Home

SDI6852P16 - Oil India Limited

image

Contents

1. RS E so ek a ee ks ieee eKEEKEREREREEE Pee a a a e ae SSS E E EEEH YE E YE E PE e E e E e E e E e YE E YE YE YE YE YE E E SE E eee PEE E YE E YE SE e E e CEES E YE E YE eee E ej Tea table 10 1 gt a EE 5 He WARDROBE SOMME Tere Meche eH AACE ACEC A Stee eA ee eA ee E 7 A an Fi Fa F ta a ad ad ad ad Nees eee eee Yr fod se ot ES ESE E E ESE E E ESE 5 5 RSS ESE SESE N I KEKEKE ieee 6 6 6 6 oo E E a E reese 6 66 E E oe EES Fa E Kar 0 0 e ie oo oo ee he ae ae 22 ad Tar E ae ee a EES EEEE 66 6 66 8 6 eee eee raises Pe oe oe oe ie ae Ae Pa er ae te ee E Ae Pt Ka DEOD E E ety A EEE E e EE EE E EEE e SE EEE dad ae Pe oe oe 0 eb ee E ao e e 10 ee ee re Fa ee sy ees Reece a i 4 oe E EE OO HDI O OHI DO HP ATAATA ne HP DOO E ee E E ee EEE aa EE m se as ees 3 x VAIN OV ae LECCE Eee E YE GE E YE e YE E e E E e E
2. 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 11 0 To ascertain the substantial responsiveness of the bid OIL reserves the right to ask the bidder for clarification in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in toto must be received on or before the deadline given by the company failing which the offer will be summarily rejected 12 0 Please do refer the User Manual provided on the portal on the procedure How to create Response for submitting offer NOTE Bidders should submit their bids preferably in tabular form explicitly mentionin compliance non compliance to all the NIT terms and conditions of NIT Yours Faithfully Sd N PHUKAN DEPUTY MANAGER MATERIALS IP FOR HEAD MATERIALS Page 5 of 5 Annexure CCC Tender No amp Date SDI6852P16 DT 06 04 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
3. YE E YE E YE E E eee E e H E E YE E YE E TE E YE E e E E e E E YE YE YE E YE YE YE E E eee SOS ge 1 E oC at ae h x EE i aa i Pii 06 6608 a a a a EEE E E 4 4 FRONT VIEW a i oa 6 8 6 ooo Pe Ie EEE EEE ES Tar Pa EEEE 4 4 ar E E GE E YE e YE e YE E YE YE E E e YE E E e YE E e E E YE e YE E e e Se O HPI O O OH PO O O HP GE YE E YE e YE E E e E E E E E E E I EE 66 6 EEA e e OOS OO SOO E E E E HE E E E E F x et eas A Pa Fl i aa EE z SECTIONAL VIEW oo 1 ae E Faa a ol ol H 1 1 ae 4 13775 JELE pep e e e e e ee e e e e e m ba O e ENGER Ee wood UTILITY TABLE g 6 TOTS al E RACK i 3 i Baat ie Paat Bpan 6 52 16 DT 06 04 2015 CHECKLIST TECHNICAL FOR BOTH ITEM NO 10 amp 20 PARAMETER BIDDER S CONFIRMATION 1 Overall dimension of the bunkhouse as per enquiry yes no 2 Whether raw materials for mainframe base frame skid floor side end walls roof insulation amp inner paneling are offered as per the enquiry yes no 3 Wheth
4. 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 establish 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 sub
5. approved Hylam sheet 4 2 6 All switches and switch sockets shall be flush type of Anchor make Deluxe model 4 3 CABLE SIZES 1 1 5 sq mm copper cable with earth wire of 1 5 sq mm for point wiring 11 2 5 sq mm copper cable with 2 5 sq mm earth wire for circuit wiring from DB to switchboard and 5 Amp sockets 111 4 0 sq mm cable with 4 0 sq mm diameter bare copper earth wire for power sockets iv The main switch outgoing shall be wired to the DB with 10 sq mm 3 core for phase neutral and earth PVC insulated 1100 V grade fire retardant multi stranded flexible copper conductor and approved by ISI Fire Insurance Authority amp Tariff Advisory Committee 4 4 Following shall comprise the electrical scope of work 4 4 1 Bidder shall submit electrical schematic with earthing scheme amp indicative bill of materials along with quotation 4 4 2 In case of order the successful party has to submit detailed electrical drawings bill of materials and specification of all materials light fittings fans etc at least 30 thirty days before start of work All modifications in the work plan and item description as required by OIL shall have to be agreed by the party 4 4 3 The electrification job shall start only after approval of drawings and sample of material by Head Electrical in writing Page 4 of 6 4 4 4 Entire electrical installation work has to be done by licensed electrician as per IE Rules and NEC codes Party will submit the
