Home

SDI8382P16 - Oil India Limited

image

Contents

1. s competent signatory The proforma has to be submitted 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 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 If any bidder refuses to sign Integrity Pact or declines to submit Integrity Pact with the offer their bid shall be rejected straightway b The name of the OIL s Independent External Monitors at present are as under SHRI RAGHAW SHARAN PANDEY IAS Retd Former Secretary MOP amp NG e Mail ID rspandey_99 yahoo com SHRI RAJIV MATHUR IPS Retd Former Director IB Govt of India e Mail ID rajivmathur23 gmail com 11 0The 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 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 12 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 cl
2. GENERAL NOTES ON COMMISSIONING 1 The commissioning works shall be done by the manufacturer or by the manufacturer s authorized party 2 The bidder shall confirm that the jobs shall be carried out under the direct supervision of an Engineer an an electrical supervisor holding a valid Electrical Supervisor s Certificate of Competency The copy of certificate of competency should be submitted prior to the commencement of the commissioning jobs 3 The vendor shall obtain permit to work from OIL s Engr in charge before taking up commissioning works 4 All tools amp instruments for commissioning shall be arranged provided by the vendor 5 The commssioning of the transformer shall be considered as complete with the submission of the commissioning test records operating amp maintenance manuals spares list of the transformer etc to OIL TECHNICAL NOTES ON COMMISSIONING Commissioning of 500kVA 11kv 415 Volts 3 Phase amp neutral 50 Hz double winding copper conductor Dry type natural air cooled distribution transformer as per item SI No 10 A Commissioning 1 OIL will prepare the civil foundation as per approved drwaing and installed the transformer at site 2 Any other materials not specified in the NIT but required for commsioning item shall be supplied by party 3 The party shall start the commisoning jobs after one month of installation of transformer at site B PRE COMMISSIONING CHECKS After completion of instal
3. Address Phone No Land Line Mobile No E mail address Bank Account No Minimum Eleven Digit No Bank 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
4. Payment 9010 90 against despatch 10 after receipt Priced Bid files Created C Created E Last Processed C Last Processed E Function Number Name Valid fr E The table does not contain any data Page 3 of 6 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 _ Edit RFx Response Bid on EDIT Mode Submit Read Only Print Preview Check Technical RFx Response e Save Verify signs RFx Response Number 60006452 RFx Number TEST2 Status drawn Submission Deadline 13 04 2013 11 00 00 INDIA i RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx Response Version Number 2 RFx Version Number 5 RFx Information Area for uploading Techno Commercial Unpriced Bid Adda Clear Assigned To Category Text Preview a Area for uploading Priced Bid Sign Attachment Add Attachment Edit Descriptio Versioning Delete Create Qualification Profi Assigned To Category Description File Name Version Processor Checkec E The table does not contain any data Note The Techno Commercial Unpriced Bid shall contain all techno commercial details except the prices The Price bid must contain the price schedule and the bidder s commercial terms and conditions For uploading Price Bid first click on Sign Attachment a browser window will open select the file from t
5. Secondary Winding Details v Reference standards vi No of Phases vii Rated Frequency viii Vector Group ix Type of Cooling x Impedance Voltages xi Tapping on HV xii Enclosure type IP xiii No Load losses at rated voltage xiv No load current at rated voltage xv Total losses Cu Iron at rated load xvi Insulation class Page 15 of 16 xvii Insulation level xviii Average temp rise of windings over ambient temp 50 Degree xix Dimension L X B X H xx Winding material xxi Efficiency at unity PF at full load xxii Efficiency at unity PF at half load xxiii Percentage Regulation at unity PF xxiv Percentage Regulations at 0 8 PF Lag 25 25 Sound level NOTE i The bidder shall test and commission the transformer within 30 days after getting the Commissioning call from OIL ii Testing amp Commissioning of 5OOkKVA 11kV 415V transformer Shall be carried out by specialist engineer from manufacturer iii All pre commissioning testing of transformer like magnetic balance test vector group test IR test etc are required to be carried out by party at site before energisation of the transformer NOTE 1 Material shall be guaranteed for minimum one year period from the date of commissioning or 18 months from date of supply of the material Duly stamped Guarantee certificate should be supplied along with the material 2 The bidder shall be manufacturer or authoriz
6. etc failing which their offer may not be liable for consideration of benefits to MSEs Page 4 of 6 6 0 Bidders are requested to examine all instructions forms terms and specifications in the bid Failure to furnish all information required as per the 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 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 0Bid must be submitted electronically only through OIL s e procurement portal Bid submitted in any other form will be rejected 9 0 SINGLE STAGE TWO BID SYSTEM shall be followed for this tender and only the PRICED BIDS of the bidders whose offers are commercially and technically acceptable shall be opened for further evaluation 10 0 a The Integrity Pact is applicable against this tender Therefore please submit the Integrity Pact document duly signed along with your quotation as per BRC OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Annexure DDD of the tender document This Integrity Pact proforma has been duly signed digitally by OIL
7. site 5 9 ENCLOSURE Enclosure for transformer shall be fabricated of minimum 14 SWG gauge properly cleaned degreased and painted as per manufacturer s standard practice The core amp winding assembly should be housed inside a sheet steel enclosure with removable inspection amp tap changer covers The enclosure should offer IP 23 protection as per IS 2147 and should have suitably designed louvers for circulation of cooling air All the gaskets should be of neoprene rubber All non energized metallic parts of the transformer shall be grounded 5 10 EARTHING Earthing shall be as per IS 3043 All metal parts of the transformer with the exception of individual core laminations core bolts and associated individual clamping plates shall be earthed internally Suitable arrangement shall be made for earthing of neutral externally 5 11 WIRING All internal wiring shall be done with 1 1kv grade fire retardant PVC insulated tinned copper multi stranded cable of standard size of 2 5sqmm with proper lugs Ring lugs shall be used at all connections such as CTs connection etc All terminal strips shall have minimum 2 nos spare terminals to accommodate any modification required during commissioning operation All terminals shall be accessible for testing and troubleshooting maintenance All cable shall have ferules 5 12 NAME PLATE Transformer shall be furnished with a non corrosive diagrammatic name plate permanently attached with non corrosive har
