Home
SKI9150P16 - Oil India Limited
Contents
1. 4 The following documents must be forwarded along with the supply of equipment a b c d e Certified test results Certificate of hydrostatic testing Manufacturers certificate of authenticity Certificate of test conformance of pump and associated ancillaries like valves pressure gauges etc Two sets of operation and maintenance manuals including trouble shooting parts catalogue of pump engine and all other accessory equipment for each set Three 03 sets of composite operational manual per pump set for the complete pump package including control panel consisting of clear cut simple instruction for start stop restart significance of various display in the control panel and negotiation of alarms etc NB The draft copy of the composite operation manual shall have to be submitted to representative of OIL during pre despatch Inspection at supplier s works for approval The approved copy to be forwarded along with the supply please NOTE All the above mentioned document Under Clause I 4 shall have to be packed separately with a packing list and prominently labeled with OIL s Purchase order No and to be dispatched to To HEAD FIELD ENGINEERING OIL INDIA LIMITED DULIAJAN 786602 ASSAM INDIA G PACKING AND 1 The pump set s are to be dispatched in unitized TRANSPORTATI condition mounted on the skid ON 2 During transportation unitiz
2. OIL INDIA LIMITED A Government of India Enterprises E 4 India Exchange Place Kolkata 1 TELEPHONE NO 033 22301657 FAX NO 033 22302596 Email kolpur1 oilindia in FORWARDING LETTER Tender No amp Date SKI9150P16 Date 03 11 2015 Tender Fee Rs 1 000 00 Bid Security Amount Rs 16 500 00 Bidding Type Single Stage Two Bid Bid Closing on As mentioned in the Basic Data of e portal Bid Opening on As mentioned in the Basic Data of e portal Performance Guarantee Applicable Integrity Pact Applicable Delivery Required At DULIAJAN ASSAM OIL invites Bids for Supply Installation amp Commissioning of 1 one no Skid mounted Diesel Engine driven Fire Drenching pump set Capacity 410 KLPH as per Annexure II through its E Procurement site The bidding documents and other terms and conditions are available at Booklet No MM CALCUTTA E 01 2010 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 is invited with firm price for the specified quantity Further details of tender are given below ae 1 Details of Items with Quantity and Unit of measure are as under SLEDO MATERIAL DESCRIPTION QUANTITY UNIT Skid mounted Diesel Engine driven Fire 10 Drenching pump set Capacity 410 KLPH
3. 3 digital certificate will be rejected C GENERAL i The Compliance statement must be filled up by bidders and to be submitted uploaded along with their bids In case bidder takes exception to any clause of the 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 the deviation when as advised by Company The loading so done by the company will be final and binding on the bidders ii lf any of the clauses in the BRC contradicts with other clauses of bidding document elsewhere then the clauses in the BRC shall prevail 2 0 BID EVALUATION CRITERIA BEC A TECHNICAL The bids conforming to the technical specifications terms and conditions stipulated in the bidding document and considered to be responsive after subjecting to Bid Rejection Criteria BRC will be considered for further evaluation as per the Bid Evaluation Criteria given below i In the event of computational error between unit rate and total price the unit rate as quoted by the bidder shall prevail 25 2 ii Similarly in the event of discrepancy between words and quoted figure words will prevail ili Evaluation will be done on total contract cost basis to ascertain the lowest bid B COMMERCIAL ii To evaluate the inter se ranking of the offers Assam entry tax on purchase value will be loaded as per prevailing Govt of A
4. Data of the tender in OIL s e portal should reach us before bid closing date and time Bid without original Bid Security will be rejected except for the bidders who has paid the same online The bidders who are exempted from 26 submitting the Bid Bond should attach documentary evidence in the Collaboration folder as per General Terms and conditions for e Procurement as per Booklet NO MM CALCUTTA E 01 2010 for E procurement LCB Tenders General Terms amp Conditions for e Procurement as per Booklet NO MM CALCUTTA E 01 2010 for E procurement LCB Tenders
