Home

SGI4746P15 - Oil India Limited

image

Contents

1. 15 If bidder is Small scale unit whether you are owned by SC ST entrepreneur e e j aes x a Le B Page 18 of 19 of tender SG14746P15 dated 02 09 2014 ANNEXURE GGG TO BE FILLED UP BY ALL THE VENDOR IN THEIR OWN LETER HEAD ALL FIELDS ARE MANDATORY Tender No PTT E cowbace nate vadeeiecenucecssaestedaeecaneceweces wees Name of Beneficiary SUS si P seeds cast ouse ceesvesue cease E O ES Vendor Code PA E E baw eens bolel dotesea den sse acveerboteedeed soadeeeasesutewond be deteowtenaceed Address P PEE aba cba E A EE E das Oleons Seeaivedendegdless wah ramet ae delees Phone No Land Line e Seine davviee s Ses esos soe cdsasopeeeee eed seep cesescse dese eeb ete eenescesceses Mobile No e PEE cote oboe See ebie bade saued ete seaaneeiee cays seecusecuws tae deck e re eeetunenecie ee E mail address E cies boos ease dan bacadaeeieceeue tuba vase cab ewencuus A week scuseeveeeees Bank Account No Minimum Eleven Digit No E Siseees etodecsanesS vate cab sueeasse cape dedecebsepacensacweces oe Bank Name n dGaw s Seen sneleedle ba sewesoeecoussessu ates eoveseKsanauceedeceseresseeceseees eases Branch Shssdedeubes Oewexeeweet fis E auaecdeacesecebeebs cds satwelces oe Complete Address of your a sedges dame Quien snl EESE EEOSE E EAER S ES esse wcseceesess es Bank E senesdaseswoves vaecece cosdeussdessvetecssevencssosasecusvers T IFSC Code of your Bank a RTGS AEE Sdebess sassiews ogee vee ococeusebascasnssaeec so
2. GJ The table does not contain any data On EDIT Mode The following screen will appear Bidders are advised to Upload Techno Commercial Unpriced Bid and Priced Bid in the places as indicated above Page 3 of 19 of tender SGI4746P15 dated 02 09 2014 Edit RFx Response Submit Read Only Print Preview Check TeclinigalRFx Response Close Save Bid on EDIT Mode Be RFx Response Number 60006452 RFx Number TEST2 Status Withdrawn Submission Deadline 13 04 2013 11 00 00 INDIA RFx Owner WIPRO_TEST1 Total Value 0 00 INR Response Version Number 2 RFx Version Number 5 5 Area for uploading Priced _ Bid Sign Attachment Add Attachment Edit Description Versioning Delete Create Qu Assigned To Category Description File Name Version Processor Checkec A The table does not contain any data 7 0 General Qualification Criteria In addition to the General BRC BEC following criteria on Bidders Experience and their financial capabilities shall be considered documentary evidence to be provided along with the bid in Technical RFx gt External Area gt Tender Documents as on the Bid Closing Date i Successful execution of a single order of value not less than Rs 10 68 Lakhs for supply of similar items during last 3 years ii Annual turnover of the firm in any of the last 3 financial years or current financial year should not be less than Rs 35 60 Lakhs 8 0 Application showing full address em
3. max 75 W 0 60 C 3 PLC Processor User memory 2 MB Memory Card Compact Flash Built in port RS 232 Serial Communication Option EtherNet IP ControlNet DeviceNet Data Highway Plus Remote I O Redundancy Full support Programming language Relayladder Structuredtext Functionblock Sequential function chart 4 Ethernet Module Media Copper Communication Rate 10 100 Mbps CIP Motion Axes Up to 128 TCP IP Connections 64 Logix Connections 128 5 ControlNet Comm Module Cable 2 BNC connectors for redundant media operation 1 NAP RJ 45 8 pin with shield ControlNet network communication rate 5M Diagnostics YES Number of nodes max 99 Slot width 1 Connections supported max 64 Communication interface type Bridge Device type Communication interface Power dissipation 5 14 W Backplane current 970 mA 5 1 V 1 7 mA 24 V Wiring category 1 2 on communications ports 6 ControlNet Adapter I O Capacity 8 modules Input Voltage Rating 24V dc nominal Input Voltage Range 19 2V to 31 2V dc includes 5 ac ripple Communication Rate 5M Bits s Indicators Comm A red grn Comm B red grn I O Status red grn Bus Output Current 640mA maximum 5V Page 8 of 19 of tender SGI4746P15 dated 02 09 2014 dc Power Consumption 400mA maximum from external 24V supply Power Dissipation 4 6W maximum 19 2V dc 7 Power Supply Nominal Supply Voltage 230V ac 47 6