8. winding resistance b Measurement of voltage ratio and check of voltage vector relationship c Measurement of impedance voltage short circuit impedance and load loss d Measurement of no load loss and current e Separate source voltage withstand test f Induced overvoltage withstand test g Lightning impulse test h Temperature rise test and i Short circuit test Il SPECIAL TESTS 1 Partial discharge test as per IS 6209 1982 and with Appendix A of IS 2026 Part 3 1981 ii Measurement of acoustic sound DOCUMENTS TO BE SUBMITTED BY THE BIDDER i Manufacture s test certificates for all the components amp assemblies as required by IS 11171 with latest amendments should be submitted to us along with dispatch of the materials ii Party should get the detail transformer drawings approved from OIL prior to manufacturing of the transformer iii The bidder should submit with their offer the list of customers to whom the bidder has supplied transformers of similar rating amp type as per NIT during last five years iv Bidder s shall submit the list of manufacturer s authorized dealers of eastern region along with the offer v Bidder s shall fill up the technical data sheet as per format attached TECHNICAL PARTICULARS The following Technical Particulars to be furnished by the party along with their offer i Type of transformer ii Rating of transformer iii Primary Winding Details iv
9. 0mm thick MSCR sheet shall be provided for all cable entries suitable cable gland shall be provided for the above cables iii Terminals should be marked as per IS 2026 1977 5 7 TRANSFORMER CORE i Material High grade cold rolled grain oriented silicon steel ii Structure Grounded and sharp corners avoided iii Lamination Treated and coated with suitable insulations The core limbs amp yokes are branded by means of resin glass tape to reduce vibration amp noise 5 8 TRANSFORMER WINDING The winding material should be high conductivity 99 99 electrolytic grade copper The insulation should be Cast Resin type Class F Conductor should have thermally upgraded paper Nomex insulation reinforced with fiber glass The coil assembly is to be impregnated amp cast under vacuum with epoxy resin for achieving non hygroscopic acid amp alkali resistant insulation The complete winding should have smooth cylindrical finish after impregnation to ensure high mechanical strength The thickness of resin should be uniform The insulation should be self extinguishing type Mounting of the winding to the transformer case shall be of vibration resistance pad placed uniformly in all direction i The windings connection of transformer shall be braced to withstand shocks which may occur during transport or due to short circuit repeated peak loads and other transient conditions during service ii Windings shall be subjected to a shrinkage t
10. Annexure II OIL INDIA LIMITED A Government of India Enterprise P O Duliajan 786602 Assam India E mail material oilindia in INVITATION FOR BID 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 BID CLOSING TENDER NO aaa ITEM amp QTY SINGLE STAGE TWO BID SYSTEM 15 10 2015 POLYOL 300 MT SINGLESTAGE TWO BID SYSTEM 15 10 2015 BITUMEN lt ADISSOMPIODT 26082015 01 10 2015 HARDWARE UPGRADE SINGLE STAGE TWO BID SYSTEM 1510 2015 TRANSFORMER Tender fee Non refundable Rs 1 000 00 Bid Closing Opening Time 11 Hrs IST 14 Hrs IST Last date for submission of tender fee 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 ran
11. 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 ii Validity of the bid shall be minimum 120 days from the Bid Closing Date Bid security The bid must be accompanied by Bid Security of Rs 95 000 00 in OIL 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 15 08 2016 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 Page 1 of 4 iii v iv v without any further consideration For exemption for submission of Bid Security please refer Clause No 8 8 o
12. O BEC TENDER REQUIREM ENTS Confirmed Not applicable unpriced bid or Comments Bidder to confirm that he has 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 t
13. are required to submit both the TECHNO COMMERCIAL UNPRICED BID and PRICED BID through electronic format in the OIL s e Tender portal within the Bid Closing Date and Time stipulated in the e Tender 3 1 Please ensure that Technical Bid all technical related documents related to the tender are uploaded in the Technical RFx Response gt User gt Technical Bid only The TECHNO COMMERCIAL UNPRICED BID shall contain all techno commercial details except the prices Please note that no price details should be uploaded in Technical RFx Response 3 2 The PRICE BID must contain the price schedule and the bidder s commercial terms and conditions 3 3 A screen shot in this regard is given below Offer not complying with above submission procedure will be rejected as per Bid Rejection Criteria mentioned in Annexure CCC Display RFx Response Edit Print Preview Technical RFx Response Closel_ _witharayy V RFx Response Number 60006452 RFx Number TEST2 Status Submitt RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx Response V Go to this Tab Technical RFx Response for Uploading Techno commercial Unpriced Bid Conditions items Notes and Attachments Event Parameters Service and Delive Currency Indian Rupee Incoter c Detailed Price Information Price with Conditions Go to this Tab Notes and Attachments for Uploading and Statist E i a i Terms of
14. ation resistance pad placed uniformly in all direction i The windings connection of transformer shall be braced to withstand shocks which may occur during transport or due to short circuit repeated peak loads and other transient conditions during service ii Windings shall be subjected to a shrinkage treatment before final assembly so that no further shrinkage occurs during service iii The conductors shall be transposed at sufficient intervals in order to minimise eddy currents and equalize the distribution of currents and temperature along the windings iv Windings shall not have sharp bends which might damage insulation and or produce high dielectric stresses v Coils shall be supported using dried and high pressure compressed wedge type insulation spacers at frequent intervals vi All threaded bolted connections shall be locked Leads from the winding to the terminal board and bushings shall be rigidly supported to prevent injury during short circuits vibration vii Permanent current carrying joints in the windings and leads shall be welded or brazed viii Digital Winding temperature scanner connected with three nos RTDs one each for each LV winding should be provided in a metallic enclosure Marshalling box that is mounted on the main enclosure The scanner shall have potential free NO contacts to provide indication alarm amp trip contacts Two sets of additional contacts to be provided to connect 2 nos cooling fans so
15. auses in toto must be received on or before the deadline given by the company failing which the offer will be summarily rejected 13 0 Please do refer the User Manual provided on the portal on the procedure How to create Response for submitting offer NOTE Page 5 of 6 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 Page 6 of 6 Annexure CCC Tender No amp Date SDI8382P16 Dtd 29 08 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
16. ct begins when both parties have legally signed it It expires for the Contractor 12 months after the last payment under the respective contract and for all other Bidders 6 months after the contract has been awarded If any claim is made lodged during this time the same shall be binding and continue to be valid despite the lapse of this pact as specified above unless it is discharged determined by Chairperson of the Principal Section 10 Other provisions 1 This agreement is subject to Indian Law Place of performance and jurisdiction is the Registered Office of the Principal i e New Delhi 2 Changes and supplements as well as termination notices need to be made in writing Side agreements have not been made 3 Ifthe Contractor is a partnership or a consortium this agreement must be signed by all partners or consortium members 4 Should one or several provisions of this agreement turn out to be invalid the remainder of this agreement remains valid In this case the parties will strive to come to an agreement to their original intensions R BARMAN SR MANAGER MATERIALS IP es For the Principal For the Bidder Contractor Place Duliajan Witness 1 Sinteetitcemecees Date 12 02 2014 Witness 2 ciccncitirercnewidecnensucerd 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 N
