16 Dtd 10 11 2015 07 01 2016 STEAM JACKET Single Stage Two Bid System oe QTY 12 Nos SDI8974P16 Dtd 17 10 2015 07 01 2016 CREW HUT Single Stage Composite Bid System aa QTY 3 Nos SDI9272P16 Dtd 17 11 2015 07 01 2016 VCB PANEL Single Stage Composite Bid System QTY 2 Nos SDI9097P16 Dtd 28 10 2015 07 01 2016 EMULSION TREATER Single Stage Composite Bid System OF QTY 1 No SDI9278P16 Dtd 17 11 2015 07 01 2016 TRIP TANK Single Stage Composite Bid System QTY 6 Nos SDI8975P16 Dtd 17 10 2015 07 01 2016 TRIP TANK Single Stage Composite Bid System QTY 3 Nos SS1I9224P16 Dtd 13 11 2015 Single Stage Composite Bid System peers ee SS1I9246P16 Dtd 14 11 2015 Single Stage Com
9. Page 4 of 4 Annexure CCC Tender No amp Date SDI9272P16 Dtd 17 11 2015 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 LOCAL E 01 2005 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 LOCAL E 01 2005 elsewhere those in the BRC BEC shall prevail Criteria Complied Not Complied Remarks if any 1 0 BID REJECTION CRITERIA BRC A TECHNICAL The bid shall conform generally to the 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 B COMMERCIAL i Validity of the bid shall be minimum 120 days from the Bid Closing Date ii Bid security The bid must be accompanied by Bid Security of Rs 32 000 00 in OIL
10. ears from as on bid due closing date The bidder should submit documentary evidence in support of their offer like purchase order works order with detailed scope of work and completion certificate performance certificate along with bid 3 The manufacturer should have designed engineered manufactured tested and supplied in during last three years at least one set of 11K V VCB panel with control and relay panel including GI structure of capacity 800Amps 3 pole 13 1kA short circuit breaking current for 3 sec 34kAp short circuit making current and must have proven track record for operating satisfactorily at least a period of one year as on bid due date In case the bidder is an authorised dealer they should submit the credential of their manufacturer as mentioned 4 Degree of enclosure protection of panel is IP56 amp above Test certificate to be submitted with offer 5 Outdoor vacum circuit breaker and its Interrupter should be of same make Documentary evidence for this to be submitted with offer Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions of NIT Page 5 of 5 Technical Bid Checklist Annexure EEE Meern CO Bidder s Name Compliance by Bidder Indicate Confirmed Not Indicate Corresponding page ref of SL NO BEC TENDER REQUIREM ENTS Confirmed Not applicable unpriced bid or Comments Bidder to confirm that he ha
11. fill up the greyed cells only Response Sheet Annexure FFF Bidders Name Bidders Response Sheet Delivery Period in weeks from placement of order Complied to Standard Payment Terms of OIL or not Bid Security Submitted if applicable Details of Bid Security Submitted to OIL if applicable a Bid Security Amount In Rs b Bid Security Valid upto Bank including Telephone Fax Nos and Email id of branch manager Bid Security if Not submitted reasons thereof Whether you shall submit Performance Security in the event of placement of order on you if applicable Integrity Pact Submitted if applicable Whether submitted documents in support of General Qualification criteria of NIT If bidder is Small scale unit whether you are eligible for purchase preference as per Govt guideliness Whether filled up the bank details for online payment as per Annexure GGG NOTE Please fill up the greyed cells only SINo Remarks ___ a I O E o 2 O ae 3 S OOO O A O Oo E 5 O A 6 O O y O E 8 O Sie 9 O E 10 Po SSS Ss a PO aa If Bid security submitted as Bank Guarantee Name and Full Address of Issuing Po O B O E 15 nay es ANNEXURE GGG TO BE FILLED UP BY ALL THE VENDOR IN THEIR OWN LETER HEAD ALL FIELDS ARE MANDATORY Tender No Name of Beneficiary Vendor Code Address Phone No Land Line Mobile No E mail address Bank Account No Minimum Eleven Digit No Ba
12. ge 2 of 5 1 Installation and fixing including grouting of the supplied panels at site 2 Permanent 30V DC arrangement to be made at site for control voltage and necessry connections to panels breaker 3 Checking of various relays meters and other provided in control and relay panel 4 Connection between control amp relay panels and outdoor VCB to be done by party 5 Connection of the 11K V overhead conductor to out door VCB unit to be done in liasion with OIL both by OIL amp party 6 Energization of the panel and testing of the panels at no load condition to be done at site 7 Testing of panels in full load condition including simulation of faults with available loads 8 Submission of testing and commissioning reports 9 Necessary help suggestion for installation to be provided by supplier 10 Accomodation may be arranged on chargeable basis subject to availability NOTE 1 Item to be delivered at OIL Moran Bidders to note of while quoting the Freight Charge 2 Item is to be procured from OEM or their authorized dealers only Copy of valid dealership certificate showing the validity date shall be furnished with the quotation otherwise the offer shall be rejected The panel shold be a make of reputed make like Crompton Greaves Simens ABB any other reputed brand 3 Technical catalogues leaflet operation amp maintanence manual of panel should be submitted along with the offer otherwise offer
