Home

4, India Exchange Place Kolkata -1

image

Contents

1. 4 0 Material should be adequately packed to avoid damage and ingress of water during transit OIL s PO no and date shall be embossed engraved on the panel All feeders shall have engraved designation nameplates Details of Feeder designation shall be provided by OIL at the time of approval of drawing F TESTING AND INSPECTION a OIL representatives shall carry out pre despatch inspection of the unitized substation and witness all necessary testing at manufacturer s works Bidders shall include charges towards inspection and witness test if any in their offer To and fro charges of OIL s personnel to manufacturer s works will be to OIL s account b The individual equipment shall be routine tested as per relevant IS and IEC standards at respective manufacturer s works if the unit is assembled c Primary amp secondary injection tests for RMU panel and LT panel in accordance with IS shall be carried out at the substation manufacturer s works during inspection d Routine Test certificates reports for individual equipment as well as for the complete unit carried out at manufacturer s works as per relevant IS amp IEC shall be submitted at the time of final inspection by OIL s representative failing which despatch clearance will not be given Any alteration modification requirements pointed out during the inspection shall be carried out by the manufacturer at no extra cost to OIL and confirmed before dispatch withou
2. OIL INDIA LIMITED A Government of India Enterprises E 4 India Exchange Place Kolkata 1 TELEPHONE NO 033 222301657 FAX NO 033 22302596 Email oilcalmn dataone in oilcalmn oilindia in FORWARDING LETTER Tender No SKI1904P14 dated 29 11 2013 Tender Fee Rs 1 000 00 Bid Security Amount Rs 47 000 00 Bidding Type SINGLE STAGE COMPOSITE BID Bid Closing on As mentioned in the e portal Bid Opening on do Performance Security Applicable Integrity Pact Applicable Delivery Duliajan Assam OIL invites Bids for the supply installation amp commissioning of ELECTRICAL PANEL 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 will be governed by a General Terms amp Conditions for e Procurement as per Booklet NO MM CALCUTTA E 01 2010 for E procurement LCB Tenders b Technical specifications and Qty as per ANNEXURE II c The prescribed Bid Forms for submission of bids are available in the Technical RFx gt External Area gt Tender Documents TENDER COVERING LETTER 1 d In the event of receipt of only a single offer against the tender wit
3. The bid prepared by the bidder shall comprise the following components duly completed a Price schedule Refer on line Price Schedule as applicable b Documentary evidence in accordance with Clause 1 2 if the bidder is other than Original Equipment Manufacturer c Bid must accompany necessary literature catalogue of the equipment as well as of the spare parts catalogue thereof wherever required d Bid Submission Proforma duly filled in Refer Annexure 1 e Exceptions Deviations Form duly filled in Refer Annexure III f Check List duly filled in Refer Annexure IV g Bidder s past supplies proforma duly filled in Refer Annexure V h Authorisation letter for attending Tender Opening Refer Annexure VI i Bid Security wherever required j Confirmation about the Performance Security wherever required k Back up Authority Letter for warranty cover of manufacturer in case the bid is from sole selling agent authorised distributor authorised dealer authorised supply house SUBMISSION AND OPENING OF BIDS The bid along with all annexures and copies of documents should be submitted in e form only through OIL s e bidding engine The price bids submitted in physical form against e procurement tenders shall not be given any cognizance However the following documents should necessarily be submitted in physical form in sealed envelope superscribed as Tender Number and due for opening on The outer cover should duly bear
4. Annexure VII Proforma of Bid Security Annexure VIII Proforma of Performance Security Annexure IX Declaration Certificate The Bidder is expected to examine all instructions forms terms and specifications in the bidding documents Failure to furnish all information required by the bidding documents or submission of bid not substantially responsive to the bidding documents in every respect will be at the Bidder s risk and may result in the rejection of its bid without seeking any clarifications MM CALCUTTA E 01 2010 3 5 0 5 1 5 2 6 0 6 1 1 6 1 2 AMENDMENT TO BIDDING DOCUMENTS At any time prior to the bid closing date OIL may for any reason whether at its own initiative or in response to clarifications requested by the prospective bidder s modify the bidding document by amendment s All prospective bidders who have received the bidding documents will be notified of the amendments OIL may at its discretion if considered necessary extend the deadline for the submission of bids CONTENTS OF OFFERS The Prices along with price related conditions shall be filled online in the Price Bid screen Any documents sought to be attached with price bid shall also be attached at_appropriate place must be digitally signed Unpriced techno commercial Bids shall be submitted in the prescribed bid proforma as per Annexure I to IX The above Annexures shall be duly filled in without any alteration to OIL s pro
5. 2 3 3 0 3 1 3 2 3 3 3 3 1 3 3 2 The Bid documents are non transferable The bid can only be submitted in the name of the bidder in whose name the bid document has been issued Unsolicited offers will not be considered and will be straightway rejected Employees of Oil India Limited are prohibited from submitting and also from getting others to quote on their behalf TENDER FEE For Limited tenders no tender fee will be required In case of press tenders prospective bidders can purchase tender documents from the offices of the of Oil India Limited hereinafter referred to as OIL mentioned in the notice inviting tenders NIT against an application along with requisite non refundable tender fee The bidders shall be able to create the bid online only after payment of tender fee OIL will not take any responsibility for any delay late in receipt of Tender Fee EXEMPTION OF TENDER FEE Small Scale Industries SSI registered with NSIC under Single Point Registration Scheme and not their dealers distributors are exempted from payment of tender fees for the items they are registered with NSIC Valid registration certificate with NSIC must be enclosed along with the application for issuing tender documents Public Sector Units PSU are also exempted from payment of tender fee MM CALCUTTA E 01 2010 2 3 3 3 3 3 4 3 4 4 0 4 1 4 2 Firms registered with NSIC PSU s amp Government Department