17. dware with following information KVA rating 11 Primary and secondary voltage 111 Primary and secondary current iv Frequency v Nos of phases vi Percentage of impedance vii Types of cooling vili Connection amp symbol ix Tape configuration x Insulation system and rated maximum temperature rise xi Sound level xii K factor rating if available xiii Year of manufacture xiv Design impedance xv Manufacturer s name xvi Net weight xvii IS standard xviii OIL s purchase order no and date 5 13 LIFTING HOOK Suitable Lifting hook shall be provided on the top of the transformer for transportation installation of transformer 5 14 LIST OF FITTNGS AND ACCESSORIES i HV bushings inside HV cable box 3 nos rated for 11kV Page 5 of 16 ii LV bushings in side LV cable box 4 nos 3P 1N rated 415 Volts iii Outside LV cable box 1 no for grounding iv Digital Winding temperature scanner connected with 3 nos of RTDs one each for each LV winding v Earthing terminals 2 nos for body earthing vi Jacking lugs vii Inspection cover 2 nos placed in opposite site viii Base channels with bi directional rollers 2 nos ix Any other accessories which bidders think essential may also be included as optional 6 Make Siemens Kirloskar ABB Voltamp Raychem RPG PETTE Crompton Greaves ITEM NO 20 TESTING amp COMMISSIONING OF ITEM NO 10 QTY 1 AU
18. e 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 6 in the press Prospective 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 as o
19. e following principles during his participation in the tender process and during the contract execution 1 The Bidder Contractor will not directly or through any other person or firm offer promise or give to any of the Principal s employees involved in the tender process or the execution of the contract or to any third person any material or immaterial benefit which h e she is not legally entitled to in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract 2 The Bidder Contractor will not enter with other Bidders into any undisclosed agreement or understanding whether formal or informal This applies in particular to prices specifications certifications Subsidiary contracts submission or non submission of bids or any other actions to restrict competitiveness or to introduce cartelisation in the bidding process 3 The Bidder Contractor will not commit any offence under the relevant Anticorruption Laws of India further the Bidder Contractor will not use improperly for purposes of competition or personal gain or pass on to others any information or document provided by the Principal as part of the business relationship regarding plans technical proposals and business details including information contained or transmitted electronically 4 The Bidder Contractor will when presenting his bid disclose any and all payments he has made is committed t
20. e with the following fittings a Off load type tap changing link or tap switch b RTD temperature controller c Lifting lugs for all transformers d Bi directional Unidirectional Rollers to be specified e Rating diagram and terminal marking plate for all transformers with OIL s PO No f Additional Neutral separately brought out on a bushing for earthing for all transformers g Earth terminals 2 Nos for body earthing h Operating spares 1 set i HT Bushings 3 Nos f LT Bushing 4Nos 5 0 Electrical Parameters of Dry type natural air force cooled distribution transformer 5 01 Rating 500 KVA 5 02 Rated HV voltage 11 kV 3 Phase 5 03 Rated LV voltage 415 volts 3 Phase and neutral 415 volts phase phase to phase and 240 Volts phase to neutral 5 04 No of phase 3 phase 5 05 Connection HV Delta 5 06 Connection LV Star 5 07 Vector Group Dyn ll 5 08 Installation Indoor type 5 09 Material of winding Double wound type Copper 99 99 5 010 Max Current density in HV amp LV winding 2 6 A mm2 5 011 Method of system earthing Neutral Solidly earthed system 5 012 Auxiliary power supply 230V AC 5 013 Control Voltage 230V AC 5 014 Frequency 50 3 5 015 Percentage impedance 5 0 Tolerance as per IS 2026 5 016 Nominal HT system voltage 11kV Page 2 of 16 5 017 Service duty Continuous 5 1 SITE CONDITION a i Maximum Ambient air temp
21. ed dealer of manufacturer of Dry Type Transformer In case of authorized dealer valid dealership authorization certificate must be submit along with bid 3 The bidder must quote for both a supply commissioning of new 500kVA dry type transformer 4 All items will be procured from same source and bidder should quote accordingly 5 Bidder should quote freight charges separately Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions of NIT Page 16 of 16 Annexure DDD INTEGRITY PACT Between Oil India Limited OIL hereinafter referred to as The Principal And Name of the bidder acicciscsiicstswracormenck hereinafter referred to as The Bidder Contractor Preamble The Principal intends to award under laid down organizational procedures contract s for Tender No The Principal values full compliance with all relevant laws and regulations and the principles of economic use of resources and of fairness and transparency in its relations with its Bidder s and Contractor s In order to achieve these goals the Principal cooperates with the renowned international Non Governmental Organisation Transparency International TI Following TI s national and international experience the Principal will appoint an external independent Monitor who will monitor the tender process and the execution of the contract for compliance with the princi
22. 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 sent to Head Materials Oil India Limited P O Duliajan Assam 786602 Application shall be accepted only upto 08 09 2015 or as amended in e portal The envelope containing the Page 2 of 6 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 a Tender Fee may also be paid online upto one week prior to the bid closing date or as amended in e portal b 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 The tender is invited under SINGLE STAGE TWO BID SYSTEM The bidders
23. els with bi directional rollers 2 nos ix Any other accessories which bidders think essential may also be included as optional 6 Make Siemens Kirloskar ABB Voltamp Raychem RPG PETTE Crompton Greaves ITEM NO 40 TESTING amp COMMISSIONING OF ITEM NO 30 GENERAL NOTES ON COMMISSIONING 1 The commissioning works shall be done by the manufacturer or by the manufacturer s authorized party 2 The bidder shall confirm that the jobs shall be carried out under the direct supervision of an Engineer an an electrical supervisor holding a valid Electrical Supervisor s Certificate of Competency The copy of certificate of competency should be submitted prior to the commencement of the commissioning jobs 3 The vendor shall obtain permit to work from OIL s Engr in charge before taking up commissioning works 4 All tools amp instruments for commissioning shall be arranged provided by the vendor 5 The commssioning of the transformer shall be considered as complete with the submission of the commissioning test records operating amp maintenance manuals spares list of the transformer etc to OIL Page 12 of 16 TECHNICAL NOTES ON COMMISSIONING Commissioning of 5OOkVA 11kv 415 Volts 3 Phase amp neutral 50 Hz double winding copper conductor Dry type natural air cooled distribution transformer as per item SI No 10 A Commissioning 1 OIL will prepare the civil foundation as per approved drwaing and in