13. 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 toto must be received on or before the deadline given by the company failing which the offer will be summarily rejected NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions of NIT Page 3 of 3 ANNEXURE TA TECHNICAL SPECIFICATIONS WITH QUANTITY Tender No amp Date SDI9272P16 Dtd 17 11 2015 Complied Not Complied Remarks if any ITEM NO 10 11KV OUTDOOR VCB WITH CONTROL amp RELAY PANEL QTY 4NOS SPECIFICATION OF 11KV 800AMPS OUTDOOR TYPE POLE MOUNTED VCB PANEL ALONG WITH MOUNTIG GI STRUCTURE ALONG WITH CONTROL amp RELAY PANEL WITH OVER CURREN amp EARTH FAULT PROTECTION RELAY A Introduction of pole mounted VCB panel Porcelain Clad Vacuum Circuit Breakers outdoor type with minimal maintenance high reliability and complete free from menace of vermins Specially designed for outdoor applications with adequate clearances sufficient creepage to suit polluted atmosphere and there is nO communication between inside of pole unit and the atmosphere VCB is of live tank type with rated voltage 11KV It consist of three porcelain enclosed vacuum type interrupters providing a high i
14. itted in physical form should be signed on all pages by the authorised signatory of the bidder and to be submitted in triplicate 4 0 Benefits to Micro amp Small Enterprises MSEs as per prevailing Govt guidelines as applicable on B C date shall be given MSEs who are interested in availing the benefits will upload with their offer proof of their being MSE registered for the item tendered The MSE are also required to upload scanned copies of relevant documents indicating details of registration alongwith validity name of the registering organization and details of the item ownership etc failing which their offer may not be liable for consideration of benefits to MSEs 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 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 7 0Bid must be submitted electronically only through OIL s e procurement portal Bid submitted in any other form wi
15. ll be rejected 8 0 The tender shall be governed by the Bid Rejection amp Bid Evaluation Criteria given in enclosed Annexure CCC However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria as per Annexure CCC contradict the Clauses of the tender and Page 3 of 4 or General Terms amp Conditions as per Booklet No MM LOCAL E 01 2005 for E procurement LCB Tenders elsewhere those in the BEC BRC shall prevail 9 0 To ascertain the substantial responsiveness of the bid OIL reserves the right to ask the bidder for clarification in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in toto must be received on or before the deadline given by the company failing which the offer will be summarily rejected 10 0 Please do refer the User Manual provided on the portal on the procedure How to create Response for submitting offer 11 0 If Bank Guarantee is submitted towards Bid Security then bidders have to ensure that the Bank Guarantee issuing bank indicate the name and detailed address including e mail of their higher office from where confirmation towards genuineness of the Bank Guarantee can be obtained NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions of NIT Yours Faithfully Sd R BARMAN SR MANAGER MATERIALS IP FOR HEAD MATERIALS
16. n s Name digital certificate will be rejected viii Price should be maintained in the online price schedule only The price submitted other than the online price schedule shall not be considered ix A bid shall be rejected straightway if it does not conform to any one of the following clauses Page 2 of 3 a Validity of bid shorter than the validity indicated in the Tender b Original Bid Security not received within the stipulated date amp time mentioned in the Tender c Bid Security with i Validity shorter than the validity indicated in Tender and or ii Bid Security amount lesser than the amount indicated in the Tender d Average Annual Turnover of a bidder lower than the average Annual turnover mentioned in the Tender 2 0 BID EVALUATION CRITERIA BEC A TECHNICAL The bids conforming to the 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 B COMMERCIAL 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
17. nk Name Branch Complete Address of your Bank IFSC Code of your Bank a RTGS b NEFT PAN VAT Registration No CST Registration No Service Tax Registration No Provident Fund Registration I We confirm and agree that all payments due to me us from Oil India Limited can be remitted to our above mentioned account directly and we shall not hold Oil India Limited responsible if the amount due from Oil India Limited is remitted to wrong account due to incorrect details furnished by us Office Seal Signature of Vendor Counter Signed by Banker Seal of Bank Enclosure Self attested photocopies of the following documents 1 PAN Card 2 VAT Registration Certificate 3 Service Tax Registration 4 CST Registration 5 Provident Registration Certificate 6 Cancelled cheque of the bank account mentioned above in original 7 Bank Statement not older than 15 days on the date of submission