4. BID REJECTION CRITERIA BRC The bid shall conform generally to the specifications and terms and conditions given in this bidding document Bids shall be rejected in case the goods materials offered do not conform to required parameters stipulated in the technical specifications Notwithstanding the general conformity of the bids to the stipulated specifications the following mandatory requirements will have to be particularly met by the Bidders without which the same will be considered as non responsive and rejected All the documents related to BRC must be uploaded alongwith the Bid A Technical The bid shall conform generally to the specifications and terms and conditions given in this bidding document B COMMERCIAL i The Bidder shall furnish requisite Bid Security by way of a Bank Guarantee Bank Draft in the manner and as specified in Section Bid Security which shall be furnished alongwith the Bid Any bid not accompanied by a proper bid security will be rejected ii Validity of the bid shall be minimum 120 days from the Bid Closing Date otherwise the bid shall be rejected iii 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 iv Bids received after the bid closing date and time will be rejected v All the Bids must be Digitally Signed using Class 3 digital certificate e comme
5. amp Commissioning and Training to be procured from same source FKK kk k K k K ois k 2 K gt K Page 15 of 19 of tender SGI4746P15 dated 02 09 2014 ANNEXURE CCC CHECKLIST ALL DETAILS AS PER TENDER REQUIREMENTS SHALL BE PROVIDED IN THE BID THIS CHECKLIST IS TO CROSSCHECK THE OFFER AND TO KNOW THE SAME Part A TECHNICAL Sl DESCRIPTION CONFIRMATION OF DESCRIPTION OF No SUPPLY MAKE MODEL NO Yes No ETC OF THE ITEM TO BE SUPPLIED PLC Workstation Cum Simulator Cum Card Testing Station shall consist of the following 7 Slot Control Logix Chasis quantity 1no Chassis Power Supply quantity 1 no Control Logix Processor quantity 1 no Ethernet Card quantity 1 no am Controlnet Communication Module quantity 1 no 6 Controlnet Adaptor Module quantity 1 no 8 Terminal Base quantity 1no 9 16 Channel DC Input Module quantity tno o Jo o oo no Analog Input 8 Channel quantity 1 no no Controlnet Taps quantity 2 nos 14 Controlnet BNC amp End terminator quantity as required Controlnet cable quantity 10 meters E 16 A simulator Panel consisting of 12 Luminous Push button amp Four Selector Switch to simulate Digital Input Output two Analog Potentiometer and two Analog Voltmeter The Simulator Panel and PLC Hardware will be mounted on MS Platform The Simulator Panel will also have one 24 VDC Power Supply quantity 1 no RS 232 Serial Cable to Connect Computer t
6. 3Hz 1 1A max Voltage Range 85 265V ac Input Current 1 9A maximum Nominal output Voltage 24V dc Voltage range 20 4 27 6V dc Output Current 3A max horizontal mount 2 38 all other mounting Output Power 72W Minimum load 50mA power dissipation 12w 8 16 Ch DC Input Module Number of Input 16 current sinking Voltage 24V DC Voltage Range 10V DC 31 2V DC Current 1 5 mA min 9 16 Ch DC Output Module Number of Outputs 16 current sourcing Voltage 24V DC Voltage range 10V DC 31 2V DC Current 500 mA per channel 8 0 A per module Output Delay Off to On 0 5 ms On to Off 1 0 ms 10 Analog Input Module Number of Inputs 8 single ended Non isolated inputs Signal Range 4 20 mA user configurable 0 20 mA user configurable Input Conversion Rate 8 0 ms all channels Absolute Accuracy Current Input 0 1 Full Scale at 25 C Voltage Input 0 1 Full Scale at 25 C 11 Analog Output Module Number of Outputs 4 single ended outputs Signal Range 4 20 mA 0 20 mA 10V 0 10V Output Resolution 12 bits sign 5 13A Cnt 2 56 mV Cnt Absolute accuracy Current Output 0 425 Full Scale at 25 C Voltage Output 0 133 Full Scale at 25 C software Programming Page 9 of 19 of tender SGI4746P15 dated 02 09 2014 software package for discrete process batch motion safety and drive based applications Software should be easy to use IEC61131 3 complian