24. emperature 40 degree C c Maximum yearly weighted average ambient temperature 32 degree C d Minimum yearly weighted average ambient temperature 5 degree C e Class of insulation F f The temperature rise limit at the above conditions and at the altitude not exceeding 1000 meters shall be as specified If the site conditions indicated for a particular job is more severe than the referred ambient temperature mentioned above the temperature rise above ambient shall be suitably scaled down such that the hot spot temperature shall not exceed the values for the reference conditions 90 degree C F class insulation 4 4 Cooling Unless otherwise specified the transformer cooling shall be air and naturally cooled AN Additionally sufficient cooling fans shall be provided which will start automatically when the temperature exceeds 75 90 degree The temp shall be adjustable with a thermostat 4 5 Tap Changing Device Preferred tapping range is 5 to 7 5 in 2 5 steps by means of off load tap changing links or tap switch The device shall be provided on HV for HV Voltage to keep LV Voltage constant 4 6 Terminal Markings Connections Relevant provisions of IS 2026 Part IV 1977 shall be applicable 4 7 Voltage Ratio Unless otherwise specified the transformer shall be suitable for a voltage ratio of 11 KV 415 V 4 8 Vector Group In case of step down transformers the winding connections shall conform to vector group Dyn11 unless othe
25. ent 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 For exemption for submission of Performance Security please refer Clause No 9 12 of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders The Bank Guarantee should be allowed to be encashed at all branches within India 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 Page 2 of 4 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 Organisation s Name digital certificate wil
26. erature 40 C ii Minimum Ambient air temperature 6 0 C b Maximum humidity at site at 40 C 98 c Surrounding atmospheric condition Humid d Site Altitude 120 mtrs e Seismic design co efficient As per IS 1893 f Rainfall 200 cm annually 5 2 RATING AND GENERAL DATA a Type of Insulation Class F Temp Rise Designed to withstand 120 degree C b Partial discharge As per IS 11171 IS 6209 c Type of cooling AN or force cooling d Installation Indoor e Type of neutral earthing Solidly grounded Neutral f Symmetrical short circuit withstands capacity As per IS 11171 g Rated short duration power frequency withstands voltage As per IS 11171 h Rated lightning impulses withstand voltage As per IS 11171 List 2 As Vacuum circuit breaker will be used as incomer to the transformer BIL voltage shall be 95KV i Transformer sound level should not exceed 60 db j Water absorption 24hrs 25C less than 0 05 superior insulation longer life k Chemical Resistance Painting must have excellent performance rating 1 Dielectric Strength Minimum of 3200 volts mil dry for superior stress Over voltage tolerance m Dissipation Factor Max 0 02 25 degree C to reduce aging of insulation n Shall have high impulse voltage withstand as the transformer switching by the vacuum circuit breaker 5 3 TAP CHANGER Type Off Circuit Tap Links Total tapping range 5 0 Tapping
27. f 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 date 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 LOCAL E 01 2005 for E Procurement LCB Tenders Any offer not complying with the above shall be rejected straightway 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 equipm
28. hall be made of copper conductor The class of winding insulation shall correspond to class F The construction of the windings of the transformer shall be such that no creepage path is found even in dusty amp corrosive ambient conditions The core coil assembly shall be housed in a prefabricated enclosure The enclosure shall be fabricated with mild steel CRCA sheets with adequate provision for ventilation The enclosures shall undergo the nine tank process Finally the external and internal surfaces of the enclosure shall be powder coated with the required paint shade 4 GENERAL REQUIREMENTS 4 1 The transformer shall have thermal and dynamic ability to withstand external short circuit as per clause 9 of IS 2026 Part I 1977 and clause 5 of IS 11171 1985 4 2 Capacity and Rating Continuous rating specified shall be irrespective of tapping position Indoor transformers shall be suitable for IP 23 protection 4 3 Temperature Rise The reference ambient temperatures assumed for the purpose of this specification are as follows a Maximum ambient air temperature 50 degree C b Maximum daily average ambient air temperature 40 degree C c Maximum yearly weighted average ambient temperature 32 degree C d Minimum yearly weighted average ambient temperature 5 degree C e Class of insulation F f The temperature rise limit at the above a fine at the altitude not exceeding 1000 meters shall be as specified If the
29. he PC and click on Sign to sign the Sign On Signing a new file with extension SSIG will be created Close that window Next click on Add Atachment a browser window will open select the SSIG signed file from the PC and name the file under Description Assigned to General Data and clock on OK to save the File 4 0 Please note that all tender forms and supporting documents are to be submitted through OIL s e Procurement site only except following documents which are to be submitted manually in sealed envelope super scribed with Tender _no and Due date to 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 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 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
30. hem 7 Confirm that the the price bid is in conformity with OIL s online bidding format NOTE Please 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
31. ing commissioning operation All terminals shall be accessible for testing and troubleshooting maintenance All cable shall have ferules 5 12 NAME PLATE Transformer shall be furnished with a non corrosive diagrammatic name plate permanently attached with non corrosive hardware with following information KVA rating 11 Primary and secondary voltage ii1 Primary and secondary current Page 11 of 16 iv Frequency v Nos of phases vi Percentage of impedance vii Types of cooling vili Connection amp symbol ix Tape configuration x Insulation system and rated maximum temperature rise xi Sound level xii K factor rating if available xiii Year of manufacture xiv Design impedance xv Manufacturer s name xvi Net weight xvii IS standard xviii OIL s purchase order no and date 5 13 LIFTING HOOK Suitable Lifting hook shall be provided on the top of the transformer for transportation installation of transformer 5 14 LIST OF FITTNGS AND ACCESSORIES i HV bushings inside HV cable box 3 nos rated for 11kV ii LV bushings in side LV cable box 3 nos 3P rated 3300 Volts iii Outside LV cable box 1 no for neutral grounding iv Digital Winding temperature scanner connected with 3 nos of RTDs one each for each LV winding v Earthing terminals 2 nos for body earthing vi Jacking lugs vii Inspection cover 2 nos placed in opposite site viii Base chann
32. ish that the exclusion of the Bidder from the tender process or the termination of the contract after the contract award has caused no damage or less damage than the amount or the liquidated damages the Bidder Contractor shall compensate the Principal only to the extent of the damage in the amount proved Section 5 Previous transgression The Bidder declares that no previous transgression occurred in the last 3 years with any other Company in any country conforming to the Tl approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process If the Bidder makes incorrect statement on this subject he can be disqualified from the tender process or the contract if already awarded can be terminated for such reason Section 6 Equal treatment of all Bidders Contractor Subcontractors The Bidder Contractor undertakes to demand form all subcontractors a commitment in conformity with this Integrity Pact and to submit it to the Principal before contract signing Page 3 of 5 2 The Principal will enter into agreements with identical conditions as this one with all Bidders Contractors and Subcontractors 3 The Principal will disqualify from the tender process all bidders who do not sign this Pact or violate its provisions Section 7 Criminal charges against violating Bidders Contractors Subcontractors If the Principal obtains knowledge of conduct of a Bidder Contractor or Subcontrac