6. are to be submitted through OIL s e Procurement site only except following documents which are to be submitted manually in sealed envelope super scribed with Tender no and Due date to Head Materials Materials Department Oil India Limited Duliajan 786602 Assam on or before the Bid Closing Date and Time mentioned in the Tender a Original Bid Security b Detailed Catalogue if any c Any other document required to be submitted in original as per tender requirement All documents submitted in physical form should be signed on all pages by the authorised signatory of the bidder and to be submitted in triplicate 5 0 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 8 0 The tender shall be governe
7. catalogue brochure of different equipment from the manufacturers k Foundation details for the substation with cable entry arrangement Bill of Materials m Any other information 2 0 In case of an order the supplier shall submit detailed GA drawing electrical schematics wiring diagram termination details RMU panel drawings transformer detailed drawings LT panel drawings cable schedule bill of materials etc to OIL within one month of placement of order OIL shall scrutinize the drawings and communicate amendment revision to the party if any Party shall incorporate the changes revisions in the design and manufacture the unit accordingly In case of an order on the party complete tender specs and the deviations accepted by OIL in writing only shall be mentioned in the order 3 0 Following documents are to be supplied with the item a Four sets of installation commissioning amp operation manual of the RMU transformer and PCC panel b Four sets of literature of main components like meters protection amp auxiliary relays etc c Four sets of test report containing results of tests done at substation manufacture s works along with test reports of routine tests carried out on individual equipment in respective manufacturer s works d Guarantee certificate duly signed by the supplier including guarantee of individual items like RMU and transformer e Recommended list of spares with part nos for maintenance for all items
8. necessary permission to enter into the Industrial Area or Company s other operating areas to deliver the material as per timings given below a Monday to Friday Morning 08 00 AM to 10 00 AM Afternoon 12 30 PM to 02 00 PM b Saturday Morning 08 00 AM to 10 00 AM INSURANCE Transit insurance will be arranged and paid for by OIL for all orders other than FOR Destination orders The Bidder seller will be required to intimate the insurance agency which will be specified in the Purchase Order regarding the despatch details immediately after despatch The Sellers have to arrange the transit insurance at their cost in case of orders placed on FOR Destination basis PAYMENT TERMS Payment terms where installation commissioning and Training are not involved 100 Payment will be made against despatch documents within 30 days to the parties with whom OIL has got long business relationship and whose performance in execution of the orders has been found accordingly In certain cases payment to the extent of 90 max may be made against despatch documents Balance amount will be released after receipt and acceptance of materials Adjustments if any towards liquidated damage shall be made from the balance payment In the event of placement of order on new parties payment will be made only after site approval of goods MM CALCUTTA E 01 2010 18 23 2 23 3 23 4 24 0 25 0 25 1 25 2 25 3 Payment term
9. the item before handing over the unit to OIL 13 Packing shall be done properly to avoid transit damage and water moisture ingress 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 stipulated 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 o E 1 BID REJECTION CRITERIA BRC A TECHNICAL The offers must conform to the specifications and terms and conditions given in the demand Bids shall be rejected in case the items offered do not conform to the required parameters stipulated in the technical specifications and to the respective standards wherever stipulated Notwithstanding the general conformity of the bids to the stipulated specifications and terms and conditions the offer offers will be considered as non responsive and is are liable to be rejected on the following grounds 1 The
10. the tender number and date of closing opening prominently underlined alongwith the address of Purchaser s office as under as indicated in Invitation For Bids HEAD CALCUTTA BRANCH OIL INDIA LIMITED 4 INDIA EXCHANGE PLACE ICC BUILDING 4 FLOOR KOLKATA 700 001 MM CALCUTTA E 01 2010 13 12 0 12 1 12 2 13 0 13 1 13 2 14 0 15 0 1 The original bid security 2 Any other document required to be submitted in original as per tender requirement 3 If Sample is called for in the Tender 4 Printed catalogue and Literature if called for in the NIT DEADLINE FOR SUBMISSION OF BIDS Bidders will not be permitted by System to make any changes in their bid after bid has been uploaded by bidder Bidder may however request the administrator of particular tender through the system for returning their bids before the due date of submission for resubmission But no such request would be entertained once due date for submission of bids has been reached No bid can be submitted after the submission dead line is reached The system time displayed on e procurement web page shall decide the submission dead line CLARIFICATIONS OF BIDS No unsolicited correspondence after submission of the offer will be taken cognizance of or responded to After the opening of the bid OIL may at its discretion ask the bidder for clarification of its bids The request for clarification and response shall be in w
11. 2010 26 ANNEXURE Il Price Schedule Proforma Deleted not relevant for E tendering Prices are to be quoted as per online format MM CALCUTTA E 01 2010 27 ANNEXURE Ill PROFORMA EXCEPTION DEVIATION EXCEPTION DEVIATION PROFORMA OIL expects the bidders to fully accept the terms and conditions of the bidding documents However should the bidder experience some exception and deviations to the terms of the bidding documents the same should be indicated here and put in unpriced bid In order to be considered responsive Bidder s offer must specifically include the following statement a We certify that our offer complies with all NIT requirements and specifications without any deviations Or b We certify that our offer complies with all NIT requirements and specifications with the following deviations Clause No of Full compliance Exception Remark Bidding Document not agreed deviations taken by the Bidders Signature of the Bidder Name Seal of the company MM CALCUTTA E 01 2010 28 ANNEXURE IV CHECK LIST THE CHECK LIST MUST BE DULY FILLED UP COMPLETELY AND TO BE SUBMITTED ALONG WITH YOUR OFFER PLEASE ENSURE THAT ALL THESE POINTS ARE COVERED IN YOUR OFFER THESE WILL ENSURE THAT YOUR OFFER IS PROPERLY EVALUATED PLEASE CROSS THE BOX WHICHEVER IS APPLICABLE TECHNICAL 1 0 Whether necessary literature catalogue of the equipment as well as spare parts there