6. complying with above submission procedure will be rejected as per Bid Rejection Criteria mentioned in Annexure CCC Display RFx Response S Go to this Tab Technical RFx pene Response for Uploading Techno RFx Response Number 60006452 RFx Number 2 Status Submit commercial Unpriced Bid 1 RFx Owner WIPRO 1 Total Value 0 00 INR RFx Response V RFx Information items 7 Notes and Attachments Conditions f Event Parameters Service and Delive Currency Indian Rupee Incoter Go to this Tab Notes and Attachments for Uploading and Statist Terms of Payment 90 against despatch 10 after receipt s 5 i F Priced Bid files Created C Detailed Price Information Price w ith Conditions Created E Last Processed C Last Processed E Details Send E Mail Call Clear Function Humber Hame Walid fr i The table does not contain any data On EDIT Mode The following screen will appear Bidders are advised to Upload Techno Commercial Unpriced Bid and Priced Bid in the places as indicated above Bid on EDIT Mode Page 3 of 5 Edit RFx Response Submit Read Only Print Preview Check Technical RFs Response ose Save Verify signature of Response Sign Response RFs Response Number 600060452 RFs Number TEST2 Status Withdrawn Submission Deadline 13 04 2073 11 00 00 INDIA RFs Owner W
7. 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 1 of 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 the 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 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
8. 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 to 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 determine
9. 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 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 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 Page 3 of 5 with Organisation s Name digital certificate will 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 pr
10. under the influence of the weather All gaps should be sealed at edges amp at seams bottom sills amp will prevent ingress of insects moisture etc 1 6 Roof The roof should be of sloping type from the centre forwards the walls for efficient drain of rainwater The roof should be made of 3 mm thick COR TEN A JIS G3125 SPA H SAILCOR IRSM 41 steel sheets and is provided with adequately pressed reinforced sections from inside for additional strength and this should be able to comfortably resist loads up to 20 Ibs sq feet All the structural steel used should be of standard quality as per IS specifications or equivalent and all steel component section machine pressed for rigidity to optimize strength to weight ratio 1 7 Weather Shed All door amp windows amp air conditioner opening should be provided with weather shed suitable size 1 8 Insulation 75 MM thick thermo cool mineral glass wool fiber glass resin bonded wool conforming to IS 8185 of 1976 should be provided on all side walls end walls roof with special weather proof adhesives This insulation should be hot proof fire retardant non hygroscopic and vermin proof and besides having excellent thermal efficiency and acoustic performance 1 9 Inner Paneling 6 mm ply plus 1 mm laminate Pre laminated boards should be screwed on the side wall on the internal Z sections square tubes All vertical amp horizontal corners should be neatly finished with aluminum anodized
11. 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 Tender Fee may also be paid online upto one week prior to the bid closing date or as amended in e portal OIL INDIA LIMITED A Government of India Enterprises PO Duliajan 786602 Assam India TELEPHONE NO 91 374 2808719 FAX NO 91 374 2800533 Email nireswar_phukan oilindia in erp_mm oilindia in FORWARDING LETTER Tender No SDI6852P16 DT 06 04 2015 Tender Fee Rs 1 000 00 Bid Security Amount Rs 1 51 000 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 PROCUREMENT OF 17 NOS A C BUNK HOUSE 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 General Terms amp Conditions for e Procurement as per Boo
12. Annexure II OIL INDIA LIMITED O A Government of India Enterprise P O Duliajan 786602 Assam India FAX 91 0374 2800533 E mail material oilindia in A OIL INDIA LIMITED invites Indigenous Competitive Bid e tenders through its e Procurement portal https etender srm oilindia in irjJ portal for following e tender E Tender No B C Date Material Description amp Quantity SDI6852P16 DT 06 04 2015 SINGLE STAGE TWO BID SYSTEM 04 06 2015 BUNK HOUSE 17 NOS SYSTEM 02 NOS SDI6867P16 DT 08 04 2015 1 MULTILAYER PLASTIC SINGLE STAGE TWO BID SYSTEM 04 06 2015 TARPAULIN 2 03 750 SQ MTR SD16862P16 DT 08 04 2015 SINGLE STAGE TWO BID SYSTEM 04 06 2015 RIM SEAL FIRE PROTECTION 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_one week prior to Bid Closing date The envelope containing the application for participation should clearly indicate REQUEST FOR ISSUE OF USER ID AND PASSWORD FOR E TENDER NO for easy identification and timely issue of user ID and password On receipt of requisite tender fee USER_ID and initial PASSWORD will be communicated to the bidder through e mail and will be allowed to participate in the tender through OIL s e Procurement portal No physical tender documents