33. janbarman oilindia in erp_mm oilindia in FORWARDING LETTER Tender No SDI8382P16 Dtd 29 08 2015 Tender Fee Rs 1 000 00 Bid Security Amount 95 000 00 Bidding Type SINGLE STAGE TWO BID SYSTEM Bid Closing on As mentioned in the e portal Bid Opening on do Performance Security Applicable Integrity Pact Applicable OIL invites Bids for supply of Transformer 500KVA Dry Type Qty 04 Nos through its e Procurement site under SINGLE STAGE TWO 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 hav
34. l be rejected viii Technical RFx Response folder is meant for Technical bid only Therefore No price should be given in Technical RFx Response folder otherwise the offer will be rejected ix 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 DDD of the tender document This Integrity Pact proforma has been duly signed digitally by OIL s competent signatory The proforma has to be submitted 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 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 If any bidder refuses to sign Integrity Pact or declines to submit Integrity Pact with the offer their bid shall be rejected straightway xii A bid shall be rejected straightway if it does not conform to any one of the following clauses 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 a
35. lation of the transformer at the specified site prior to energizing of the transformer the following checks and tests shall be carried out on transformer These shall be carried out in accordance with relevant standards codes of practices published by the Bureau of Indian Standards and manufacturers recommendations The following checks tests shall constitute the i Assembly check as per manufacturer s drawings and instructions Page 6 of 16 ii Physical inspection for damages external defects and remedial actions if any iii Check for proper fixing on foundation levelling and tightness of foundation bolts iv Check for proper tightness of transformer amp its control devices accessories cables and earth connections v Check and calibrate meters if any vi Cleanliness at works area shall be maintained at the time of commissioning C TESTING 1 Services of a specialist engineer from the manufacturer of the transformer shall be made available at site for for testing The specialist engineer shall also explain the operating maintenance procedure of the transformer to OIL s operating maintenance personnel 2 All tests shall be carried out in presence of OIL s engineer and the test results shall be approved by OIL 3 Following tests should be carried out at the site during pre commissioning 1 Measurment of winding resistance 11 Insulation resistance including PI measurement iii Measurment of voltage
36. mong the parties related to the Project provided such meetings could have an impact on the contractual relations between the Principal and the Contractor The parties offer to the Monitor the option to participate in such meetings 5 As soonas the Monitor notices or believes to notice a violation of this agreement he will so inform the Management of the Principal and request the Management to discontinue or heal the violation or to take other relevant action The monitor can in this regard submit non binding recommendations Beyond this the Monitor has no right to demand from the parties that they act in a specific manner refrain from action or tolerate action 6 The Monitor will submit a written report to the Chairperson of the Board of the Principal within 8 to 10 weeks from the date of reference or intimation to him by the Principal and should the occasion arise submit proposals for correcting problematic situations Page 4of5 7 If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an offence under relevant Anti Corruption Laws of India and the Chairperson has not within reasonable time taken visible action to proceed against such offence or reported it to the Vigilance Office the Monitor may also transmit this information directly to the Central Vigilance Commissioner Government of India 8 The word Monitor would include both singular and plural Section 9 Pact Duration This Pa
37. n the Bid Closing Date Criteria Complied Not Complied Documentary evidence submitted not submitted a Bidder should have experience of successfully executing single of Rs 28 58 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 95 26 Lakhs Note 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
38. nd or ii Bid Security amount lesser than the amount indicated in the Tender d In case the Party refuses to sign Integrity Pact e 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 Page 3 of 4 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 ii 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 iii 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
39. o or intends to make to agents brokers or any other intermediaries in connection with the award of the contract The Bidder Contractor will not instigate third persons to commit offences outlined above or be an accessory to such offences Section 3 Disqualification from tender process and exclusion from future Contracts If the Bidder before contract award has committed a transgression through a violation of Section 2 or in any other form such as to put his reliability or risibility as Bidder into question the Principal is entitled to disqualify the Bidder from the tender process or to terminate the contract if already signed for such reason 1 If the Bidder Contractor has committed a transgression through a violation of Section 2 such as to put his reliability or credibility into question the Principal is entitled also to exclude the Bidder Contractor from future contract award processes The imposition and duration of the exclusion will be determined by the severity of the transgression The severity will be determined by the circumstances of the case in particular the number of transgressions the position of the transgressions within the company hierarchy of the Bidder and the Page 2 of 5 amount of the damage The exclusion will be imposed for a minimum of 6 months and maximum of 3 years The Bidder accepts and undertakes to respect and uphold the Principal s Absolute right to resort to and impose such exclusion and furthe
40. o the specifications during testing OIL s representative shall have the right to reject the materials and in that case the supplier will either replace the rejected materials or make alterations necessary to meet specifications requirements free of costs GENERAL TERMS AND CONDITIONS i Party should furnish all relevant technical particulars as per IS 2026 1977 Part I along with the offer ii Bidder shall mention in their offer the minimum ventilation requirement of transformer room iii Bidder must indicate the storage procedure for the transformer in case the transformer is left un energized iv List of commissioning checks required for the transformer must be enclosed with the offer v Transformer winding shall be specially braced to withstand to thermal and mechanical stresses of harmonic current and voltage VI Offer shall be complete in all respect to meet the technical specifications and general notes of the NIT VII Bidder offering as an authorised dealer offering on behalf of OEM shall submit copy of valid dealership certificate authorisation letter from the OEM along with the offer VIII The bidder should have successfully completed supply installation and commissioning of minimum 1 nos 11 KV SOOKVA or higher rated transformer in any central Govt Govt PSU Public Limited Companies during the last 5 years Performance certificates from user in this effect and the details of the job carried out shall be enclosed