7. C BEC contradict the Clauses of the Bidding document or MM LOCAL E 01 2005 elsewhere those in the BRC BEC shall prevail iv To ascertain the inter se ranking the comparison of the responsive bids will be made as per price format given in Appendix I Price format as in Appendix I to be filled and submitted under tab Notes and attachment in the e tender portal Page 13 of 19 of tender SGI4746P15 dated 02 09 2014 Appendix I Bidders are required to submit the summary of the prices in their commercial bids as per bid format Summary given below Priced Bid Format SUMMARY Item Item Description material code UOM Qty Unit Total Srl Required Price Price No 10 PLC Workstation cum Simulator No 2 cum card testing Station 20 1 Installation amp Commissioning AU 1 of the PLC Workstation cum Simulator cum card testing Station at OIL office Guwahati Assam 2 Training of OIL s personnel on the operation of PLC Workstation cum simulator cum card testing station at OIL office Guwahati Assam A Total material value Item no 10 B Packing and Forwarding Charges C Total Ex works value A B D Excise Duty including Cess Please indicate applicable rate of Duty E Total Ex works value including Excise Duty amp Cess C D F Sales Tax Please indicate applicable rate of Tax G Total FOR Despatching station value E F H Freight charges to Guwahati 1 Insurance Charges J Assam Ent
8. Number 1756 CNBR d Flex Controlnet Adaptor Module Part Number 1794 ACNR e Flex 16 Channel DC Input Module Part Number 1794 IB16 f Flex 16 Channel DC Output Module Part Number 1794 OB 16 g Analog Input 8 Channel Part Number 1794 IE8 2 Bidder shall be the original equipment manufacturer OEM or its Authorized dealers In case of Dealer Bidder must submit copy of their valid Authorisation certificate without which their offer shall not be considered for evaluation Page 10 of 19 of tender SGI4746P15 dated 02 09 2014 3 Bidder should quote for both the items sl no 10 amp 20 and it is mandatory The price of both the items will be added together to determine the total offer price All items shall be procured from a single party only 4 The bidder shall provide along with the offer technical literature Catalogue of offered items for technical scrutiny failing which the offer will be liable for rejection 5 The bidder must have supplied similar nature of order to organizations of repute Documentary evidence in support of this has to be submitted along with the quotation failing which the offer will be rejected 6 The OEM shall possess a valid ISO 9001 certificate for Quality Management System Bidder must submit copy of their valid ISO 9001 certificate without which offer shall not be considered for evaluation 7 Warranty The items shall be warranted for a period of 18 months from the date of
9. OIL INDIA LIMITED A Government of India Enterprise P O Udayan Vihar 781171 Guwahati Assam India OIL INDIA LIMITED invites Indigenous Competitive Bid under single stage composite bid system through its e Procurement portal https etender srm oilindia in ir portal for the following item e Tender no amp Material Description Bid Closing date SGI4746P15 Procurement Installation amp Commissioning and Training of BC date 30 10 2014 PLC Workstation cum Simulator cum Card Testing Station SGI4777P15 Procurement Installation amp Commissioning of Lightning amp BC date 30 10 2014 Surge Protection Solution Application showing full address e mail address with tender fee Non refundable of Rs 1000 00 only Excepting PSUs and SSI units registered with NSIC in favour of M s Oil India Limited and payable at Guwahati is to be sent to Chief Materials Manager PL Oil India Limited P O Udayan Vihar Assam 781171 only between 10 09 2014 and one week prior to bid closing date The envelope containing the application for participation should clearly indicate Request for participation for easy identification and timely issue of authorization No physical tender documents will be provided 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 Bidders who are already having vendor code
10. ail address with Tender Fee Non refundable of Rs 1 000 00 in favour of M s Oil India Limited and payable at Guwahati is to be sent to Chief Material Manager Oil India Limited Pipeline Headquarter P O Udayan Vihar Guwahati 781171 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 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 bidding document 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 SSI units are provided bidding 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 bidding document mentioned in the tender 9 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 a