5. Ratio To be specified by the bidder 9 RPM 1500 10 HP The engine should be capable of developing a net minimum Brake Horse Power of 162 HP considering all the deductions and losses Note 1 The engine should be capable of developing 10 more power than the net minimum BHP requirement of the Pump input when running at rated RPM at the duty condition specified above and at site conditions as specified in point E 7 2 The engine should be rated for continuous power with an overload power rating of 110 of the continuous power corresponding to engine application for a period of 1 hr within a period of 12 hrs of operation 3 NET H P Calculation for selecting the Prime Mover for the offered Pump considering all the losses should be forwarded along with the offer 11 Aspiration Naturally aspirated turbocharged single stage turbo charging 12 Cooling Radiator cooled Blower Type 13 The Engine should systems comprise of the following sub a COOLING SYSTEM i Engine driven fresh water pump Engine mounted ii Heavy duty radiator having capacity at least 20 in excess of total heat rejection of the engine with Blower fan ui Thermostat installed in Engine coolant outlet iv Corrosion inhibitor 10 b AIR INTAKE SYSTEM 1 v Spin on filter for coolant Air intake manifold Engine mounted il Dry type I
6. any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria contradict the Clauses of the tender and or General Terms amp Conditions as per Booklet No MM CALCUTTA E 01 2010 for E procurement LCB Tenders to General Terms and Conditions for Indigenous E Tender elsewhere those in the BEC BRC shall prevail To ascertain the substantial responsiveness of the bid OIL reserves the right to ask the bidder for clarification in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in toto must be received on or before the deadline given by the company failing which the offer will be summarily rejected Bidders should submit their bids explicitly mentioning compliance non compliance to all the NIT terms and conditions 2 PSUs and SSI 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 Yours Faithfully Sd G C Sarma SMM P For Head Calcutta Branch OIL INDIA LIMITED A Government of India Enterprise E 4 India Exchange Place 4 floor Kolkata 700001 West Bengal India TELEPHONE NO 033 2230 1657 58 59 FAX NO 033 2230 2596 Email kolpur1 oilindia in ANNEXURE II Tender No amp Date SKI9150P16 04 Dated 03 11 2015 OIL INDIA LIMITED invites Indigenou
7. by the supplier 19 Suction and delivery end Flanged end Must be supplied along with companion flanges with necessary nuts and bolts 20 Shaft Sealing By gland packing 21 Impeller design Should be such that delivery pressure of 10 kg sq cm is obtained at duty point even with 4m negative suction head 22 Constructional Features I Casing IS 210 Gr FG 220 or Better Il Impeller Neck Rings BR IS 318 Ill Sleeves amp Nut BR IS 318 LTB 2 LG 2 IV Gland amp Logging Rings BR IS 318 GR2 V Pump Shaft EN 8 C 40 SS410 VI Packing GRAPHITE COTTON VII Bearing Heavy Duty grease lubricated antifriction Notes a The material of construction of the Pump body Suction Delivery and intermediate parts should be Close Grained Cast Iron Cast steel b of the The material construction of impeller should be Stainless Steel or Bronze The impeller should be fully shrouded and dynamically balanced for smooth running c The material of construction of the shaft should be Stainless Steel d The material of construction of the shaft sleeve should be Stainless Steel e The material of construction of the casing Ring should be Bronze The material of construction of the Gland amp Gland nuts should be Cast Iron g The pump must be supported by Heavy Duty Bearings and Grease Cups should be pr
8. end coupling of the pump Bidder to provide the following information a Make of Clutch PTO b Model of Clutch PTO c Basis of selection of the offered Clutch PTO il Suitably selected Flexible Disc Grid Member Pin Bush type Couplings should be incorporated to transfer power from the prime mover to the pump Bidder to provide the following information a Type of offered Couplings b Make amp Model of offered Couplings lil All rotating parts should be covered by suitable non sparking guards D Pump Unitization Package The pump set is to be supplied with all components and accessories fitted and mounted on an oilfield type three runner portable master skid While unitizing the pump set easy approach to various components for maintenance aspects should be kept in mind The floor of the skid should be covered with anti skid steel plates The skid should be 14 fabricated out of properly sized beams to withstand loading unloading and transfer in oil field trucks The size of the skid should be adequate enough to provide for sufficient working space in and around the pump set Suitable strong hook bolts should be provided with the pump and engine to take out pump and engine individually and for transferring the same to Workshops for maintenance overhauling While unitizing the pump set for taking out pump and engine for major overhauling or for maintenance of various components the
9. 1 NO Details as per Annexure ll The tender will be governed by a b c d e General Terms amp Conditions for e Procurement as per Booklet NO MM CALCUTTA E 01 2010 for E procurement LCB Tenders Technical specifications with BEC BRC and Qty as per ANNEXURE II The prescribed Bid Forms for submission of bids are available in the Technical RFx gt External Area gt Tender Documents In the event of receipt of only a single offer against the tender within B C date OIL reserves the right to extend the B C date as deemed fit by the Company During the extended period the bidders who have already submitted the bids on or before the original B C date shall not be permitted to revise their quotation 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 Bidder are advised to fill up the Technical bid CHECK LIST and RESPONSE SHEET given in MS excel format in Technical RFx gt External Area gt Tender Documents The above filled up document to be uploaded