41. of 16 tolerance m Dissipation Factor Max 0 02 25 degree C to reduce aging of insulation n Shall have high impulse voltage withstand as the transformer switching by the vacuum circuit breaker 5 3 TAP CHANGER Type Off Circuit Tap Links Total tapping range 5 0 Tapping steps In steps of 2 5 Markings shall be clear enough to indicate the tap position 5 4 TERMINAL ARRAGEMENT HV winding line end Cable box LV winding line end Cable box Both the terminal cable boxes shall opossite side of the transformer and cable entry to the terminal cable boxes shall be button entry One neutral bushing outside the cable box shall be provided for grounding 5 5 BUSHING Made from non hygroscopic epoxy resin cast material suitable for site condition mention in Para B amp conforming to IS 2099 5 6 CABLE BOX 1 HV cable box should be suitable for termination of 1 nos 3 Cx120 sq mm XLPE armoured Aluminum conductor cable with heat shrink type cable termination The bottom plate shall be detachable type and nos heavy duty single compression cable glands suitable for 3Cx120 sqmm XLPE armoured cables shall be fitted Cable Box standard should be as per IP 54 ii LV cable box should have brought out electro tinned copper bus bars of suitable rating amp size for termination of 1 nos of 3C x 240 sq mm PVC XLPE Aluminium cables The cable box should have detachable cable gland plate fitted with suitable heav
42. of degree of protection provided by enclosures Page 7 of 16 3 GENERAL CONSTRUCTION All the MS parts shall be either Hot dipped galvanized or cold galvanized to make them corrosion free The core shall be made up of high grade low loss cold rolled grain oriented silicon steel Both low amp high voltage windings shall be made of copper conductor The class of winding insulation shall correspond to class F The construction of the windings of the transformer shall be such that no creepage path is found even in dusty amp corrosive ambient conditions The core coil assembly shall be housed in a prefabricated enclosure The enclosure shall be fabricated with mild steel CRCA sheets with adequate provision for ventilation The enclosures shall undergo the nine tank process Finally the external and internal surfaces of the enclosure shall be powder coated with the required paint shade 4 GENERAL REQUIREMENTS 4 1 The transformer shall have thermal and dynamic ability to withstand external short circuit as per clause 9 of IS 2026 Part I 1977 and clause 5 of IS 11171 1985 4 2 Capacity and Rating Continuous rating specified shall be irrespective of tapping position Indoor transformers shall be suitable for IP 23 protection 4 3 Temperature Rise The reference ambient temperatures assumed for the purpose of this specification are as follows a Maximum ambient air temperature 50 degree C b Maximum daily average ambient air t
43. ples mentioned above Section 1 Commitments of the Principal 1 The Principal commits itself to take all measures necessary to prevent corruption and to observe the following principles 1 No employee of the Principal personally or through family members will in connection with the tender for or the execution of a contract demand take a promise for or accept for him herself or third person any material or immaterial benefit which he she is not legally entitled to 2 The Principal will during the tender process treat all Bidders with equity and reason The Principal will in particular before and during the tender process provide to all Bidders the same information and will not provide to any Bidder confidential additional information through which the Bidder could obtain an advantage in relation to the tender process or the contract execution 3 The Principal will exclude from the process all known prejudiced persons 2 Ifthe Principal obtains information on the conduct of any of its employees which is a criminal offence under the relevant Anti Corruption Laws of India or if there be a Page 2 of 6 substantive suspicion in this regard the Principal will inform its Vigilance Office and in addition can initiate disciplinary actions Page lof 5 2 Section 2 Commitments of the Bidder Contractor The Bidder Contractor commits itself to take all measures necessary to prevent corruption He commits himself to observe th
44. r accepts and undertakes not to challenge or question such exclusion on any ground including the lack of any hearing before the decision to resort to such exclusion is taken This undertaking is given freely and after obtaining independent legal advice If the Bidder Contractor can prove that he has restored recouped the Damage caused by him and has installed a suitable corruption prevention system the Principal may revoke the exclusion prematurely A transgression is considered to have occurred if in light of available evidence no reasonable doubt is possible Section 4 Compensation for Damages If the Principal has disqualified the Bidder from the tender process prior to the award according to Section 3 the Principal is entitled to demand and recover from the Bidder liquidated damages equivalent to 3 of the value of the offer or the amount equivalent to Earnest Money Deposit Bid Security whichever is higher If the Principal has terminated the contract according to Section 3 or if the Principal is entitled to terminate the contract according to section 3 the Principal shall be entitled to demand and recover from the Contractor liquidated damages equivalent to 5 of the contract value or the amount equivalent to Security Deposit Performance Bank Guarantee whichever is higher The bidder agrees and undertakes to pay the said amounts without protest or demur subject only to condition that if the Bidder Contractor can prove and establ
45. ratio and check voltage vector relationship iv Measurement of Magnetizing current v Magnetic balance test vi Load balance test vii Functional test of the Temperature meter accessories viii Any other test recommended by the manufacturer 4 All test results shall be recorded in a proper manner 3 sets of test results shall be submitted to OIL The results shall be typed and properly documented D The following documents shall be submitted by the party after commisioning of transformer at site 1 signed and sealed commisoning report 2 Guaranted or warranty certificate 3 Transformer operation manual manual 4 All the test reports ITEM NO 30 TRANSFORMER QTY 02 NOS 1 SCOPE This specification covers supply testing and commissioning of 500kVA Dry Type Transformer The transformer to be supplied against this specification is required for vital installations where continuity of service is very important The design materials and manufacture of the equipment shall therefore be of the highest order to ensure continuous and trouble free service over the years 2 STANDARDS The latest revisions of the following Codes and Standards listed shall be applicable for the Equipment materials covered in this specification IS 11171 amp 2026 Dry type power transformer IS 10028 Part II amp III Installation and Maintenance of Transformer IS 2099 Bushing IS 2705 Current Transformer IEC 60529 Classification
46. reatment before final assembly so that no further shrinkage occurs during service iii The conductors shall be transposed at sufficient intervals in order to minimise eddy currents and equalize the distribution of currents and temperature along the windings iv Windings shall not have sharp bends which might damage insulation and or produce high dielectric stresses v Coils shall be supported using dried and high pressure compressed wedge type insulation spacers at frequent intervals vi All threaded bolted connections shall be locked Leads from the winding to the terminal board and bushings shall be rigidly supported to prevent injury during short circuits vibration vii Permanent current carrying joints in the windings and leads shall be welded or brazed viii Digital Winding temperature scanner connected with three nos RTDs one each for each LV winding should be provided in a metallic enclosure Marshalling box that is mounted on the main enclosure The scanner shall have potential free NO contacts to provide indication alarm amp trip contacts Two sets of additional contacts to be provided to connect 2 nos cooling fans so that they start if the temp rises above a set value say above 75 degree Winding temperature indicator should show maximum temperature attained The RTDs should be properly wired up to the scanner terminals Temperature setting of each contact shall be Page 4 of 16 independently adjustable at