11. aps quantity 2 nos 14 Controlnet BNC amp End terminator quantity as required 15 Controlnet cable quantity 10 meters 16 A Simulator Panel consisting of 12 Luminous Push button amp Four Selector Switch to simulate Digital Input Output two Analog Potentiometer and two Analog Voltmeter The Simulator Panel and PLC Hardware will be mounted on MS Platform The Simulator Panel will also have one 24VDC Power supply quantity 1 no 17 RS 232 Serial Cable to Connect Computer to Controller or equivalent quantity 1 no 18 Rockwell RS View 32 Works 5K with RS Linx Software or equivalent quantity 1 no 19 Rockwell RS logix 5000 Professional or equivalent quantity 1 no 20 PC with latest available configuration suitable for the PLC Workstation and loaded with the above mentioned softwares quantity 1 no 21 PLC Workstation Cum Simulator Cum Card Testing Station shall be a Table Top mounted of PLC WORKSTATION cum Simulator Cum Card Testing Station 1 Chassis Backplane current chassis slot max 1 2V DC 1 5 A Backplane current chassis slot max 3 3V DC4A 4A Backplane current chassis slot max 5 1V Page 7 of 19 of tender SGI4746P15 dated 02 09 2014 DC 15 A 6A Backplane current chassis slot max 24V DC 2 8 A 2 8 A Power dissipation max 6 W 2 Chassis Power supply Input voltage nominal 240V AC Input frequency range 47 63 Hz Input power max 100V A 100 W Output power
12. ents to be uploaded in the Technical RFX Response 5 0 Please do refer the User Manual provided on the portal on the procedure How to create Response for submitting offer 6 0 Bidders shall prepare and shall upload through electronic form in the OIL s e Tender portal within the Bid Closing Date and Time stipulated in the e Tender The Techno commercial Bid shall contain all technical and commercial details Details of prices as per price format in Appendix I to be uploaded as attachment in the Attachment Tab Notes and Attachments 6 1 A screen shot in this regard is given below Any offer not complying with above submission procedure will be rejected as per Bid Rejection Criteria mentioned in the tender Display RFx Response Edt PrintPreview Technical RFx Response Closg RFx Response Number 60006452 RFx Number TEST2 Sta RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx RI Go to this Tab Technical RFx Response for Uploading Techno commercial Bid Event Parameters Currency Indian Rupee Detailed Price Information Price w ith Conditions Go to this Tab Notes and Attachments for Uploading Terms of Payment 9010 90 against despatch 10 after req Priced Bid files Service and Delive Incoter Status and Statist Created O Created B Last Processed O Last Processed B Details SendEMail Call Clear Function Number Name Valid fr
13. hat 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 SHALL SUBMIT PERFORMANCE BANK GUARANTEE AS PER bidding document IN THE EVENT OF PLACEMENT OF ORDER ON YOU Page 17 of 19 of tender SGI4746P15 dated 02 09 2014 Annexure FFF Bidders Response Sheet ee 1 Name of Bidder 2 Place of Despatch Ex Works 3 Whether Freight charges have been included in your quoted prices Whether Transit Insurance charges have been included in your quoted prices ou Make of quoted Product Offered Validity of Bid from Bid Closing Date 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 c Name and Full Address of Issuing Bank Confirm that the Bid Security submitted In case of Bank Guarantee is in toto as per format provided in the bidding document 1 Bid Security if Not submitted reasons thereof 2 Whether you shall submit Performance Security in the event of placement of order on you 3 Whether submitted documents in support of General qualification criteria of bidding document 4 If bidder is Small scale unit whether you have quoted your own product
14. he deviation when as advised by the Company The loading so done by the Page 12 of 19 of tender SGI4746P15 dated 02 09 2014 Company will be final and binding on the Bidders No deviation will however be accepted in the clauses covered under BRC ii Incase any of the clauses in the BRC contradict with other clauses of Bidding Document elsewhere then the clauses in the BRC will prevail iii Any exceptions deviations to the Bidding Document and applicable statutory duties and levies must be spelt out by bidder in their bid iv The originals of such documents furnished by bidder s shall have to be produced by bidder s to OIL as and when asked for 2 0 BID EVALUATION CRITERIA BEC i The bids confirming to the technical specifications term and conditions stipulated in the bidding documents and considered to be responsive after subjecting to Bid Rejection Criteria will be considered for further evaluation as per the Bid Evaluation Criteria ii 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 iii 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 BR