10. Element Engine Mounted Oil Filter Tube with Cap and Lube Oil Dipstick Oil Level Check Engine Mounted f ENGINE STARTING SYSTEM Non shield type Electrical 24 V DC starter Make LUCAS TVS Delco Remy il Alternator for battery charging Make LUCAS TVS Delco Remy ii Battery shall be sealed maintenance free lead acid type battery should be housed in a hard rubber or polypropylene case with provision for venting Required cables should be furnished and length of cable should be sufficient for connecting battery terminals to the starter of the engine No separate battery charger is required iv Charging system consisting of Alternator maintenance free battery ammeter all associated electrical wirings g ENGINE INSTRUMENT PANEL Lub Oil pressure indicator il lil Water Temperature indicator Lub Oil temperature indicator iv Tachometer and Hour Meter v Starting Switch with key vi Push button switch vii Ammeter Vill Emergency Shut down knob h AUTO CONTROL PANEL FOR Auto control panel for automatic charging of batteries BATTERY during idle condition No CHARGING running condition of engine and also Auto off during running condition of engine i SAFETY i Low Lub oil pressure CONTROLS ii High water temperature iii Over speed j OTHER i Viscous Vibration FEATURES dam
11. NUMBER OF CYLINDERS 4 0 ASPIRATION 5 0 DISPLACEMENT 6 0 BORE X STROKE 7 0 LENGTH X WIDTH X HEIGHT 8 0 RATED SPEED 9 0 GROSS HP AT RATED RPM 10 0 DEDUCTION FOR FAN ALTITUDE amp TEMPERATURE 11 0 NET HP AVAILABLE AT RATED RPM 12 0 SPECIFIC FUEL CONSUMPTION AT I 110 LOAD Il 100 LOAD Ill 75 LOAD IV 50 LOAD 13 0 LUBRICATING OIL CONSUMPTION Ltr hr 14 0 COMPRESSION RATIO 15 0 MAKE OF STARTER 16 0 MAKE OF CHARGING ALTERNATOR 17 0 MAKE amp MODEL OF CLUTCH PTO Special Terms amp Conditions 1 Bidders are to submit their offer Technical by duly filling up the Bidder s Offer column of the attached Bidder s Response Sheet Additional sheets may be used as and where necessary and the same to be clearly marked as Annexure No for Point No Offers submitted in other form than filling up of the Bidder s Offer column of the attached Bidder s Response Sheet shall not be accepted for evaluation All the Annexures Attachments are to be suitably marked and a list of the same to be submitted alongwith the offer DT E BID EVALUATION CRITERIA BID REJECTION CRITERIA 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 stip
12. age as per the specifications of this NIT lies solely on the bidder supplier E PRE DESPATCH INSPECTION AND TESTING a The pump set shall be inspected by OIL s deputed engineer at manufacturers assembler s works factory prior to dispatch However such inspection will not 15 relieve the supplier of his responsibility to ensure that the equipment supplied conforms to the correct specifications and is free from manufacturing and all other defects b The supplier shall carry out full load performance test on the pump set at duty conditions in the presence of OIL s deputed representative c N B i The QAP Quality Assurance Plan for the Pump sets shall have to be submitted to OIL for approval prior to Pre despatch inspection at supplier s works ii Charges for carrying out the above tests at the manufacturer s facility should be included in the purview of the offer However cost of travelling boarding lodging of OIL s engineers will be to OIL s account d A draft copy of the composite operation manual of the complete pump packages including control panel shall be submitted to representative of OIL during pre despatch Inspection at supplier s works for approval Three 03 copies of the approved copy of the composite operation manual to be supplied along with the documents as mentioned under Clause 1 4 Note The pre despatch inspection and testing of the pu
13. amount is not received within bid closing date the bid submitted through electronic form will be rejected without any further consideration In lieu Bid Security of Rs 16 500 00 can also be paid online through our e procurement portal as per procedure given in user manual in OIL s e procurement portal For exemption for submission of Bid Security please refer relevant para of General Terms and Conditions vide MM CALCUTTA E 01 2010 for E Procurement LCB Tenders The Bid Security shall be valid for 180 days more than the Bid validity i e for 300 days from the date of bid opening Bidders must confirm that Goods materials or plant s to be supplied shall be new of recent make and of the best quality and workmanship and shall be guaranteed for a period of twelve months from the date of successful commissioning against any defects arising from faulty materials workmanship or design Defective goods materials or parts rejected by OIL shall be replaced immediately by the supplier at the suppliers expenses and no extra cost to OIL 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 Successful bidder will be required to furnish a Performance Bank Guarantee 10 of the order value For exemption for submission of Performance Bank Guarantee please refer relevant para of General Terms and Conditions