47. 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 4 of 4 ANNEXURE IA TECHNICAL SPECIFICATIONS WITH QUANTITY Tender No amp Date SDI8382P16 Dtd 29 08 2015 Complied Not Complied Remarks if any ITEM NO 10 TRANSFORMER QTY 02 NOS 1 SCOPE This specification covers supply testing and commissioning of 500kVA Dry Type Transformer The transformer to be supplied against this specification is required for vital installations where continuity of service is very important The design materials and manufacture of the equipment shall therefore be of the highest order to ensure continuous and trouble free service over the years 2 STANDARDS The latest revisions of the following Codes and Standards listed shall be applicable for the Equipment materials covered in this specification IS 11171 amp 2026 Dry type power transformer IS 10028 Part II amp III Installation and Maintenance of Transformer IS 2099 Bushing IS 2705 Current Transformer IEC 60529 Classification of degree of protection provided by enclosures 3 GENERAL CONSTRUCTION All the MS parts shall be either Hot dipped galvanized or cold galvanized to make them corrosion free The core shall be made up of high grade low loss cold rolled grain oriented silicon steel Both low amp high voltage windings s
48. resence of OIL s engineer and the test results shall be approved by OIL 3 Following tests should be carried out at the site during pre commissioning 1 Measurment of winding resistance 11 Insulation resistance including PI measurement iii Measurment of voltage ratio and check voltage vector relationship iv Measurement of Magnetizing current v Magnetic balance test vi Load balance test vii Functional test of the Temperature meter accessories viii Any other test recommended by the manufacturer 4 All test results shall be recorded in a proper manner 3 sets of test results shall be submitted to OIL The results shall be typed and properly documented D The following documents shall be submitted by the party after commisioning of transformer at site Page 13 of 16 1 signed and sealed commisoning report 2 Guaranted or warranty certificate 3 Transformer operation manual manual 4 All the test reports INSPECTION i All the NIT specified routine tests and special tests as per IS 11171 are to be carried out in presence of OIL s Engineer at manufacturer s works The supplier will give intimation to OIL 15 days advance prior to commencement of tests so that OIL can depute representative for witnessing tests in time ii The dispatch will be cleared only if the test results comply with the specifications and testing results are within the tolerance limits ii Materials equipment failed to conform t
49. rwise specified 4 9 Accessories The transformer shall be with enclosure or without enclosure with HV and LV terminations as specified both on HV and LV side The LV side shall be suitable to receive LV cable inter connection suitable for full load current of the transformer 4 10 Fittings The transformer shall be complete with the following fittings a Off load type tap changing link or tap switch b RTD temperature controller c Lifting lugs for all transformers d Bi directional Unidirectional Rollers to be specified e Rating diagram and terminal marking plate for all transformers with OIL s PO No f Additional Neutral separately brought out on a bushing for earthing for all transformers Page 8 of 16 g Earth terminals 2 Nos for body earthing h Operating spares 1 set i HT Bushings 3 Nos f LT Bushing 4Nos 5 0 Electrical Parameters of Dry type natural air force cooled distribution transformer 5 01 Rating 500 KVA 5 02 Rated HV voltage 11 kV 3 Phase 5 03 Rated LV voltage 3300 volts 3 Phase and neutral earthing only 5 04 No of phase 3 phase 5 05 Connection HV Delta 5 06 Connection LV Star 5 07 Vector Group Dyn ll 5 08 Installation Indoor type 5 09 Material of winding Double wound type Copper 99 99 5 010 Max Current density in HV amp LV winding 2 6 A mm2 5 011 Method of system earthing Neutral Solidly earthed system 5 012 Auxiliary po
50. site conditions indicated for a particular job is more severe than the referred ambient temperature mentioned above the temperature rise above ambient shall be suitably scaled down such that the hot spot temperature shall not exceed the values for the reference conditions 90 degree C F class insulation 4 4 Cooling Unless otherwise specified the transformer cooling shall be air and naturally cooled AN Additionally sufficient cooling fans shall be provided which will start automatically when the temperature exceeds 75 90 degree The temp shall be adjustable with a thermostat 4 5 Tap Changing Device Preferred tapping range is 5 to 7 5 in 2 5 steps by means of off load tap changing links or tap switch The device shall be provided on HV for HV Voltage to keep LV Voltage constant 4 6 Terminal Markings Connections Relevant provisions of IS 2026 Part IV 1977 shall be applicable 4 7 Voltage Ratio Unless otherwise specified the transformer shall be suitable for a voltage ratio of 11 KV 415 V 4 8 Vector Group In case of step down transformers the winding connections shall conform to vector group Dyn11 unless otherwise specified 4 9 Accessories The transformer shall be with enclosure or without enclosure with HV and LV terminations as specified both on HV and LV side The LV side shall be suitable to receive LV cable inter connection suitable for full load current of the transformer 4 10 Fittings The transformer shall be complet
51. stalled the transformer at site 2 Any other materials not specified in the NIT but required for commsioning item shall be supplied by party 3 The party shall start the commisoning jobs after one month of installation of transformer at site B PRE COMMISSIONING CHECKS After completion of installation of the transformer at the specified site prior to energizing of the transformer the following checks and tests shall be carried out on transformer These shall be carried out in accordance with relevant standards codes of practices published by the Bureau of Indian Standards and manufacturers recommendations The following checks tests shall constitute the i Assembly check as per manufacturer s drawings and instructions ii Physical inspection for damages external defects and remedial actions if any i1 Check for proper fixing on foundation levelling and tightness of foundation bolts iv Check for proper tightness of transformer amp its control devices accessories cables and earth connections v Check and calibrate meters if any vi Cleanliness at works area shall be maintained at the time of commissioning C TESTING 1 Services of a specialist engineer from the manufacturer of the transformer shall be made available at site for for testing The specialist engineer shall also explain the operating maintenance procedure of the transformer to OIL s operating maintenance personnel 2 All tests shall be carried out in p
52. steps In steps of 2 5 Markings shall be clear enough to indicate the tap position 5 4 TERMINAL ARRAGEMENT HV winding line end Cable box LV winding line end Cable box Both the terminal cable boxes shall opossite side of the transformer and cable entry to the terminal cable boxes shall be button entry One neutral bushing outside the cable box shall be provided for grounding 5 5 BUSHING Made from non hygroscopic epoxy resin cast material suitable for site condition mention in Para B amp conforming to IS 2099 Page 3 of 16 5 6 CABLE BOX 1 HV cable box should be suitable for termination of 1 nos 3 Cx120 sq mm XLPE armoured Aluminum conductor cable with heat shrink type cable termination The bottom plate shall be detachable type and nos heavy duty single compression cable glands suitable for 3Cx120 sqmm XLPE armoured cables shall be fitted Cable Box standard should be as per IP 54 ii LV cable box should have brought out electro tinned copper bus bars of suitable rating amp size for termination of 3 nos of 4C x 240 sq mm PVC XLPE Aluminium cables The cable box should have detachable cable gland plate fitted with suitable heavy duty single compression cable glands for the cables mentioned above Support bar in LV cable box should be made up of fiber glass Cable Box standard should be as per IP 54 iii HT and LT cable boxes shall be button entry type and Bottom detachable gland plates made from 3