18. nsulation as well as an excellent breaking capability amp spring operating mechanism ensuring high operational reliability Suitable mounting structure of GI along with control and relay panel with over current amp earth fault protection in all respects for above outdoor VCB B General Features of pole mounted VCB panel This VCB is extremely simple and compact in design Vacuum of the breaker has superior dielectric properties therefore recovery is faster and hence the arc quenching is accomplished within 8 to 23mm of contact gap No deterioration of quenching medium The vacuum integrity is ensured by the design amp manufacturing technology of the interrupter The contact erosion is minimal due to short arc duration This makes the interrupter a highly reliable switching device with very long contact life This VCB require very little maintenance except periodic lubrication of mechanism parts The interior of each pole has inert atmosphere and is filled with SF6 gas This ensures that there is no trace of humidity in the pole by breathing The individual pole is independently filled with inert gas and there is no interconnecting pipelines Hence the number of gas joints is considerably reduced which automatically reduce the probability of leakage Each pole is properly sealed at each joint makes the circuit breaker absolutely vermin proof In addition to normal switching duties the circuit breaker is suitable
19. oor VCB 28 Rated Operating sequence of breaker of outdoor VCB 29 Rated duration of short circuit in second of outdoor VCB 30 Operating life of out door VCB 31 Whether control and relay panels considered in offer or not 31 Distance between porcelain clad poles of outdoor VCB 32 Name of various indications available in out door VCB and control amp relay panels 33 Name of protection designed covered Over current Earth fault 34 Whether GI frame will be supplied along with out door VCB panel or not for fixing of outdoor VCB panel 35 CTs and PTs informations 36 Ammeter and Voltmeter information 37 Whether 30V DC power arrangement for VCB is considered or not 38 Make of Vacuum Circuit Breaker and It s Interrupter Special Terms amp Conditions B 1 Offer should be complete in all respect to meet the technical specifications as per NIT The Bidder should be panel manufacturer or authorized dealer for supplying amp commissioning of 11KV outdoor type VCB panel with control and relay panel including GI structure In case of authorized dealer valid dealership certificate must be submitted along with offer 2 The bidder should have experience of supplying installation testing and commissioning of Minimum Ino of 11KV outdoor type VCB panel with control and relay panel including GI structure of minimu Rs value of Rs 9 54 000 00 in any Central Govt State Govt PSUs Public Ltd companies in last during last three y
20. ospective bidders are requested to regularly visit the website and e portal to keep themselves updated f 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 Limited and set 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 g Bidder are advised to fill up the Technical bid check list Annexure EEE and Response sheet Annexure FFF given in MS excel format in Technical RFx gt External Area gt Tender Documents The above filled up document to be uploaded in the Response Special Note 1 0 General Qualification Criteria In addition to the general BRC BEC following criteria on Bidders Experience and their financial capabilities shall be considered D as on the Bid Closing Date Criteria Complied Not Complied Documentary evidence submitted not submitted a Bidder should have experience of successfully executing single similar order of Rs 9 54 Lakhs during last 3 years b Annual financial turnover of the firm in any of the last 3 financial years or current financial year should not be less than Rs 31 80 Lakhs No
21. posite Bid System AREA CARRER SSI9206P16 Dtd 09 11 2015 07 01 2016 CGI SHEET Single Stage Composite Bid System aa QTY 3000 Nos Tender fee Non refundable Rs 1 000 00 Bid Closing Opening Time 11 Hrs IST 14 Hrs IST Period of sale of documents Till one week prior to bid closing date The complete bid documents and details for purchasing bid documents participation in E tenders are available on OIL s e procurement portal https etender srm oilindia in irj portal as well as OIL s website www oil india com NOTE All addenda Corrigenda time extension etc to the tenders will be hosted on above website and e portal only and no separate notification shall be issued in the press Bidders should regularly visit above website and e portal to keep themselves updated OIL INDIA LIMITED F A Government of India Enterprises PO Duliajan 786602 Assam India TELEPHONE NO 91 374 2808719 FAX NO 91 374 2800533 Email ranjanbarman oilindia in erp_mm oilindia in FORWARDING LETTER Tender No SDI9272P16 Dtd 17 11 2015 Tender Fee Rs 1 000 00 Bid Security Amount Rs 32 000 00 Bidding Type SINGLE STAGE COMPOSITE BID SYSTEM Bid Closing on As mentioned in the e portal Bid Opening on do Performance Security Applicable Integrity Pact Not Applicable OIL invites Bids for Supply Installation amp Commissioning of 11KV OUTDOOR VCB WITH CONTROL amp RELAY PANEL QTY 4 NOS