12. 34 0 34 1 35 0 36 0 36 1 36 2 37 0 DEFAULT In the event of an Contract with the Bidder if the Bidder Seller contravenes any of the provisions of the Contract or neglects to carry out his obligations of the Contract OIL may give notice in writing thereof requiring the Bidder Seller to remedy the breach within seven days or within such period as OIL may agree to be reasonable and in the event of Bidder s Seller s failing to do so OIL will be at liberty to purchase the goods elsewhere or have the work which the Bidder Seller has neglected to do carried out by some other person at the Bidder s Seller s expense In such an event OIL shall have the right to terminate the Contract TERMINATION In the event of an Contract with the Bidder OIL shall have the right to terminate the Contract giving 7 days notice or such reasonable time and in this event shall pay to the Bidder Seller such sum as shall fully compensate the Bidder Seller for work carried out by them in performance of the Contract prior to such termination APPLICABLE LAW The contract arising out of this tender shall be interpreted in accordance with and governed by the laws of India ARBITRATION All disputes and differences whatsoever arising between the parties out of or relating to the construction meaning and operation or effect of this Tender and consequent Contract or the breach thereof shall be mutually settled However in case no such mutua
13. 6 Email oilcalmn oilindia in oilcalmn dataone in ANNEXURE II Tender No amp Date SKI1904P14 DATED 29 11 2013 OIL INDIA LIMITED invites Indigenous tenders for items detailed below TECHNICAL SPECIFICATIONS WITH QUANTITY SLNO MATERIAL DESCRIPTION QUANTITY UNIT amp MATERIAL CODE NO ELECTRICAL PANEL 10 01 NO 0C000161 Detailed specification is given below 20 Installation amp Commissioning 01 AU DETAIL SPECIFICATION Item 10 Pre fabricated and ready to use unitized electrical sub station outdoor weatherproof housed in a steel enclosure and mounted on sturdy steel frame suitable for installation on a concrete foundation The house structure shall comprise three main compartments HT compartment housing an RMU a transformer and an LT PCC panel with the following specifications A Enclosure The enclosure shall be factory built and tested shall be compact in construction and shall be easy to maintain Features of the enclosure a The unitized substation house shall be an outdoor weatherproof steel house mounted on a self supporting skid of ISMC channels The substation house shall be suitable for bottom lift b The substation house shall be a fabricated sheet steel structure The house columns and ceiling frame will be constructed from structural steel seam welded The shell of the house shall be fabricated from CRC sheet steel not less than 2 mm thick Load bearing members sh
14. 8 2 6 8 3 6 9 6 9 1 6 9 2 6 9 3 documentary evidence However any increase in excise duty sales tax Customs Duty or any statutory levy after the expiry of the scheduled date of delivery shall be to the supplier s account THIRD PARTY INSPECTION TPI When specifically called for in the tender Whenever Inspection by OIL s approved Third Party Inspection Agencies has been called for in the tender Bidder must indicate the availability of the OIL s approved Third Party Inspection Agencies in their area OIL reserves the right to inspect the material through any of the Third Party Inspection Agencies All inclusive charges for Third Party Inspection TPI must be filled in on line in the bid Offers without any mention about Third Party Inspection charges as specified above will be considered as inclusive of Third Party Inspection charges When a bidder mentions Third Party Inspection charges as extra without specifying the amount the offer will be loaded with maximum value towards Third Party Inspection charges received against the tender for comparison purposes If the bidder emerges as lowest bidder after such loading in the event of order on that bidder Third Party Inspection charges mentioned by OIL on the Purchase Order will be binding on the bidder SAMPLES When specifically called for in the tender Bidder shall submit Samples of requisite quantity whenever called for Each sample shall be sealed and h
15. 8 kV RMS minimum i Rated short time current duration for busbar circuit breaker and isolator 20 kA for 3 seconds minimum j Making capacity of circuit breaker and isolator 50 kA peak minimum k Operation counter of 5 digits High mechanical endurance of 10 000 minimum operations m Mechanical ON OFF indication n Spring FREE CHARGED indication 0 Position indicator SERVICE TEST ISOLATE p Manual ON and TRIP button emergency tripping arrangement without having to open the front door of the breaker chamber q Operating sequence O 0 3 min CO 3 min CO r Shunt trip coil and closing coil 110 V DC rated coil power supply taken from supplied power pack unit Control supply for the tripping shall be taken from the PT through suitably rated Power Pack having following specifications i 110V AC input supply to the power pack shall be taken from PT output ii 3 phase rectifier with 1200 PIV shall be used in the power pack iii Surge suppressor suitable for numeric relays shall be provided in the power pack iv Power pack shall be protected through input HRC fuses v Battery shall be provided in the power pack to provide DC power for 90 minutes after incoming power failure vi Suitable filters should be provided in the power pack to give ripple free DC output for reliable relay operation Features a The RMU shall be provided with self powered numerical relay b The RMU shall be provided with metering cubi
16. ALCUTTA E 01 2010 4 6 1 9 6 1 10 6 2 6 3 6 3 1 6 3 2 6 3 3 6 3 4 The bidder should indicate at the time of quoting against this tender their full postal and Fax Email addresses The bid including all attached documents shall be digitally signed by duly authorized representative of the bidding company The Bidder in each tender for procurement of goods will have to give a certificate in its offer that the terms and conditions as laid down in this model bidding document booklet no MM CALCUTTA E 01 2010 are acceptable to it in toto The bidders shall fill in online the appropriate price schedule i e the net unit prices of the goods they propose to supply and other pricing details etc as per the Pricing condition separately The bidders must quote the following prices information i Firm unit Ex Works price of the quoted items and Currency ii Firm Packign and forwarding component stating the place of despacth iii Firm Freight as required in the price schedule stating road rail freight iv Any other Price component as applicable to the Tender Bidders must quote firm FOR destination price by rail road OIL reserves the right to place order on FOR despatching station or FOR destination terms Offered rate should be kept firm through delivery despatch EXCISE DUTY Excise Duty if any should be quoted either as extra or as inclusive as the case may be The Seller if happens to be a S