13. IPRO TESTI Total Value 0 00 INR RFs Response Version Number 2 RFx Version Number 5 RFX Information items Notes and Attachments Condjtions f sup Area for uploading Techno Commercial Unpriced Bid Adda Clear Assigned To Category Text Preview Ml Area for uploading Priced Bid Sion Attachment Add Attachment Edit Description Wersioning Delete Create Qualification Profi Assigned To Category Description File Name Version Processor Checker a 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 the 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
14. 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 on the Bid Closing Date Criteria Complied Not Complied Documentary evidence submitted not submitted a Annual financial turnover of the firm in any of the last 3 financial years or current financial year should not be less than Rs 151 30 Lakhs 2 0 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 one week prior to the bid closing date or as amended in e portal The envelope containing the application for participation should clearly indicate REQUEST FOR ISSUE OF USER ID AND PASSWORD FOR E TENDER NO for easy identification and timely issue of user ID and password On receipt of requisite tender fee USER _ID and initial PASSWORD will be communicated to the bidder through e mail and will be allowed to participate in the tender th
15. 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 1 0 BID REJECTION CRITERIA BRC 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 A TECHNICAL 1 0 Eligibility Criteria a The bidder should be a reputed fabricator and should have the credentials of supplying similar type of Bunk House in the past Necessary evidence in the form of order copies proof of supplies acceptance performance certificates should be submitted along with the offer Note Term similar means Steel Fabricated Huts Crew Cabins and Bunk Houses b Bidder should have successfully executed a single order of value not less then Rs 45 39 Lakhs for manufacture and supply of Bunk House in the past 3 years the 3 years to be counted from the Technical B C date Necessary proof in support of the same should be submitted along with the offer failing which the offer will be rejected c Bidder must forward along with the quotation the detailed drawings amp specifications of proven design i
16. acement repairing that may occur should be carried out by the supplier at the site of installation at their own cost and arrangement taking all statutory safety measures practiced in Oil India Limited Warranty guarantee for the painting and quoting should be for two years against any failure rusting etc Bidder should confirm it along with quotation The offer taking exception to this will be rejected ITEM NO 20 AC BUNK HOUSE FOR INSTALLATION MANAGER QTY 12 NOS TECHNICAL SPECIFICATION AS PER ITEM NO 10 ABOVE 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 6 of 6 6 a n C oS a gen Q 5 2 S g o _ f 2 3 QO 2 E 1 O 5 2 S z mot 5S gt o 7 gt O gt o D O 5 N o O f I e RSs O o N af Seo He oe O 2P o YIT Z p os 9 ZOS 8 2 o amp SaRPggisi ote TE gS 0 5S ES py eH ts OS fe B lt 2 2 8 2 og see CS E oO oG Sg Ros ee oer Lo S SQA oo gt N SO 9 Osa e oN om w N H On S OH NM 4 N O A 4a WN Q gt eee o b oe o OSS ka T Pa a a E x 4 EDE E E E E E E E ae RS
17. cipal 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 among 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 soon as 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 4 of 5 17 If the Moni
18. copy of the valid licenses of their work persons to OIL before start of the work 4 4 5 Party shall notify OIL for inspection of wiring work before fixing of panels at least 15 fifteen days in advance 4 4 6 Test report of the entire electrical work as per IE Rules will have to be submitted to OIL after completion of the job 4 4 7 The electrical work shall be treated as complete once installation testing amp commissioning of electrical works are accepted by Head Electrical and submission of test report for electrical works as installed drawings amp list of electrical items used spares for lighting system by the party 5 0 FURNITURE ITEMS All offered furniture should be of executive class Bidder should forward catalogue drawing with specification of all items without which the bid will be liable for rejection The Bill of Material provided below is for per Bunk House 1 Steel Wardrobe size 6 feet x 3 feet x 18 inch Make Godrej 2 nos Sofa cum bed Godrej Claudia or equivalent model depth 1070 mm 1 No Pillow Kurl On make 4 nos Office table Godrej make model WT 718 716 1 no PC table Godrej make model C11 1 no Executive Chairs Godrej make model PCH 7002D 1 no Office Chairs Godrej make model PCH 7003D 6 nos Tea table Godrej make wooden top design 01 no Executive class shelves racks made of water proof ply board as per design without mica 10 Curtains Executive Class