22. s prescribed format as Bank Guarantee or a Bank Draft Cashier cheque in favour of OIL The Bid Security may 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 The Bank Guarantee towards Bid Security shall be valid for 10 months from Bid closing date i e upto Bid Security may also be paid online on or before the Bid Closing Date and Time mentioned in the Tender If bid security in ORIGINAL of above mentioned Amount and Validity is not received or paid online within bid closing date and time the bid submitted through electronic form will be rejected without any further consideration Page 1 of 3 For exemption for submission of Bid Security please refer Clause No 8 8 of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders The format of Bank Guarantee towards Bid Security Annexure VII has been amended to Annexure VII Revised and bidders should submit Bank Guarantee towards Bid Security as per Annexure VII Revised only In case of extension of Bid Closing date against the tender where a bidder has already submitted his bid with requisite bid security validity within the original B C Date such bidders will extend validity of bid security covering the extended period of the bid closing
23. s not taken any exception deviations to the bid document Confirm that the product offered strictly conform to the technical specifications Confirm that the Offer has been made with Bid Bond Bank Guarantee Earnest M oney along with the offer Wherever Applicable Confirm unconditional validity of the bid for 120 days from the date of opening of techno commercial bid Confirm that the prices offered are firm and or without any qualifications Confirm that the Bid comply with all the terms amp conditions Confirm that the offers and all attached documents are digitally signed using digital signatures issued by an acceptable Certifying Authority CA as per Indian IT Act 2000 CONFIRM THAT YOU HAVE SUBMITTED THE DULY SIGNED INTEGRITY PACT DOCUM ENT Wherever Applicable CONFIRM THAT YOU HAVE SHALL SUBMIT PERFORM ANCE BANK GUARANTEE AS PER NIT IN THE EVENT OF PLACEM ENT OF ORDER ON YOU Wherever Applicable CONFIRM THAT YOU HAVE SUBMITTED DOCUM ENTS AS PER GENERAL QUALIFICATION CRITERIA Confirm that you have submitted Name and Full Address of Issuing Bank including Telephone Fax Nos and Email id of branch manager 1 where Bid security has been submitted as Bank Guarantee 6 Confirm that all relevant fields in the on line biding format been filled in by the bidders for the items quoted by them 7 Confirm that the the price bid is in conformity with OIL s online bidding format NOTE Please
24. te Documentary evidence in respect of the above should be submitted in the form of copies of relevant Purchase Orders along with copies of any of the documents in respect of satisfactory execution of each of those Purchase Orders such as i Satisfactory Inspection Report OR ii Satisfactory Supply Completion Installation Report OR iii Consignee Receipted Delivery Challans OR iv Central Excise Gate Pass Tax Invoices issued under relevant rules of Central Excise VAT OR v any other documentary evidence that can substantiate the satisfactory execution of each of the purchase orders cited above For Annual financial turnover enclose the audited Annual Reports or balance sheet certified by a chartered accountant 2 0 Vendors having OIL s User ID amp password shall purchase bid documents on line through OIL s electronic Payment Gateway Vendors who do not have OIL s User ID amp password shall obtain User ID amp password through online vendor registration system in e portal and can subsequently purchase bid documents through OIL s electronic Payment Gateway Alternatively application showing full address email address with Tender Fee Non refundable of Rs 1 000 00 in favour of M s Oil India Limited and payable at Duliajan is to be Page 2 of 4 sent to Head Materials Oil India Limited P O Duliajan Assam 786602 Application shall be accepted only upto one week prior to B C date_ or_as amended in e portal The
25. ther Features of VCB panel The interrupting unit should indigenously manufactured by OEM only The vacuum interrupter has contact arrangement that gives efficient arc interruption No separate Terminal pad is required for overhead conductor connection No special tools and techniques required for routine maintenance The operating mechanism has an operating life of minimum 10 000 operations because of the special steel components used in it Earthing and Lifting provision is available in panel E Test and Performance of VCB The performance and reliability of this breaker and their excellent interrupting capability to be verified at renowned testing laboratory like CPRI India The breaker type tested for short circuit and capacitive current switching test as per IEC 60056 amp IS 13118 1991 F GI structure GI structure for installation of outdoor type 11KV VCB panel should be manufacture at main workshop along with VCB in order to fix VCB with structure at site smoothly G Control amp Relay panel Control and Relay panel having over current and earth fault protection features Relays CTs PTs Voltmeter Ammeter etc to be use in panel should be as per standard ITEM NO 20 INSTALLATION amp COMMISSIONING QTY 1 AU A To commission the panel at site as per user requirement Any materials required for installation amp commissioning of panel will be arranged and provided by party B Jobs Pa

Download Pdf Manuals

image

Related Search

Related Contents

Viking RDEWD103 User's Manual  Manual - WholeSaleGateOpener  JELD-WEN THDJW166700597 Use and Care Manual    Report  Sonalksis  取り扱い説明書はこちら  Volker Craig VC3100 Service Manual    事業者様へのご案内  

Copyright © All rights reserved.
Failed to retrieve file