17. CB and assorted MCCBs as outgoing feeders as per list given below Specifications of the LV panel a Horizontal busbars 3 phase 4 W 415 V 50 Hz aluminimum minimum 2000 A capacity Phase and neutral bus identical capacity 1 set b Air circuit breaker 4P 2000A 50kA EDO type with up based o c s c amp e f release 2 nos in two panels c Outgoing MCCBs i 630A 4P 36kA fixed manual type with up based o c s c and e f release 4 nos ii 400 A 4P 36kA fixed manual type with up based o c s c and e f release 4 nos Alternatively earth leakage protection through separate CBCT and earth leakage detection relay can be provided for the outgoing MCCBs in place of up based e f release d Brought out terminal connections shall be provided in the side or rear of the PCC panel for connection of the outgoing cables Features of the panel a Panel wiring i All control wiring inside the panels shall be done with single core flame retardant multi stranded flexible copper PVC insulated 1100 V wire 1 5 mm2 for potential circuits and 2 5 mm2 for CT current circuits Control wires shall be properly identified with ferrule numbers and suitably terminated with proper sized lugs control cable make Finolex Havells Henley ii Ring lugs shall be used at all critical connections such as CT connections No more than two wires or lugs shall be attached under any one screw All control amp CT wiring should be terminated on suitable TB
18. ITY QUANTITY CLIENT DATE ORDERED SUPPLIED SUCCESSFULLY NOTE CERTIFICATE FROM CLIENTS TO BE ENCLOSED ALONGWITH THIS PROFORMA MM CALCUTTA E 01 2010 Signature of the Bidder Name_ Seal of the Company 34 ANNEXURE VI PROFORMA OF AUTHORISATION LETTER FOR ATTENDING TENDER OPENING NO Date To The Oil India Ltd India Dear Sir Subject Tender No due on For Mr has been authorised to be present at the time of opening of above tender due on at on my our behalf Yours faithfully Signature of Bidder Name Designation For amp on behalf of Copy to Mr for information and for production before the MM at the time of opening of bids MM CALCUTTA E 01 2010 35 ANNEXURE VII PROFORMA OF BID SECURITY Ref No Bank Guarantee No Dated TO OIL INDIA LIMITED 4 INDIA EXCHANGE PLACE 4 FLOOR KOLKATA 700001 WEST BENGAL INDIA Whereas lhe eeecceeeeeeeeees herein after called the Bidder has submitted their Bid No dated aan against OIL INDIA LIMITED KOLKATA WEST BENGAL INDIA hereinafter called the purchaser s tender No Tetas for the supply of hereinafter called the Bid KNOW ALL MEN by these presents that we cisvuivdssiidsussaduasieeest Of having our registered office at ne ieseseetuceeeeeseeesanveeecees hereinafter called the Bank are bound unto the Purchaser in the sum of a for which payment well and truly to be made t
19. M CALCUTTA E 01 2010 24 38 3 38 4 38 5 38 6 38 7 39 0 40 0 40 1 40 2 In the event of computational error between unit price and total price unit price shall prevail and adopted for evaluation Similarly in the event of discrepancy between words and quoted figure words will prevail Preference to Public Sector Undertaking and Small Scale Industries etc will be given as per prevailing Government Guidelines as applicable on bid closing date At the time of evaluation of the offers past performance of similar equipment supplied by the bidder as well as after sales service supply of spares etc in respect of such equipment by the concerned bidder will be considered evaluated If the same are not found to be satisfactory as already communicated to the bidder the offer may be considered as unacceptable offer and rejected Considering the nature of the item if the product offered by the lowest acceptable bidder is not field proven in OIL purchaser at its discretion may place a trial order to the extent of 25 maximum only and balance quantity will be procured from other competitive bidders whose product has been field proven in OIL PURCHASE PREFERENCE OIL reserves the right to allow to the Central Public Sector Enterprises purchase preference facilities as admissible under the existing policy However the provisions are subject to change as per Govt Guidelines and the provisions ruling at the time o
20. a 006 0 6 0 Whether the period of validity of the offer is as required in bidding document Ve Oe 0 7 0 Have you indicate firm delivery Va 00 0 MM CALCUTTA E 01 2010 30 8 0 Whether Original Bid Security has been forwarded in original if called for C0 Re O Me O 9 0 Whether confirmation regarding submission of performance Security has been furnished if called for Wes O Ne O Me 0 10 0 Whether confirmation regarding Gurantee warranty has been furnished a 00 0 11 0 Whether Gross Weight Volume of consignment has been furnished O06 0 12 0 Whether the cost of Third party Inspection charges included in the quoted prices If not whether these have been quoted separately if called for eye a eee 13 0 Whether the cost of Installation eraction Commissioning at Site charges included in the quoted prices If not whether these have been quoted separately if called for 14 0 Whether the cost of training of OIL personnel included in the prices If not whether these have been quoted separately if called for MM CALCUTTA E 01 2010 31 15 0 Has the statement incorporating the exceptions deviations as per the proforma at Annexure IIl been prepared and enclosed with the offer fa 0 fe 16 0 Has the bidder s past supplies proforma Annexure V been carefully filled and enclosed with the offer 0 fe 17 0 In case Antidumping Duty is applicable whether confirmati
21. adequate validity will be rejected Bids received after bid closing date and time shall be rejected Also modification of Bids received after Bid Closing date time shall not be considered Offers received from unsolicited parties shall not be considered and rejected The authenticity of the digital signature shall be verified through authorised CA after bid opening and in case the digital signature is not authorized the bid will be rejected Any offer containing incorrect statement will be rejected Bids without original Bid Security as per Para 8 0 wherever called for and confirmation regarding submission of requisite Performance Security as per Para 9 0 wherever called for shall be rejected The bids shall conform generally to the specifications and terms and conditions given in the tender Bids shall be liable for rejection in case the goods offered don t conform to the required minimum maximum parameters stipulated in the technical specifications and to the respective international National standards wherever stipulated Bids not submitted in compliance with Para 6 9 above regarding submission of samples whenever applicable will be rejected BID EVALUATION CRITERIA Bids which are found to be responsive and meeting the requirement both specification wise and terms and conditions in the enquiry will be considered for final evaluation Each item shall be normally evaluated independently unless otherwise stated M