19. curtains are to provided for all the windows and partition curtains should be of full length door height double layer two pieces 11 Mirror with soap tray 1 set 12 Utility table should be of marble top No 13 Refrigerator of capacity not less than 190 L of reputed make available in Indian Market 1 No Oo Jd A O HB W WN 6 0 PLUMBING All water points should be provide with internal plumbing with G I 1 2 C class pipes and fitting complete with stainless steel wash basis with mirror of Neycer Cora make and necessary taps and fittings of reputed make Toilet fittings should be of executive quality ISI standard Bidder has to forward details of layout product catalogue and P amp ID 7 0 WELDING The containerized bunk house should be of all welded steel construction using the latest method of MIG Co2 argon shield gas B SPECIAL TERMS AND CONDITIONS I The bidder shall submit 02 sets of complete bid documents comprising of all catalogues drawing with specification for technical evaluation one for Production Dept amp other for Electrical Dept II The bidder shall mention the type of painting and its specifications Only after approval from OIL the paints and primer coats shall be applied to the bunk house Page 5 of 6 II OlL s Purchased Order no unique identification no and PRODUCTION OIL DEPARTMENT shall be weld written on each bunk house Additionally OIL LOGO shall be painted properly on each b
20. d 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 further 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
21. 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 Bidders are requested to examine all instructions forms terms and specifications in the bid Failure to furnish all information required as per the NIT or submission of offers not substantially responsive to the bid in every respect will be at the bidders risk and may result in rejection of its offer without seeking any clarifications 6 0 Bidders must ensure that their bid is uploaded in the system before the tender closing date and time Also they must ensure that above documents which are to be submitted in a sealed envelope are also submitted at the above mentioned address before the bid closing date and time failing which the offer shall be rejected 7 0Bid must be submitted electronically only through OIL s e procurement portal Bid submitted in any other form will be rejected Page 4 of 5 8 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 evaluati
22. ender 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 Successful bidder will be required to furnish a Performance Security 10 of the order value 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 Performance Security must be valid for 12 months from the date of commissioning or 18 months from the date of despatch whichever concludes 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 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
23. eneficiary Vendor Code 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
24. er the specification of electrical components are offered as per the enquiry yes no 4 Whether the make amp model of all electrical items viz Light fan A C etc are offered as per the enquiry yes no 5 Whether the make amp model of all furniture are offered as per the enquiry yes no 6 Whether the welding work will be carried out as specified in the enquiry yes no 7 Whether product catalogue for bought out items electrical furniture plumbing paints etc are submitted along with offer yes no 8 Whether structural layout amp electrical wiring drawing with earthing scheme are submitted along with the offer yes no 9 Whether guarantee warranty 1s offered as per the enquiry yes no 10 Whether marking will be provided as per the enquiry yes no 11 Supporting documents for past supply experience as per the BRC BEC clauses of the enquiry copies of PO qty amp date Specification of supplied material Clients name amp address BoL Invoice No Any other relevant document to be enclosed Annexure DDD INTEGRITY PACT Between Oil India Limited OIL hereinafter referred to as The Principal And Name of the bidder ssa hereinafter referred to as The Bidder Contractor Preamble The Principal intends to award under laid down organizational procedures contract s for Tender No SDI6852P16 The Principal values full compliance with all relevant laws and regulations and the p