14. aving service operation on full load for a period of 8 to 24 hours per day for fire fighting purpose The model should be one that has been successfully deployed for continuous duty for a minimum period of 5000 hrs or one year from the date of commissioning Documentary evidence in this regard should be enclosed 1 6 Bidder must undertake that the equipment to be supplied are not going to be obsolete for next ten 10 years from the bid closing date and provision for supplying spares of the equipment will be continued 1 7 The bidder should have experience of successfully executing at least one similar order for Rs 4 95 lacs during last 03 years as on bid closing date to companies under the Government Semi Government Public sector undertakings or Public Limited companies Documentary evidence as per following note must be submitted along with the offer failing which the offer will be rejected Note 1 7 1 Similar Order means Order for supply installation amp commissioning of centrifugal pump pumpset with auto priming system of capacity 410 kl hr min or above in Govt Semi Govt organizations PSU amp Public Limited Company 1 7 2 In support of documentary evidence the bidder must submit any one of the following documents photocopies attested self attested along with the bid a Purchase order PO b Invoice against PO c Completion certificate issued by the end user 2 0 FINANCIAL 2 1 The Annual financial turnover of the fir
15. ed pump engine sets are to be suitably packed to avoid transit damage or water ingress Packing should be sufficiently robust to withstand rough handling during transit All items should have their respective identification tag and should be suitably packed to provide ease of handling storage and offer maximum protection during transit 3 Crates and boxes should have a list secured to the exterior wherein the items contained inside should be mentioned in addition to a duplicate list inside The sling points on the crates should be properly indicated Internal parts should be sprayed with a rust inhibitor and all openings should be covered with masking tapes to prevent ingress of water 4 Manuals packing cases containing electrical equipment should be lined with water proof material H INSTALLATION 1 The pump set is to be supplied in assembled amp condition ie coupled with prime mover engine and COMMISSIONING all valves accessories engine exhaust silencer etc fitted and mounted on an oilfield type three runner portable master skid 2 Installation and Commissioning of the Pump set shall be carried out by the bidder in the presence of OIL representatives at its fields at Duliajan Assam India Services of qualified and competent personnel from equipment manufacturer is essential during installation and commissioning of the pump sets Only competent service personnel shall be engaged for installation te
16. in the Technical RFX 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 documentary evidence to be provided along with the bid in Technical RFx gt External Area gt Tender Documents as on the Bid Closing Date a Bidder should have experience of successfully executing similar order for at least Rs 4 95 Lakhs during last 3 years as on the Bid Closing Date 2 0 3 0 4 0 5 0 b Annual financial turnover of the firm in any of the last 3 financial years or current financial year should not be less than Application showing full address e mail address with Tender fee non refundable of 1000 00 per tender excepting PSU and SSI units registered with NSIC by Demand Draft in favour of M s Oil India Limited payable at Kolkata and to be sent to Head Calcutta Branch Oil India Limited 4 India Exchange Place Kolkata 700 001 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 SKI9150P16 dated 03 11 2015 for easy identification and timely issue of authorisation On receipt of requisite tender fee USER_ID and initial PASSWORD will be communicated to the bidder through e mail and will be allowed to participate