15. nd Due date to Chief Material Manager Oil India Limited Pipeline Headquarter P O Udayan Vihar Guwahati 781171 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 Page 4 of 19 of tender SGI4746P15 dated 02 09 2014 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 10 0Bidders are requested to examine all instructions forms terms and specifications in the bid Failure to furnish all information required as per the bidding document or submission of offers not substantially responsive to the bidding document in every respect will be at the bidders risk and may result in rejection of its offer without seeking any clarifications 11 0Bidders must ensure that their bid is uploaded in the system before the Bid 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 12 0 Bid must be submitted electronically only through OIL s e procurement portal Bid submitted in any other form will be rejected All the Bids must be Digitally Signed using Class 3 digital certificate e commerce application as pe
16. neslebesadscieecseensssss b NEFT EE E E E A E E T oSesecesaee PAN E AE E E A E T VAT Registration No E E AEE E T T E T CST Registration No E E T E osesecs Service Tax Registration No E EE E a E E T hades ecceeneeees Provident Fund Registration E E T T E E agdas eee euesess T 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 Page 19 of 19 of tender SG14746P15 dated 02 09 2014
17. o Controller or equivalent quantity 1no Rockwell RS View 32 Works 5K with RS Linx Software or equivalent quantity 1 no Rockwell RS logix 5000 Professional or equivalent quantity 1 no 20 PC with latest available configuration suitable for the PLC Workstation and loaded with the above mentioned softwares quantity 1 no Signature Name Designation Page 16 of 19 of tender SGI4746P15 dated 02 09 2014 Tender No SGI4746 P15 dated 02 09 2014 Annexure EEE Matrix for Technical amp Commercial Evaluation Note Only Grey coloured boxes are to be filled by the bidder Name of Bidder Compliance by Bidder Indicate Confirmed Indicate Not Confirmed Not Corresponding BEC TENDER REQUIREMENTS applicable page ref of bid Bidder to confirm that they have not taken any exception deviations to the bidding document Confirm that the product offered strictly conform to the technical specifications Confirm that the Offer has been made with Bid Security along with the offer 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 Conditional offer will be liable for rejection Confirm that all relevant fields in the on line biding format been filled in by the bidders for the items quoted by them Confirm that the price bid is in conformity with OIL s online bidding format Confirm t
18. r 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 13 0 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 14 0 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 Yours Faithfully Sd P THAKURIA DEPUTY MANAGER MATERIALS PL FOR CHIEF MANAGER MATERIALS PL FOR GENERAL MANAGER PLS Page 5 of 19 of tender SGI4746P15 dated 02 09 2014 ANNEXURE AAA Tender No amp Date SGI 4746 P15 dated 02 09 2014 TECHNICAL SPECIFICATIONS WITH QUANTITY Material Description amp Material code No Technical Specifica
19. rce application as per Indian IT Act obtained from the licensed Certifying Authorities operating under the Root Certifying Authority of India RCAJ Controller of Certifying Authorities CCA of India The bid signed using other than Class 3 digital certificate will be rejected vi The User ID amp Password are not transferable Bids submitted by parties to whom the User ID amp Password was not issued by the Company will be rejected vii Conditional offers will be rejected viii Bids received in any form or media other than through OIL s e Procurement portal will not be accepted ix Bid documents uploaded in the e Procurement Portal shall be typed written and scanned clearly and contain no inter lineation erasures or overwriting except as necessary to correct errors made by bidder in which case such corrections must be initialed by the person s signing the bid Any bid not meeting this requirement shall be rejected x Bidder must accept and comply with the following clauses as given in the Bidding document in toto failing which offer will be rejected a Performance Bank Guarantee clause b Force Majeure Clause c Tax Liabilities clause d Arbitration clause e Liquidated damage clause C GENERAL i Incase bidder takes exception to any clause of Bidding Document not covered under BEC BRC then the Company has the discretion to load or reject the offer on account of such exception if the bidder does not withdraw modify t