22. all be constructed from minimum 4 mm thick hot dipped GI ISMC c The roof shall have sufficient gradient with welded gutter for easy drainage of rain water The roof shall be double skinned with air insulation d The house shall be provided with special ventilation openings to facilitate air circulation so that no compartment runs hot even in Summer season e The substation house shall be in 3 three segregated compartments Compartments should be modular and of completely bolted design The compartments shall be used to house 1 one no Ring Main Unit for isolation of the incoming power 1 one no 11kV 415 V 1000 kVA transformer and 1 one no PCC panel with MCCB type outgoing feeders f Lockable doors shall be provided on each side of the house to provide access to the RMU LV and transformer compartments The doors shall open outwards g The house shall have independent access to all compartments for facilitating routine maintenance h Painting of the enclosure Powder coated Shade RAL 7032 or suitable equivalent shade i Size of the enclosure should not exceed 3m L x 3m W x 3 m H j The complete substation shall be manufactured and tested as per IEC 62271 202 IS 14786 2000 k Rated enclosure class 15 Safety features a All live parts in the enclosure compartments shall be protected against unintentional contact by means of lockable mechanically interlocked door and covers b The Low voltage parts are also t
23. ave a card affixed indicating a Bidder s name address contact Telephone No amp Email address b Tender No and Bid opening Date c Product Name d ltem No of the tender Sample must be received on or before the Bid Closing Date failing which the offer will be rejected Bidders who have been exempted from submission of tender sample through specific communication from OIL need not submit any sample However they will be required to enclose a photocopy of the exemption letter along with their bid failing which their offers will be liable to be rejected MM CALCUTTA E 01 2010 7 6 10 6 10 1 6 10 2 TRAINING When specifically called for in the tender Bidders shall indicate cost for training OIL s personnel separately whenever called for For training at Bidder s premises only the training fee should be indicated by the Bidder All charges towards to amp fro fare boarding lodging and daily expenses etc for OIL s personnel shall be borne by OIL 6 10 3 For training at OIL s premises the Bidder should quote training charges 6 11 6 11 1 6 11 2 6 12 6 13 which should be inclusive of all charges of their personnel viz to and fro air fares boarding lodging expenses and daily expenses etc for the entire period Local transport for commuting to the site at the place of training will be provided by OIL INSTALLATION AND COMMISSIONING When specifically called for in the tender In the e
24. bidder shall be manufacturer or authorised dealer of 11 kV HT panel or panel manufacturer of 11kV outdoor type substation or authorized dealer or manufacturer of prefabricated 11KV outdoor type substation In case of authorized dealer valid authorised dealership certificate must be submitted along with bid 2 Offer shall be complete in all respect to meet the technical specifications as per NIT The bidder must quote for both a supply of prefabricated 11KV outdoor type substation and b installation testing and commissioning of prefabricated 11KV outdoor type substation at OIL s designated site 3 The bidder shall have experience of supply installation testing and commissioning of minimum 1 set of HT Switchgear in any Central Govt State Govt PSU in last three year as on bid closing date Experience of the manufacture will also be considered for the bidder if the bidder is an authorised dealer of 11 kV HT panel or unitized substation The bidder shall submit documentary evidence in support of this such as purchase order works order with detailed scope of work completion certificate performance certificate etc along with their bid 4 The manufacturer shall have designed engineered manufactured tested and supplied in the last five years at least one set of prefabricated 11KV outdoor type substation and having 11KV VCB RMU with 630A 11KV VCB and 11KV 415V dry type transformer and 3 4 pole 415 V ACB with outgoing MCCBs The bidder s
25. 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 vide MM CALCUTTA E 01 2010 for E Procurement LCB Tenders The 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 Bank Guarantee should be allowed to be encashed at all branches within India 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 Validity of the bid shall be minimum 120 days from the Bid Closing Date Bids with lesser validity will be rejected Bids containing incorrect statement will be rejected 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 3 digital certificate will be rejected BID EVALUATION CRITERIA A TECHNICAL The bids conforming to the technical specifications terms and conditions stipu
26. both the parties as a genuine pre estimated loss shall be payable on Landed Cost of the materials at Duliajan inclusive of all cost to the extent of default undelivered portion only in cases where part delivery is acceptable and commissioning at site is not involved FORCE MAJEURE In the event of either of the parties being rendered unable wholly or in part by force majeure to carry out its obligations under the agreement when entered into it is agreed that on such party giving notice and full particulars of such force majeure in writing or by telegram telex fax to other party as soon as possible within maximum one week after the occurrence of the cause relied on then the obligations of the party giving such notice with proper documentary evidence so far as they are affected by such force majeure shall be suspended during the continuance of any inability so caused but for no longer period and such cause as far as possible be remedied with all reasonable effort The term Force Majeure as used herein shall mean Acts of God including Landslides Lightning Earthquake Fires Storms Floods declared Wars Blockades insurrection riots Government regulations etc which are not within the control of the party claiming suspension of its obligations within the meaning of the above Clause 32 1 and which renders performance of the contract by the said party completely impossible MM CALCUTTA E 01 2010 22 33 0 33 1
27. cations drawings and terms and conditions of the tender Any deviation from the tender specifications or terms and conditions must be clearly and explicitly stated In order to be considered responsive the Bidder must enclose Annexure III duly filled in with their Bid OIL reserves the right to accept reject any deviation in bidder s offer pertaining to the materials specifications or to the terms and conditions stipulated in this tender without assigning any reason other than Bid Rejection Criteria specified in the Bid document CHECK LIST THE CHECK LIST AS PER ANNEXURE IV ENCLOSED MUST BE COMPLETED AND SUBMITTED ALONG WITH THE OFFER PURCHASER S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS OIL reserves the right to accept reject or prefer any offer either in full or in part or annul the bidding process and reject all bids at any time prior to award of contract without thereby incurring any liability to the affected bidder s or any obligation to inform the affected bidder s of the ground for OIL s action OIL also reserves the right to split the order between two or more parties MM CALCUTTA E 01 2010 15 19 0 19 1 19 2 19 3 20 0 20 1 20 2 20 3 20 4 INSPECTION AND TEST All materials to be supplied shall be subject to inspection and test by OIL at its discretion at any stage of manufacture and before despatch by mutual arrangement Inspection and tests shall be carried