17. in the tender through OIL s e Procurement portal No physical tender documents will be provided USER_ID AND INITIAL PASSWORD WILL BE ISSUED TILL ONE WEEK PRIOR TO THE BID CLOSING DATE Alternatively applicants already having User ID amp Password for OIL s e portal can pay the requisite tender fee and bid security against this tender through the online payment gateway On receipt of request from applicants who do not have USER_ID and initial PASSWORD it will be communicated to the bidder through e mail and will be allowed to participate in the tender through OIL s e Procurement portal on payment of requisite tender fees No physical tender documents will be provided USER_ID AND INITIAL PASSWORD WILL BE ISSUED TILL ONE WEEK PRIOR TO THE BID CLOSING DATE PSU s and SSI units registered with NSIC claiming exemption from payment of tender fee should submit their request with all credentials at least 7 days prior to bid closing date for participation in the tender 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 Calcutta Branch Oil India Limited 4 India Exchange Place Kolkata 700 001 only 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 docu
18. m in any of the last 03 financial years or current financial year should not be less than Rs 16 50 lacs In support of annual financial turnover any one of the following documents photocopies self attested attested must be submitted along with the bid gt A certificate issued by a practicing chartered cost accountants firm with membership no certifying the annual turnover and nature of business gt Audited balance sheet and profit amp loss account 23 B COMMERCIAL i ii ii Bids are invited under Single Stage Two Bid System Bidders shall quote accordingly under Single Stage Two Bid System Please note that no price details should be furnished in the Technical i e Unpriced bid The Unpriced Bid shall contain all techno commercial details except the prices which shall be kept blank The Price Bid must contain the price schedule and the bidder s commercial terms and conditions Bidder not complying with above submission procedure will be rejected Bid security in the form of Demand Draft Bank Guarantee as per format given in the LCB booklet MM CALCUTTA E 01 2010 of Rs 16 500 00 shall be submitted manually in sealed envelope superscribed with BID SECURITY AGAINST Tender no SKI9150P16 dated 03 11 2015 to Head Calcutta Branch Oil India Limited 4 India Exchange Place Kolkata 700001 only on or before the Bid Closing Date and Time mentioned in the Tender If bid security in ORIGINAL of above mentioned
19. ment 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 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 All the Bids must be Digitally Signed using Class 3 digital certificate e commerce application with organisation name as per Indian IT Act obtained from the licensed 10 NOTE 1 4 Certifying Authorities operating under the Root Certifying Authority of India RCAD Controller of Certifying Authorities CCA of India 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 Bid must be submitted electronically only through OIL s e procurement portal Bid submitted in any other form will be rejected The tender shall be governed by the Bid Rejection amp Bid Evaluation Criteria given in enclosed Annexure II However if
20. mp package s shall be carried out by OIL only in COMPLETE UNITIZED CONDITION as per the specifications of the NIT No piecemeal Inspection and Testing shall be carried out individually for the pump and the engine Only fully unitized pump package ie both the pump and the engine that are to be finally shipped in unitized condition should be offered for Pre Despatch Inspection and Testing F CERTIFICATES 1 Documents should a Performance AND be forwarded along chart characteristic graph DOCUMENTS TO with the quotations of the centrifugal pump BE FORWARDED indicating capacity head efficiency size of impeller etc b All technical calculations for NPSH requirement etc Detail calculation to justify that BHP of the offered prime mover engine is suitable to meet the pumping requirement as specified in the tender The power losses or mechanical efficiency of each component of the drive system such as coupling etc are to be c 16 mentioned clearly 2 The following documents shall have to be forwarded within a month of issue of LOI or placement of firm order a A foundation diagram for the complete pump set indicating the static and dynamic loads of the package b Pump Unitization drawing Package plan 3 Material test MOC certificate of the pump components must be forwarded along with the pre despatch inspection notice from supplier
21. ntake Air filter Engine mounted ii Vacuum Indicator Mounted on Intake Piping c EXHAUST i Turbocharger Engine SYSTEM mounted if engine is turbocharged il Water cooled exhaust manifold lil Exhaust Silencer Residential type with Spark arrester iv Flexible connection and related piping d FUEL SYSTEM Fuel pump il Fuel Filter Simplex type paper element Engine mounted ii Mechanical Hydraulic Governor iv Fuel Injectors Wire braided hoses between filter and fuel pump vi Wire braided flexible hoses for fuel supply and return to Diesel Tank vii Check non return valves in Fuel supply and Drain lines viii Fuel tank complete with level gauge drain valve air vent and inlet and outlet connection The fuel tank should be large enough to hold fuel for at least 8 hours continuous operation of the engine at full load and should be mounted within 3 metres of the engine The outlet level of the Fuel Tank should be at least 0 8M above the Fuel Pump All necessary fuel pipes tank outlet return etc to be ll supplied e LUBRICATING SYSTEM Lubricating Oil Sump ii Engine Mounted Lube Oil Pump Gear Driven ii Engine Mounted Lubricating Oil Cooler Water Cooled integral with Engine Coolant circuit iv Lubricating Oil filter Simplex Type Paper