25. h 16 gauge MS sheet continuously welded to the bottom frame 1 3 Skid The under structure base frame of bunk house is to be mounted on the skid consisting of 03 three nos of Indian Standard Medium Beam ISMB 200 x 100 mm hot rolled I section and the end having 115 mm dia class B steel pipe The I section beam should be placed at equal distance and connected with same size beam at 2000 mm apart amp the pipe of MS on both ends in welded construction Base frame and skid should be made 1n such a way that no foundation is needed for placement of bunk house 1 4 Flooring 19 mm plywood particle board cement bonded Patrick boards confirming to IS 710 manufactured by Anchor swastika kitply sudarshan ITC should be fixed with self tapping screws to the base of MS plate which is welded to the bottom frame The bottom should be sealed with caulking compound and painted with bituminous paint The top inside layer of the plywood should be covered with PVC sheet of Bhor Royal Touch Premier Vinyl 1 5 Side End Walls The exterior cladding of the shell should be of COR TEN A JIS G3125 SPA H SAILCOR IRSM 41 of 3 mm thick amp should be welded to the bottom MS channel frame corner posts top frame amp roof frame Due to their chemical compositions COR TEN A steel when utilized unprotected exhibits increased resistance to atmospheric corrosion compared to unalloyed steels This 1s because it forms a protective layer on its surface
26. heavy gauge aluminum angles amp flats and the vertical joints of the panels should be mixed with decorative PVC bidding patties aluminum patties to match with the colour of panels to suit the aesthetic appearance The internal paneling of the roof should be of 6 mm pre laminated boards with aluminum anodized bidding patties The ceiling of the roof should be suspended from inside on suitable Z section angle framework 2 0 DOOR amp WINDOWS 2 1 DOOR Door should be of 6 5 feet H x 3 feet W with folding 1 5 mtr x 1 mtr Shed flush mounted double skin construction The shutter should be open from outside The main door should be made from higher grade aluminum extruded section fully insulated of 40 mm thickness for eliminating heat transmission and shock The external side should be clad with 2 mm MS sheet and the internal side should be with plywood hot pressed and phenol bonded with decorative laminated sheets similar to interior finish The door should be fixed with heavy gauge brass stainless steel piano amp Hydraulic door closer corrosion proof and all rubber gaskets packing all around door frame for complete weather proof 2 2 WINDOWS Windows of width as per drawing x 900 mm H wherever required should be made from high quality aluminum anodized extruded section of suitable size and should be of sliding type fitted with clear fiber glasses Metallic mosquito nets should be provided on suitable framework amp MS decorative grill
27. iven below A TECHNICAL 1 The manufactured product should be strictly as per OIL s tender specification B COMMERCIAL 1 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 Page 4 of 5 11 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 111 To ascertain the substantial responsiveness of the bid OIL reserves the right to ask the bidder for clarification in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in toto must be received on or before the deadline given by the company failing which the offer will be summarily rejected NOTE Bidders should submit their bids referably in tabular form explicitly mentionin compliance non compliance to all the NIT terms and conditions of NIT Page 5 of 5 ANNEXURE IA TECHNICAL SPECIFICATIONS WITH QUANTITY Tender No amp Date SDI6852P16 DT 06 04 2015 Complied Not Complied Remarks if any ITEM NO 10 AC BUNK HOUSE FOR INSTALLATION MANAGER QTY 05 NOS A SCOPE OF WORK Manufacture and supply of bunk houses having specified external dimensions complete with G I Rock wool i