28. cle with related accessories like CT PT etc c The RMU will be provided with logical mechanical interlocks d XLPE HT cable of sufficient capacity shall be used to connect to the transformer E e VCB shall have electrically operated spring charging system as well as manual operation f Cable connection facility shall be provided from front at bottom through foundation g Protection class IP 54 h Conformity to IS 2147 IEC 62271 202 IEC 60298 and IEC 60694 i The following minimum safety devices shall be provided to ensure the safety of operating personnel i Explosion vents for Breaker to let out the gases under pressure generated during event of a fault inside the panel ii Front door panel sides to be pressure tested to withstand arc faults iii RMU shall be type tested for internal arc fault iv CB and metal enclosure earthed in accordance with latest IS IS 2516 part 1 section 1 v The required clearances as per mandatory standards shall be maintained between all load and non loading bearing members Make of RMU Alstom Crompton Greaves Siemens ABB Areva Make of numerical relay C amp S Schneider ABB Siemens Areva Metering a 01 no Microprocessor based digital multifunction meter with accuracy class 0 5 and with RS 485 port with MODBUS protocol for data logging downloading The meter shall preferably be of size 96mm x 96mm and shall measure the following electrical parameters Voltage Current Frequenc
29. d by the Bid Rejection amp Bid Evaluation Criteria given in enclosed Annexure II However if 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 9 0 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 Certifying Authorities operating under the Root Certifying Authority of India RCAJ Controller of Certifying Authorities CCA of India TENDER COVERING LETTER 3 10 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 Yours Faithfully Sd Prayas Chakravorty Sr Purchase Officer For Chief Manager Materials For Head Calcutta Branch TENDER COVERING LETTER 4 OIL INDIA LIMITED A Government of India Enterprise a 4 India Exchange Place 4 floor Kolkata 700001 West Bengal India TELEPHONE NO 033 2230 1657 58 59 FAX NO 91 033 2230 259
30. e WEIGHT AND SIZE LIMITATION OF PACKAGES Normal limiting dimensions and weights are as under Category Length Width Height Capacity Truck 5 185 Mtrs 1 98 Mtrs 1 98 Mtrs 9 MT Normal Trailer 10 98 Mtrs 2 44 Mtrs 2 44 Mtrs 18 MT Semi Low Bed Trailer 10 98 Mtrs 3 05 Mtrs 3 05 Mtrs 20 MT Low Bed Trailer 6 71 Mtrs 3 05 Mtrs 3 81 Mtrs 18 MT This dimensional restriction must not be violated without prior approval from OIL The finished packing should be in the form of a Box under the limited dimensions 21 0 21 1 21 1 1 21 1 2 DESPATCH Road Despatch In the event of an order other than FOR Destination terms the material will be required to despatch through OIL s approved transporters which will be specified in the order on Door Delivery basis For orders placed on FOR Destination basis the material will be required to despatch through reputed Bank approved transporters only on Door Delivery basis In case OIL is required to collect the material from transporters godown extra expenditure incurred thereof will be recovered from the Bidder seller MM CALCUTTA E 01 2010 17 21 2 21 3 22 0 22 1 23 0 23 1 Rail Despatch In case of Rail despatch the Bidder will be fully responsible for arranging required railway wagons rake Tubular consignment will be despatched on open type wagons only Height of the wagons should not exceed 4 6 metres Successful suppliers will be given
31. e Security shall be denominated in the currency of the contract and shall be in the form of a Bank Guarantee The Bank Guarantee will have to be given from the nationalised scheduled banks on non judicial stamp paper of requisite value as per the Indian Stamp Act and stamp paper should be in the name of the issuing bank The Bank Guarantee issued by a Bank amongst others must contain the following particulars of such Bank MM CALCUTTA E 01 2010 11 9 6 9 7 9 8 9 9 9 10 9 11 9 12 9 12 1 Full Address Branch Code Code Nos of the authorized signatory with full name and designation d Phone Nos Fax Nos E mail address ann Oooow In case the Performance Security in the form of a Bank Guarantee is found to be not genuine or issued by a fake banker or issued under the signatures of fake official of the Bank the LOl Purchase Order issued placed on the bidder shall be treated as cancelled forthwith and the bidder shall be debarred from participating in future tenders Further the Bid Security submitted by such bidder shall be invoked without any further reference The Bank Guarantee should be allowed to be encashed at all branches within India The amount of Performance Security shall be 10 of order value unless specified otherwise The Performance Security for capital nature items like plant and machinery etc shall be valid for 12 months from the date of commissioning or 18 months from the date of d
32. e should be equivalent to the amount of advance plus the amount of interest estimated by OIL on the basis of contractual delivery period Bank Guarantee shall be valid for 3 months beyond the delivery period incorporated in the order and same shall be invoked in the event of Seller s failure to execute the order within the stipulated delivery period MM CALCUTTA E 01 2010 19 25 4 26 0 26 1 27 0 27 1 27 2 28 0 28 1 28 2 In the event of any extension to the delivery date seller shall enhance the value of the bank guarantee to cover the interest for the extended period and also shall extend the validity of bank guarantee accordingly CONFIDENTIAL INFORMATION The Bidder Seller shall treat as confidential all designs drawings data or information written or verbal supplied by OIL and shall use its best endeavors to ensure that such design drawings data or information is not divulged to any third party except with the consent of OIL where necessary for the purpose of performance of its obligation hereunder and subject to similar undertakings being obtained from such third parties to treat such design drawings data or information in like confidence other than designs drawings data or information which at the time of proposed disclosure are within the public knowledge or in the Bidder s Seller s possession PATENT AND OTHER RIGHTS The Bidder Seller shall fully indemnify OIL against any action claim o