22. ovided for lubrication 23 Accessories to be supplied along with the pump set l Pressure gauge 0 to 25 KG sq cm Qty Total 2 nos Il Non return valve in pump delivery line 01 No along with matching companion flanges and necessary nut and bolts IH Matching companion flanges with nuts bolts and gaskets for suction and delivery ends of the pump 24 Notes on Pump I Pump should be capable of delivering 150 of rated discharge with a minimum of 65 of rated head II Pump should be suitable for speed mentioned 1500 RPM Il Shut off head should not be more than 120 of rated head IV Impeller design should be such that delivery pressure of 10 kg sq cm is obtained even with 4 m negative suction B ENGINE 1 Make To be indicated by the supplier 2 Model To be indicated by the supplier 3 Type Four stroke cycle in line multi cylinder Diesel Engine 4 Conforming ISO 3046 BS 5514 IS 10000 Standards specifications latest edition 5 Duty Continuous 6 Fuel HSD conforming to 1S 1593 1982 and having following specifications Cetane Number 42 5 Gross Calorific Value 19480 BTU CFT 7 Site Conditions Maximum Temperature 50 deg A Temperature 05 deg TENE Relative Humidity i deg C 100 35 deg C 95 41 deg C 70 Maximum Altitude above mean sea level 150 M 8 Compression
23. ovided will be considered for evaluation of bid The spare parts and special tools mentioned above to be supplied along with the supply 2 Insurance spares of the pump engine and accessories Cost of these spares shall however not be considered during commercial evaluation of the offer Note All the above mentioned Spares tools shall have to be packed separately indicating OIL s Purchase order No with packing list and to be supplied along with the supply of the pump packages addressed to HEAD FIELD ENGINEERING OIL INDIA LIMITED DULIAJAN 786602 ASSAM INDIA L DATA SHEETS i DATA SHEET FOR PUMP 1 0 MAKE 2 0 MODEL 3 0 NUMBER OF STAGE 4 0 _RATED SPEED 5 0 DISCHARGE CAPACITY 6 0 DISCHARGE PRESSURE HEAD 7 0 TYPE 8 0 SERVICE 9 0 NEGATIVE SUCTION HEAD 10 0 EFFICIENCY 11 0 IMPELLER DIAMETER 12 0 BEARING TYPE 13 0 IMPELLER MOUNTING 14 0 SHAFT SEAL 15 0 BHP KW 16 0 STATIC LOAD 17 0 DYNAMIC LOAD 18 0 LENGTH X WIDTH X HEIGHT OF COMPLETE PUMP PACKAGE 19 0 DRY WEIGHT 20 0 TYPE MAKE AND SIZE OF THE COUPLING BETWEEN CLUTCH PTO AND PUMP 21 0 While quoting bidder should specifically mention pointwise requirement as per NIT Simply writing AS PER NIT will not be acceptable ii DATA SHEET FOR ENGINE 1 0 MAKE 2 0 MODEL 20 3 0
24. pener ii Suitable clutch to transfer power from the engine iii Flywheel suitable for the selected Clutch PTO iv Flywheel Housing v Front and rear engine support vi Lifting eyes vii Crank Case Breather viii SAE standard rotation ix Suitable Hand Throttle Control x Non sparking coupling guards over blower fan belt drive and water pump belt drive charging alternator drive pulley and timing pulley xi Non return valve in each drenching pump delivery line total 2 nos NRV for 2 nos pump set xii Flexible direct coupling xiii Suction and Delivery Pressure Gauge 14 Notes on Engine i The bidder should submit the following information along with relevant performance rating curves and engine product catalogue a Gross HP developed at rated RPM b Deduction for blower fan and other ancillary equipment c Net HP developed at rated RPM d Specific fuel consumption at rated power as well as 110 75 and 50 of rated load ii The engine shall be tested at manufacturer s works and relevant test certificate in this regard shall be submitted to OIL OIL may if felt necessary depute representative to oversee the testing of the engine at manufacturer s works C Drive Arrangement The drive arrangement will involve flow of prime mover power through a flywheel mounted clutch PTO to the driving
25. re should be availability of necessary space for easy approach The skid shall be sized to contain the entire pump and engine unit and should include the following components a Drip pan for cradle fluid area of pump and packing area complete with threaded drain b Dip lip for cradle fluid area of pump and packing area c Grouting holes d Radiator bumper guard e Exhaust tubing and supports f Horizontal adjustment screws for minor adjustment g Two grouting bosses on skid h Interconnection piping spool pieces on suction and discharge with ancillary components i Non sparking Aluminum safety guards on all rotating elements and should be suitably anchored to the oil field skid j One set of proper size foundation bolts and nuts with each pump sets The foundation Bolt for the skid is to be in accordance with ASTM A193 and nut as per ASTM A193 ii The complete package to be painted with Fire Red Paint Shade no 536 as per IS 5 Paint finish specifications shall consist of wire brushing structural pieces and piping solvent cleaning of components one coat of red oxide alkyd primer 2 0 to 2 5 mils dry film thickness The top coat shall be one coat of Fire Red Paint Shade no 536 as per IS 5 1 0 to 2 0 mils dry film thickness NOTE No drawing s of bidder supplier wrt the design of the pump package shall be approved certified by OIL since the onus of designing unitizing and supplying of the pump pack