28. ke Legrand Merlin Gerin Siemens 4 1 3 Following lighting arrangement to be provided inside the cabin 1 Decorative florescent 28 w T5 type with electronic ballast 02 nos 11 Decorative florescent 14 w 02 nos 111 Bed side reading lamps 02 nos 4 1 4 Two nos 15 5 amps switch 5 Pin socket and 1 one 20 amps metal clad socket in the room shall be provided The sockets shall be mounted in metallic enclosures and have suitably rated MCBs as switches Matching plugs for the sockets should also be provided Make Legrand Merlin Gerin Siemens 4 1 5 Fans 4 four nos of wall mounted fans in each cabin shall be provided Wall mounted fans shall have 300 mm sweep and be equipped with in built speed regulator with OFF position Make Usha Compton Greaves Bajaj Orient Model Mist Air Ultra Mist Air ZX Usha Bajaj Midea BW 01 12 4 1 6 Two cabin earth points on the skid or body outside shall be provided diagonally for final termination of earth wires 4 1 7 One 1 5 Ton window A C unit for each unit shall be provided A C unit shall be of rotary compressor type Following points are to be considered for the A Cs 1 Make of AC shall be Voltas LG only as per OIL s standardized items list 11 AC should be certified by BEE GOI for energy efficiency 111 Guarantee certificate test certificate etc of the AC iv Maintenance manual and spare parts list of AC Page 3 of 6 4 1 8 One no earth electrode a
29. klet No MM LOCAL E 01 2005 for E Procurement LCB Tenders b Technical specifications and Quantity as per Annexure 1A c The prescribed Bid Forms for submission of bids are available in the Technical RFX gt External Area gt Tender Documents d 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 e All corrigenda addenda amendments time extension clarifications etc To the tender will be hoisted on OIL s website ww w oil india com and in the e portal https etenders srm oilindia in irj portal only and no separate notification shall be issued Page 1of5 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
30. lid In this case the parties will strive to come to an agreement to their original intensions N PHUKAN MANAGER MATERIALS IP For the Principal For the Bidder Contractor Place Duliajan Witness 1 5 ou Date Witness 2 7 222225 ssa Page 5 of 5 Bidders Response Sheet Annexure FFF Bidders Name Name of Bidder Whether tender document purchased from OIL s offices p Complied to Standard Payment Terms of OIL or not Bid Security Submitted if applicable Details of Bid Security Submitted to OIL if applicable a Bid Security Amount In Rs b Bid Security Valid upto c Name and Full Address of Issuing Bank 7 ass 77 pT 12 Confirm that the Bid Security submitted In case of Bank Guarantee is in toto as per format provided in the tender Bid Security if Not submitted reasons thereof sS kl O oS 0 Whether you shall submit Performance Security in the event of placement of order on you if applicable Integrity Pact Submitted if applicable Confirm that the Integrity Pact submitted is in toto as per format provided in the tender Whether submitted documents in support of General Qualification criteria of NIT If bidder is Small scale unit whether you have quoted your own product 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 An
31. mit 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 Subcontractor 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 Prin
32. ncluding each and every item main shell base frame skid flooring side amp end wall roof weather shed insulation inner paneling doors windows shelf electrical fitting items electrical drawing details of wiring etc along with Bill of material failing which the offer will be rejected Page 1 of 5 Complied Not Complied Remarks if any d The bidder should be a Government registered vendor Necessary proof in support of the same should be furnished e The bidder if registered as an SSI should submit the certificate copy of registration with the concerned authorities f Bidder should have the required machinery manpower and resources for undertaking the fabrication of Bunk Houses viz welding painting pressing of sheets corrugation etc A list of all the facilities including list of machineries available is to be submitted along with the offer The audited annual report should also be enclosed along with the offer B COMMERCIAL i li 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 1 51 000 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 Clo