33. espatch whichever concludes earlier However for consumables like chemicals cement tubular etc the Performance Security shall be valid for 12 months from the date of despatch The validity requirement of Performance Security specified in the main order is assuming despatch within stipulated delivery period In case of any delay in despatch validity of the Performance Security is to be extended suitably as aforesaid The Performance Security will be discharged by Purchaser and returned to the Seller within 30 days of its expiry of validity including any extension sought thereof in case of no claim on seller by the purchase Performance Security amount will not accrue any interest EXEMPTION OF PERFORMANCE SECURITY Small Scale Units registered with NSIC Directorate of Industries are exempted from submitting Performance Security if the order contract value is less than the monetary limit for which the firm is registered In absence of monetary quantity limit in the NSIC Directorate of Industries certificate bidders should submit Capacity Assessment Certificate issued by concerned NSIC District Industries Centres Otherwise the unit will not be eligible to avail exemption for Performance Security MM CALCUTTA E 01 2010 12 9 12 2 The bidders will extend the validity of the Performance Security if and 10 0 10 1 11 0 11 1 whenever specifically advised by OIL at the Bidder Seller s cost DOCUMENTS COMPRISING THE BID
34. f bid price bid in case of two bid stage system opening will be applicable Bidders are requested to take a note of the latest guidelines of the Govt in this regard on their own and quote accordingly COMPARISION OF OFFERS Comparison of the bids will be done on total F O R destination cost basis to ascertain the lowest bid Railway freight in case of bulky consignment forming rake load and road freight for others will be considered for arriving at the FOR destination cost In case of any conflict between the Rejection Evaluation criteria stipulated in this Section with that given in the Invitation for Bid against specific Tender those mentioned in the Invitation for Bid against specific Tender will prevail MM CALCUTTA E 01 2010 25 ANNEXURE BID SUBMISSION PROFORMA Tender No Oil India Limited Dear Sirs I We have understood and compiled with the Instructions to Bidders at Bid evaluation Rejection Criteria and the General Terms and Conditions for supply and have thoroughly examined and compiled with the specifications drawings and or pattern stipulated hereto and are fully aware of the nature of the material required and my our offer is to supply materials strictly in accordance with the requirements Yours faithfully SIGNATURE OF BIDDER ADDRESS DATED TELEPHONE NO FAX NO EMIAL ADDRESS Note This form should be returned along with offer duly signed MM CALCUTTA E 01
35. f the Bank the bid submitted by the concerned bidder shall be rejected forthwith and the bidder shall be debarred from participating in future tenders Any bid not accompanied by a proper Bid Security in Original in conformity with Clauses 8 1 8 2 1 8 2 2 will be rejected outright without any further reference The Bid Security of the unsuccessful bidders will be returned after finalization of tender whereas the Bid Security of the successful bidder will be discharged on such bidder s furnishing the Performance Security to OIL in the prescribed format Annexure VIII against the Purchase Order secured by the bidder within the stipulated time frame The successful bidder will however ensure that the validity of the Bid Security till such time the Performance Security in conformity with Clauses 9 0 below as the case may be is furnished The bidders will extend the validity of the Bid Security if and whenever specifically advised by OIL at the bidder s cost Bid Security will not accrue any interest during its period of validity or extended validity MM CALCUTTA E 01 2010 10 8 7 8 8 8 8 1 8 8 2 9 0 9 1 9 2 9 3 9 4 9 5 The Bid Security will be forfeited a If a bidder withdraws his bid during the period of validity of bid or any extension thereof duly agreed by the bidder OR b If the successful Bidder do not accept the order or fails to furnish the Performance Security within 30 days of placemen
36. forma The above Annexures along with copy of Bid Bond as per Annexure VII and all other techno commercial documents other than price details to be submitted with unpriced bid as per tender requirement should be placed in the un priced bid folder The bid and all attached documents should be digitally signed using digital signatures issued by an acceptable Certifying Authority CA as per Indian IT Act 2000 before bid is uploaded If any modifications are made to a document after attaching digital signature the digital signature shall again be attached to such documents before uploading the same The authenticity of above digital signature shall be verified through authorised CA after bid opening and in case the digital signature is not authorized the bid will be rejected Bidder is responsible for ensuring the validity of digital signature and it s proper usage by their employee The Bidders are advised in their own interest to ensure that all the points brought out in the check list enclosed at Annexure IV are complied with in their bid failing which the offer is liable to be rejected The bids can only be submitted in the name of the Bidder who have been permitted to participate in the bid The bid papers duly filled in and complete in all respects shall be submitted together with requisite information and Annexures It shall be complete and free from ambiguity change or interlineations MM C
37. g during transit for delivery to their final destination so that contents do not get damaged Protection of the plant and equipment against corrosion or deterioration must be given special attention Machined steel and iron parts are to be heavily greased varnished as a prevention against rust In the case of internal combustion engines compressors and similar equipment internal parts are to be sprayed with an inhibitor or water splitting preservative and all openings covered with tape to prevent ingress of water Boxes Packing cases containing electrical electronic equipment are to be waterproof lined MM CALCUTTA E 01 2010 16 20 5 20 6 20 7 20 8 All items must have their respective identification marks painted embossed on them Crates or boxes should have a list of items contained therein secured to the exterior by means of an enveloping piece of tin sheet nailed to the wood A duplicate list should also be included inside the crate with the contents The Seller shall be responsible for damage of goods either in full or in part and for corrosion and or deterioration of the plant and equipment during transit due to inadequate insufficient packing or due to non compliance with the above Para Nos 20 1 to 20 4 depending upon the nature of items and as such shall be obligated to repair or replace the damaged goods or plant or equipment in full or in parts thereof at free of cost to OIL within a reasonable period of tim