26. s tenders for items detailed below TECHNICAL SPECIFICATIONS WITH QUANTITY SI No MATERIAL DESCRIPTION QUANTITY UNIT amp MATERIAL CODE NO Skid mounted Diesel Engine driven Fire oco00197 Drenching pump set Capacity 410 KLPH 20 INSTALLATION amp COMMISSIONING 01 AU Details Specification for Item 10 A PUMP 1 Make To be indicated by the supplier 2 Model To be indicated by the supplier 3 Pump Type Horizontal split casing 4 No of Stage Single 5 Pump should confirm IS 6595 Part 2 specification to latest edition 6 Pump performance As per IS 6595 Part 2 IS 9137 and Testing Latest Edition 7 Capacity 410 kls hr 8 Head 104 m of liquid column 9 Liquid to be handled Water of Specific Gravity 1 0 10 Duty Continuous 11 Speed 1500 RPM 12 Application Fire Fighting Drenching 13 Negative Suction 4m Head 14 Total Head 104 m of liquid column 15 Efficiency 70 minimum 16 Bidder to Furnish the following information a At Duty Point Total Head ll Discharge Ill Efficiency IV Pump Speed V BKW BHP VI NPSH b At 1 5 times discharge I Total Head II Discharge Il Efficiency IV Pump Speed V BKW BHP VI NPSH 17 Suction Size To be indicated by the supplier 18 Delivery Size To be indicated
27. ssam guidelines as applicable on bid closing date Bidders may check this with the appropriate authority while submitting their offer To ascertain the substantial responsiveness of the bid OIL reserves the right to ask the bidder for clarification in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in to must be received on or before the dead line given by the company failing which the offer will be summarily rejected To ascertain the inter se ranking the comparison of the responsive bids will be made as under subject to corrections adjustments given herein A Total material cost of Main Equipment B Total cost of tools tackles accessories mandatory spares repair kit for commissioning C Total Material Cost A B D Packing and Forwarding Charges E Total Ex works value C D above F Excise Duty including Cess G Sales Tax Please indicate applicable rate of Tax H Total FOR Despatching station price E F G above I Road Transportation charges to Duliajan J Insurance Charges 0 5 of Total For Despatching StationValue H above K Assam Entry Tax L Total FOR Duliajan value H l J K above M Installation Commissioning Charges including Service Tax if any N Training Charges including Service Tax if any O Grand Total value L M N Standard Notes A The original bid security Amount is mentioned above and also in Basic
28. sting and commissioning of pump sets 3 Installation commissioning charges should be quoted separately which shall be considered for evaluation of the offers These charges should include amongst others to and fro fares boarding lodging and other 18 expenses of the commissioning engineers during their stay at Duliajan Assam India Bidders should also confirm about installation commissioning in the Technical Bid OIL Shall provide only transportation for the Commissioning Crew to and fro to Work site from OIL s office at Duliajan No lodging shall be provided by OIL to the Commissioning Crew All necessary Civil Work like construction of Foundation as per the Foundation Drawing supplied vide Clause No I 2 a above Construction of Shed etc shall be carried out by OIL Placement of Pumpset on the Foundation and necessary RCC grouting shall be carried out by OIL Placement of Fuel Tank connections etc to the Engine etc shall be carried out by OIL Exhaust piping connection of the engine shall be carried out by OIL All necessary piping work for the pump like suction discharge etc shall be carried out by OIL 10 Necessary Fuel Lube oil etc shall be supplied by OIL for test run during commissioning 11 Arc welding Gas Cutting services if required shall be provided by OIL I2 OIL will provide necessary statutory permits in classified areas as and