33. nd 25 mm x 6 mm GI straps to be provided for earthing purpose The earthing scheme shall be as per IS 3043 4 2 SPECIFICATIONS OF MATERIALS ELECTRICAL 4 2 1 All wiring from MCB DB to switchboards points sockets etc shall be concealed type inside the paneling running through PVC conduit 4 2 2 Medium grade ISI approved FR PVC conduits shall be used for wiring Conduit size and no of wires in conduit shall be as per IS Corners shall be rounded elbow type for ease of insertion of wires Make AKG PLAZA Finolex 4 2 3 The wiring cable shall be PVC insulated 1100 V grade fire retardant multi stranded flexible copper conductor and approved by ISI Fire Insurance Authority amp Tariff Advisory Committee 4 2 4 All wires shall be colour coded as Red for Phase Black for neutral and Green for earth All wire ends in DB Main Switch and Socket outlets shall have copper lugs of Dowell s Make Finolex Havells 4 2 5 All points shall have individual switches and independent neutral wire Separate switchboards shall be provided for crew room store room amp workshop battery room All light and fan points shall be suitably distributed in the switchboards with individual switches In addition each switchboard shall be provided with one no 6 Amps switch socket For ease of Operation two or more switchboard shall be provided in the crew room Switchboards shall be made of 1 6 mm thick MS boxes having 3 0 mm thick white coloured ISI
34. nexure GGG NOTE Please fill up the greyed cells only Technical Bid Checklist Annexure EEE ender No Bidders Name Compliance by Bidder Indicate Confirmed Not Indicate Corresponding page ref of SL NO BEC TENDER REQUIREMENTS Confirmed Not applicable unpriced bid or Comments the bid document specifications Confirm that the Offer has been made with Bid Bond Bank Guarantee Earnest Money along with the offer Wherever Applicable opening of techno commercial bid qualifications Confirm that all relevant fields in the on line biding format been filled in by the bidders for the items quoted by them 7 Confirm that the the price bid is in conformity with OIL s online bidding format Confirm that the Bid comply with all the terms amp conditions j 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 paer pocumenr wherewrAgpliable nn ll PACT DOCUMENT Wherever Applicable 1 CONFIRM THAT YOU HAVE SHALL SUBMIT PERFORMANCE BANK GUARANTEE AS PER NIT IN THE EVENT OF PLACEMENT OF ORDER ON YOU Wherever Applicable _lecnumeanowentett ne POP QUALIFICATION CRITERIA NOTE Please fill up the greyed cells only ma ANNEXURE GGG TO BE FILLED UP BY ALL THE VENDOR IN THEIR OWN LETER HEAD ALL FIELDS ARE MANDATORY Tender No Name of B
35. nsulation paneling electric fitting furniture and other equipments to provide office and accommodation for site personnel Housing containers shall be used as portable modules and shall be deployed at any place The scope of supply covers all the points stated under various heads below The bunkhouse should be provided with suitable lifting and handling facility for the container handling The bunk House shall be constructed as per the tentative drawing attached herewith 1 0 GENERAL DESIGN amp CONSTRUCTION 1 1 Main Shell The main fabrication of the structural framework should be of integral and all welded type to comprise of the bottom frame overall framework internal and external cladding with insulation and other peripherals sloping self draining roof and desired door window A C opening etc The main corner vertical support posts should be formed into a press component from 5 mm thick MS tested quality plates as per IS specifications and all the corner posts should be suitably welded at the top with a heavy gauge MS plate which should be able to hold steel forged lifting hooks or corner casting arrangement with 50 mm holes 1 2 Base Frame The main bottom Base frame should be fabricated and welded out of tested quality MS pressed steel channel sections of size ISMC 125 x 65 mm and all the inter connecting cross members should also be steel channels duly welded lengthwise amp breadth wise and conveniently equally spaced and covered wit
36. oforma 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 and 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 The bids conforming to the terms and conditions stipulated in the tender and considered to be responsive after subjecting to the Bid Rejection Criteria as well as verification of original of any or all documents documentary evidences pertaining to BRC will be considered for further evaluation as per the Bid Evaluation Criteria g
37. on 9 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 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 RAJTV MATHUR IPS Retd Former Director IB Govt of India e Mail ID rajivmathur23 gmail com 10 0 The tender shall be governed by the Bid Rejection amp Bid Evaluation Criteria given in enclosed Annexure CCC However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria as per Annexure CCC contradict the Clauses of the tender and or
38. rinciples of economic use of resources and of fairness and transparency in its relations with tts 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 5 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 principles 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 If the Principal obtains