53. that they start if the temp rises above a set value say above 75 degree Winding temperature indicator should show maximum temperature attained The RTDs should be properly wired up to the scanner terminals Temperature setting of each contact shall be independently adjustable at site 5 9 ENCLOSURE Enclosure for transformer shall be fabricated of minimum 14 SWG gauge properly cleaned degreased and painted as per manufacturer s standard practice The core amp winding assembly should be housed inside a sheet steel enclosure with removable inspection amp tap changer covers The enclosure should offer IP 23 protection as per IS 2147 and should have suitably designed louvers for circulation of cooling air All the gaskets should be of neoprene rubber All non energized metallic parts of the transformer shall be grounded 5 10 EARTHING Earthing shall be as per IS 3043 All metal parts of the transformer with the exception of individual core laminations core bolts and associated individual clamping plates shall be earthed internally Suitable arrangement shall be made for earthing of neutral externally 5 11 WIRING All internal wiring shall be done with 1 1kv grade fire retardant PVC insulated tinned copper multi stranded cable of standard size of 2 5sqmm with proper lugs Ring lugs shall be used at all connections such as CTs connection etc All terminal strips shall have minimum 2 nos spare terminals to accommodate any modification required dur
54. tor or of an employee or a representative or an associate of a Bidder Contractor or Subcontractor which constitutes corruption or if the Principal has substantive suspicion in this regard the Principal will inform the Vigilance Office Section 8 External Independent Monitor Monitors three in number depending on the size of the contract to be decided by the Chairperson of the Principal 1 The Principal appoints competent and credible external independent Monitor for this Pact The task of the Monitor is to review independently and objectively whether and to what extent the parties comply with the obligations under this agreement 2 The Monitor is not subject to instructions by the representatives of the parties and performs his functions neutrally and independently He reports to the Chairperson of the Board of the Principal 3 The Contractor accepts that the Monitor has the right to access without restriction to all Project documentation of the Principal including that provided by the Contractor The Contractor will also grant the Monitor upon his request and demonstration of a valid interest unrestricted and unconditional access to his project documentation The same is applicable to Subcontractors The Monitor is under contractual obligation to treat the information and documents of the Bidder Contractor Subcontractor with confidentiality 4 The Principal will provide to the Monitor sufficient information about all meetings a
55. wer supply 230V AC 5 013 Control Voltage 230V AC 5 014 Frequency 50 3 5 015 Percentage impedance 5 0 Tolerance as per IS 2026 5 016 Nominal HT system voltage 11kV 5 017 Service duty Continuous 5 1 SITE CONDITION a i Maximum Ambient air temperature 40 C ii Minimum Ambient air temperature 6 0 C b Maximum humidity at site at 40 C 98 c Surrounding atmospheric condition Humid d Site Altitude 120 mtrs e Seismic design co efficient As per IS 1893 f Rainfall 200 cm annually 5 2 RATING AND GENERAL DATA a Type of Insulation Class F Temp Rise Designed to withstand 120 degree C b Partial discharge As per IS 11171 IS 6209 c Type of cooling AN or force cooling d Installation Indoor e Type of neutral earthing Solidly grounded Neutral f Symmetrical short circuit withstands capacity As per IS 11171 g Rated short duration power frequency withstands voltage As per IS 11171 h Rated lightning impulses withstand voltage As per IS 11171 List 2 As Vacuum circuit breaker will be used as incomer to the transformer BIL voltage shall be 95KV i Transformer sound level should not exceed 60 db j Water absorption 24hrs 25C less than 0 05 superior insulation longer life k Chemical Resistance Painting must have excellent performance rating D Dielectric Strength Minimum of 3200 volts mil dry for superior stress Over voltage Page 9
56. with the offer IX OEM of the Transformer shall have the testing facilities to carry out the type test and routine tests of the transformer as per BIS in their manufacturing works and shall confirm the availability of the testing facility in the offer Documentary evidence to this effect also shall be enclosed with the offer X The copy of the type test certificates carried out on a 11 KV SOOKVA dry type transformer should be furnished along with the offer XI Bidder should mention the no load losses load losses amp efficiency at 50 amp 75 load 0 8 pf on transformer with the offer XII Temperature rise test shall be carried out on transformer for full load current and up to 90 degree centigrade temperature It takes nearly 8 12 hrs to complete test Party should confirm in the offer about test to be carried out at their premises XIII Partial discharge type test is to be carried out on transformer Party should also confirm about the test in their offer Page 14 of 16 TEST I TYPE TEST The transformer shall be type tested and following CPRI or any government approved laboratory type test certificates on similar transformer of specified rating should be furnished along with the offer These type test certificates should not be more than 5 five years old on the date of bid opening Offers without these type certificates may not be considered for evaluation Type test shall constitute the followings a Measurement of
57. y duty single compression cable glands for the cables mentioned above Support bar in LV cable box should be made up of fiber glass Cable Box standard should be as per IP 54 iii HT and LT cable boxes shall be button entry type and Bottom detachable gland plates made from 3 0mm thick MSCR sheet shall be provided for all cable entries suitable cable gland shall be provided for the above cables iii Terminals should be marked as per IS 2026 1977 5 7 TRANSFORMER CORE i Material High grade cold rolled grain oriented silicon steel ii Structure Grounded and sharp corners avoided iii Lamination Treated and coated with suitable insulations The core limbs amp yokes are branded by means of resin glass tape to reduce vibration amp noise 5 8 TRANSFORMER WINDING The winding material should be high conductivity 99 99 electrolytic grade copper The insulation should be Cast Resin type Class F Conductor should have thermally upgraded paper Nomex insulation reinforced with fiber glass The coil assembly is to be impregnated amp cast under vacuum with epoxy resin for achieving non hygroscopic acid amp alkali resistant insulation The complete winding should have smooth cylindrical finish after impregnation to ensure high mechanical strength The thickness of resin should be uniform The insulation should be self extinguishing type Mounting of the winding to the transformer case shall be of Page 10 of 16 vibr

Download Pdf Manuals

image

Related Search

Related Contents

Manuel d`utilisation Nokia 7230  télécharger le manuel d`instruction du I-Guide  vcaution! - Fujitsu manual server  Desktop Power Laser  USER MANUAL - CAMBOARD Electronics  Auckland Transport  Samsung SV-DVD7400 User Manual  h40® maxi - Kerakoll  取扱説明皇 - 東京ガス  研究室在籍者の「やわらかいもの」の定量記述手法に関する研究  

Copyright © All rights reserved.
Failed to retrieve file