29. tinuous power and must be capable of developing 10 more power than the net minimum BHP requirement of the Pump input at rated RPM at the duty conditions mentioned above NET H P Calculation for selecting the Prime Mover for the offered Pump considering the losses for Auxiliary Drive should be forwarded along with the offer Power calculation should be made based on 150 of rated capacity and to be submitted along with the offer 1 3 The bidder should be an Original Equipment Manufacturer OEM of the pump or an Authorized Dealer of OEM pump or an OEM pump approved assembler In this IJe regard the bidder other than OEM of the pump must submit the valid documentary evidence from their OEM along with the offer 1 4 If the bidder is an assembler of pump set he must purchase the pump and the engine from OEM or their authorized dealer Documentary evidence in this regard must be enclosed with the offer failing which the offer will be rejected The assembler should indicate that necessary infra structural facilities for fabrication and load testing of the pump set are available with them Bidders other than the OEM must furnish the following undertaking from the OEM Date of manufacturer Make Model Serial No Test certificate Literatures and Spare Parts manual of the pump and Engine will be supplied if order is placed on the bidder 1 5 The model of pump offered should be one that has a proven track record for continuous duty h
30. ulated in this document Other terms and conditions of the enquiry shall be as per General Terms and Conditions vide MM CALCUTTA E 01 2010 for E Procurement LCB Tenders However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria BRC BEC contradict the Clauses of the tender or MM CALCUTTA E 01 2010 elsewhere those in the BRC BEC shall prevail BID REJECTION CRITERIA BRC The bids shall conform generally to the specifications and terms as well as conditions laid out in the tender Bids will be rejected in case the items offered do not conform to the required parameters stipulated in the technical specifications and to the respective international national standards wherever stipulated Notwithstanding the general conformity of the bids to the stipulated specifications and terms and conditions the following requirements will have to be met by the bids without which the same shall be considered as non responsive and stand rejected A TECHNICAL 1 1 The offered pump should be Centrifugal Pump horizontal split casing single stage with an efficiency of 70 or higher suitable for continuous duty with a capacity of 410 kls hr 100 mts head 10 kg sq cm Total Head 104 m of liquid column respectively 1 2 The offered model of engine should conform to ISO 3046 BS 5514 IS 10000 latest edition specifications and should be designated for fire fighting duties by the OEM Further it should be rated for con
31. vide MM CALCUTTA E 01 2010 for E Procurement LCB Tenders The 24 Performance Bank Guarantee must be valid for one year from the date of successful commissioning of the equipment or 18 months from the date of despatch whichever is earlier Bidder must confirm the same in their bid Offers not complying with this clause will be rejected 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 The Bank Guarantee should be allowed to be encashed at all branches within India 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 Validity of the bid shall be minimum 120 days from the Bid Closing Date Bids with lesser validity will be rejected viii Bids containing incorrect statement will be rejected ix All the Bids must be Digitally Signed using Class 3 digital certificate e commerce application as per Indian IT Act obtained from the licensed Certifying Authorities operating under the Root Certifying Authority of India RCAI Controller of Certifying Authorities CCA of India The bid signed using other than Class
32. when required 13 The pump set shall be treated as commissioned only after successful completion of a trial run on available load and on satisfactory performance shall be subsequently handed over to OIL I WARRANTY The warranty period for the engine pump set and all ancillary equipment shall be a minimum of 18 months from the date of dispatch shipment or 12 months from the date of commissioning J AFTER SALES SERVICE 1 The bidder should ensure after sales service during initial commissioning and also subsequently 2 Bidders should also confirm that spares both regular consumable ones as well as vital insurance spares for engine pump and all accessories quoted shall be available for at least 10 years after the delivery of the pump package The bidder must undertake the pump engine set to be supplied will not be obsolete for next ten 10 years and provision for supplying the spares to be continued K SPARE PARTS AND SPECIAL TOOLS Bidders have to provide the price along with the part numbers serial no normal delivery lead time of the spares and special tools that will be required for maintenance of the pump engine sets for two years 19 along with the offers Spare parts and special tools should be properly tagged and coded so that later identification as to intended equipment usage will be facilitated The cost of two years spares and special tools thus pr
Download Pdf Manuals
Related Search
Related Contents
697***、698***、699 análise do comportamento do fogo na mata nacional de leiria MANUEL D`UTILISATION LECTEURS CD ENGLISH DEUTSCH PATINE à VIEILLIR und Bedienungsanleitung Roburbox 100PDF file Télécharger le manuel Bedienungsanleitung Magura Scheibenbremsen ROADSIDE STATION INSTRUCTION MANUAL 1-800-544-6986 Alimentation Secteur ECO Adattatore ECO Switching Power Copyright © All rights reserved.
Failed to retrieve file