20. ry tax K Total FOR Guwahati value G H I J L Pre despatch inspection and testing Charges Lumpsum M Total Installation and Commissioning charges Lumpsum N Service tax on Installation and Commissioning charges if any please indicate the percentage O Training Charges Lumpsum P Service tax on Training charges if any please indicate the percentage Q Total Value K L M N O P above R Total value in words S Gross Weight T Gross Volume 1 0Pre despatch Inspection and testing charges Installation amp Commissioning charges and Training Charges must be quoted separately not to include in materials cost on lumpsum basis which shall be considered for evaluation of the offers These charges should include amongst others to and fro fares boarding lodging local transport and Page 14 of 19 of tender SGI4746P15 dated 02 09 2014 other expenses of supplier s commissioning and training personnel during their stay at the site 2 0Bidders must categorically indicate the Pre despatch Inspection and testing Charges Installation amp Commissioning charges and Training charges in their offers and must confirm about providing the same in their bids In case Pre despatch Inspection and testing Charges Installation amp Commissioning charges and Training charges are NIL inclusive bidder must categorically mention the same in their offer 3 0 All materials pre despatch inspection and testing Installation
21. supply or 12 months from the date of commissioning OEM shall stand guarantee for the warranty coverage of the supplied items 8 Bidder should stand surety for giving maintenance support for supply of spares for at least five years Certificate from OEM confirming the same should be enclosed 9 Pre despatch Inspection Material shall be inspected and tested at Manufacturer s works by OIL engineers Intimation for Inspection must be sent to OIL at least one month in advance The to and fro fares boarding lodging and other expenses of OIL Engineers deputed for the Inspection shall be borne by OIL Any other expenses for the Inspection shall be attributed to the vendor s account Only after satisfactory inspection amp testing the items will be cleared for dispatch 10 Bidder must confirm every detail of items as specified in the bidding document Any deviations must be clearly mentioned Specific type and make of components shall be mentioned clearly The bidders shall summarize the deviations modifications separately in their offer document with a heading Deviations Modifications otherwise they will write NO DEVIATION FROM ENQUIRY Deviation of any kind shall not be allowed at the time of supply 11 All materials will be delivered to OIL INDIA LTD PO Udayan Vihar 781171 Guwahati Assam Page 11 of 19 of tender SGI4746P15 dated 02 09 2014 ANNEXURE BBB BID REJECTION CRITERIA BRC BID EVALUATION CRITERIA BEC 1 0
22. t interface symbolic programming with structures and arrays and a comprehensive instruction set that serves many types of applications Software should provide ladder logic and should be compliant of supporting structured text function block diagram and sequential function chart editors for program development as well as support for the S88 equipment phase state model for batch and machine control applications 13 MMI Software Integrated component based HMI for monitoring and controlling automation machines and processes The software should be designed for Microsoft Windows environments Functionality like graphic editor GRAPHIC IMPORT EXPORT WIZARD COMPREHENSIVE ALARMS EDITOR FULL FEATURED DATA LOG EDITOR 14 The Programming software and the MMI Software are to be installed in the PC of latest available configuration 1 Installation amp Commissioning of the PLC Workstation Cum Simulator Cum Card Testing Station at OIL office Guwahati Assam 2 Training of OIL s personnels on the operation of PLC Workstation Cum Simulator Cum Card Testing Station at OIL Office Guwahati Assam NOTE 1 The PLC ControlLogix and Flex I O based Workstation Cum Simulator Cum Card Testing Station shall be able to test the following Allen Bradley PLC cards a ControlLogix Processor Part Number 1756 L55M16 b Analog 4 channel Output Module Part Number 1794 OE4 c Controlnet Communication Module Part