39. rough 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 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 Page 2 of 5 3 0 The tender is invited under SINGLE STAGE TWO BID SYSTEM The bidders 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
40. s should also be provided Quantity in number of windows should be as per our drawing Fancy curtain rods and sockets should be provided with curtain Page 2 of 6 3 0 PRETREATMENT amp PAINTING 3 1 The surface preparation for all steel surfaces should be pre treated with anticorrosive chemicals including degreasing and de rusting and phosphating coated with red oxide zinc chromate primer conforming to IS 2074 The external surface of the bunk houses should be finally painted with two coats of corrosion resistant rubbers chlorinated marine paint or polyurethane paint 3 2 The under frame should be painted with bituminous paint of reputed make The colour shades and grade should be decided at the time of inspection and the highest level of aesthetic should be maintained and necessary marking logo should be provided 4 0 ELECTRICAL SYSTEM 4 1 The following electrical items shall be provided in the Bunk House 4 1 1 One no 63 amp SPN Main Switch metallic enclosure with side handle shall be mounted outside the cabin provided with suitable shed for protection against rain Make Havells GE BCH Siemens 4 1 2 One no 8 way SPN MCB DB with 63 Amp 300 mA ELCB as incomer 6 nos 6 amps MCB and 2 nos 20 amps MCB as outgoing shall be provided inside the cabin All MCBs shall be 10 kA C curve DB shall be complete with 63 amps bus bars and shall be as per 21 All circuits shall be marked on DB with paint or metallic marker MCB DB Ma
41. sing Date and Time mentioned in the Tender The Bank Guarantee towards Bid Security shall be valid for 10 months from Bid closing date 1 e upto Bid Security may also be paid online on or before the Bid Closing Date and Time mentioned in the Tender If bid security in ORIGINAL of above mentioned Amount and Validity is not received or paid online within bid closing date and time the bid submitted through electronic form will be rejected without any further consideration For exemption for submission of Bid Security please refer Clause No 8 8 of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders The format of Bank Guarantee towards Bid Security Annexure VID 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 Page 2 of 5 lil v iv v vi vii 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 t
42. tor 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 Pact 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 If the 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 va
43. unk house IV The offer shall contain completes technical information which should essentially include the following a Complete set of structural drawing with bill of materials b Details like make brand model number etc of the bought out items c Documentary evidence in support of the past supply experience shall be submitted in the form of copies of PO issued by the customer delivery challan invoice proof of acceptance of the materials by the customer etc V The bunk house to be capable of being handled without any strain or damage under the following condition Lifting of the unit by lifting slings separate lifting provisions should be kept on both bottom and top of the unit so that the same can be lifted by using wire ropes slings from any one of the above provisions VI Inspection Each Bunk houses shall be offered for inspection 3 stage inspection to representative of OIL at the following stages of fabrication However inspection by OIL 1s at its discretion a Raw materials inspection b At any time during the fabrication amp before application of primer coating c On completion of the jobs before dispatching the complete bunkhouse VII Bidder must forward along with the quotation the detailed drawings of corrugated sheets VIII WARRANTY GUARANTEE The bunk house including all the bought out items should have minimum onsite warranty of one year from the date of installation within which any repl

Download Pdf Manuals

image

Related Search

Related Contents

Brodit ProClip 805036  Version 2.0 - Richard Martin Lighting  dsPIC ボード LM517 LM617 取扱説明書  T'nB BARE035412 rechargeable battery  OB CARE  L`ÉCRITURE ENSEIGNÉE - Association Française pour la Lecture  Broward College Audio/Visual Specialist Guide (North Campus)  Service Manual  Ergotron LearnFit  ダウンロード  

Copyright © All rights reserved.
Failed to retrieve file