23. tion PLC Workstation Cum Simulator Cum Card Testing Station PLC Control Logix and Flex I O based Training Workstation shall be used for Training Logic Simulation and Card Testing purposes and should come as a Pre wired and completely assembled unit This Workstation Cum Simulator Cum Card Testing Station shall be used for imparting training to OIL s personnel on PLC programming troubleshooting and maintenance It is also envisaged for hands on experience and to enhance the skills of OIL Telecom personnel on PLC system Allen Bradley PLC system is at present in use for plant automation at Numaligarh Despatch Station and Rangpani Terminal Station of Numaligarh to Siliguri Product Pipeline This workstation will facilitate the testing of various cards of existing Allen Bradley PLC system Each PLC workstation shall consist of the_ following 1 7 Slot Control Logix Chasis quantity Ino 2 Chassis Power Supply quantity Ino 3 Control Logix Processor quantity 1no 4 Ethernet Card quantity 1no 5 Controlnet Communication Module quantity Ino 6 Controlnet Adaptor Module quantity Ino 7 Power Supply quantity 1no 8 Terminal Base quantity Ino 9 16 Channel DC Input Module i Page 6 of 19 of tender SGI4746P15 dated 02 09 2014 Ino 10 16 Channel DC Output Module quantity 1no 11 Analog Input 8 Channel quantity 1no 12 Analog 4 channel Output Module quantity 1no 13 Controlnet T
24. user Id are advised to log in using user Id amp password and register against the respective e tender and indicate the same while making application along with tender fee for participation Details of bidding document can be viewed using Guest Login provided in the e procurement portal The link to e procurement portal has been provided through OIL s website www oil india com Page 1 of 19 of tender SGI4746P15 dated 02 09 2014 OIL INDIA LIMITED A Government of India Enterprises a PO Udayan Vihar 781171 Guwahati Assam India TELEPHONE NO 91 361 2643685 688 FAX NO 91 361 2643686 Email panchali oilindia in erp mm oilindia in FORWARDING LETTER Tender No amp Date SGI4746P15 dated 02 09 2014 Tender Fee Rs 1 000 00 Bid Security Amount Rs 35 590 00 Bidding Type SINGLE STAGE COMPOSITE BID SYSTEM Bid Closing on As mentioned in the Basic Data of e portal Bid Opening on do Performance Guarantee Applicable Integrity Pact Not Applicable OIL invites Bids for Procurement Installation amp Commissioning and Training of PLC Workstation cum Simulator cum Card Testing Station through its e Procurement site under SINGLE STAGE COMPOSITE BID SYSTEM The general details of tender can be viewed by opening the eRFx Tender under RFx and Auctions The details of items tendered can be found in the Item Data and details uploaded under Technical RFX The bidding document is available in the Technical RF
25. x gt External Area gt Tender Documents Standard Notes 1 0 The tender will be governed by General Terms amp Conditions for e Procurement as per Booklet No MM LOCAL E 01 2005 for E Procurement LCB Tenders 2 0 This Bidding document consists of Technical specifications and Quantity as per Annexure AAA Bid Rejection amp Bid Rejection Criteria as per Annexure BBB Checklist as per Annexure CCC Technical bid check list as per Annexure EEE Response sheet as per Annexure FFF and Bank Details as per Annexure GGG Page 2 of 19 of tender SGI4746P15 dated 02 09 2014 Vendor User Manual and LCB Doc Booklet revised have been uploaded separately in the Technical RFx gt External Area gt Tender Documents 3 0 The tender shall also be governed by the Bid Rejection amp Bid Evaluation Criteria given in enclosed Annexure BBB However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria as per Annexure BBB contradict the Clauses of the tender and 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 4 0 Bidder are advised to fill up the Checklist Annexure CCC Technical bid check list Annexure EEE Response sheet Annexure FFF and Bank Details Annexure GGG given in the bidding document uploaded in Technical RFx gt External Area gt Tender Documents The above filled up docum

Download Pdf Manuals

image

Related Search

Related Contents

6. Configuring the Gateway  2x Dual Link DVI Extender  

Copyright © All rights reserved.
Failed to retrieve file