38. gnatures issued by an acceptable Certifying Authority CA as per Indian IT Act 2000 CONFIRM THAT YOU HAVE SUBMITTED THE DULY SIGNED INTEGRITY _ _Ipxcroocumenrtuerersgpie nn CONFIRM THAT YOU HAVE SHALL SUBMIT PERFORMANCE BANK GUARANTEE AS PER NIT IN THE EVENT OF PLACEMENT OF ORDER ON i i YOU Wherever Applicable 12 CONFIRM THAT YOU HAVE SUBMITTED DOCUMENTS AS PER GENERAL QUALIFICATION CRITERIA NOTE Please fill up the greyed cells only 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 91 033 2230 2596 Email oilcalmn oilindia in oilcalmn dataone in OIL S BOOKLET REF MM CALCUTTA E 01 2010 For E PROCUREMENT LCB TENDERS MM CALCUTTA E 01 2010 1 1 0 1 1 1 2 2 0 INSTRUCTIONS TO BIDDERS GENERAL TERMS AND CONDITIONS ELIGIBILITY TO BID The bid should be from Original Equipment manufacturers However the bids from sole selling agents authorised distributors authorised dealers authorised supply houses can also be considered provided such bids are accompanied with back up authority letter valid at the time of bidding from the manufacturer authorising them to market their product OIL INDIA LIMITED OIL reserves the right to reject offers without back up authority letter from manufacturer TRANSFERABILITY OF BID DOCUMENTS 2 1 2 2
39. greed delivery schedule set out in the order OIL shall have the right to cancel the order at any time after expiry of scheduled delivery date without any reference to the Seller and make alternative arrangement at the discretion of OIL in which case extra expenditure involved will be recoverable from the Seller and OIL shall not be responsible towards such cancellation or any damage MM CALCUTTA E 01 2010 21 31 3 31 4 32 0 32 1 32 2 that may be incurred by the Seller The decision of OIL shall be final and binding on the Seller As an alternative to Clause No 31 2 above OIL reserve the right to accept the materials but the Seller shall be liable to pay liquidated damages 0 5 per week or part thereof of the value of the goods in respect of which default in delivery takes place subject to a maximum of 7 5 Should there be default on the part of the Seller for more than 15 Weeks from the scheduled date to complete the delivery or to complete the installation commissioning amp Training wherever applicable successfully OIL shall have the right in addition to the provisions under Clause 31 2 to invoke the Performance Security without causing any notice to the Seller to this effect The amount of liquidated damage as stipulated above is a pre estimated genuine loss as agreed by both the parties and shall be payable without any demur and shall not be open for any dispute whatsoever The liquidated damage as agreed by
40. hall submit documentary evidence in support of this such as purchase order works order with detailed scope of work completion certificate performance certificate etc along with their bid 5 Bidder has to submit copy of report of type tests done on identical similar configuration unitized substation as per offer as per relevant IS 14786 IEC at CPRI or any govt approved NABL accredited test laboratory along with the bid B COMMERCIAL i Bid security of Rs 47 000 00 Forty seven Thousand shall be submitted manually in sealed envelope superscribed with BID SECURITY AGAINST Tender no SKI1904P14 to Head Calcutta Branch Oil India Limited 4 India Exchange Place _ Kolkata 700001_ only on or before the Bid Closing Date and Time ii iii iv v vi vii 2s mentioned in the Tender If bid security in ORIGINAL of above mentioned amount is not received within bid closing date the bid submitted through electronic form will be rejected without any further consideration 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 six month from the date of bid opening 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
41. hin 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 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 f 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 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 of Rs 14 17 Lakhs during last 3 years b Annual financial turno
42. imited 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 Technical Bid Checklist Annexure EEE SkI1904P14 Bidder s Name S O Compliance by Bidder es a SL NO BEC TENDER REQUIREMENTS Confirmed Not applicable unpriced bid or Comments 1 Bidder to confirm that he has not taken any exception deviations to the O gt biddanet O OO T a Confirm that the product offered strictly conform to the technical O tin ao O Confirm that the Offer has been made with Bid Bond Bank Guarantee Earnest Money along with the offer Wherever Applicable a a Confirm unconditional validity of the bid for 120 days from the date of eetettecwecmmecdibie mn Confirm that the prices offered are firm and or without any airtime eesti r Confirm that all relevant fields in the on line biding format been filled in Raa erase Confirm that the the price bid is in conformity with OIL s online bidding re ee Confirm that the offers and all attached documents are digitally signed ae using digital si
43. ion by M s Wha ici ae a aA as has been inspected by us as per the scope of inspection mentioned in OIL INDIA LIMITED S Order No 0 ecececeeeeee seers Dated SREE ATA and passed by us for despatch Materials Quantity Passed Certificate No Issued by us Dates aiinsascuvanasccvairals Seal Signature of Third Party Inspector Name Designation For amp on behalf of MM CALCUTTA E 01 2010 40
44. ity Submitted to OIL if applicable Po a Bid Security Amount In Rs Po b Bid Security Valid upto S c Name and Full Address of Issuing Bank TO nR Ld aa D te ne Bid Security if Not submitted reasons thereof 1 Whether you shall submit Performance Security in the event of placement of order on you if applicable Integrity Pact Submitted if applicable Whether submitted documents in support of General Qualification criteria of NIT If bidder is Small scale unit whether you have quoted your own product If bidder is Small scale unit whether you are eligible for purchase preference as per Govt guideliness 18 Whether filled up the bank details for online payment as per Annexure GGG 2 7 1 NOTE Please fill up the greyed cells only ANNEXURE GGG TO BE FILLED UP BY ALL THE VENDOR IN THEIR OWN LETER HEAD ALL FIELDS ARE MANDATORY Tender No Name of Beneficiary Vendor Code Address Phone No Land Line Mobile No E mail address Bank Account No Minimum Eleven Digit No 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 L
45. l settlement is arrived at the matter shall be settled by arbitration in accordance with the provision of arbitration of the Indian Arbitration amp Conciliation Act 1996 and any statutory modification or re enactment thereof and the Rules made there under and for the time being in force The venue of arbitration shall be at Kolkata unless otherwise agreed by OIL In case of dispute with the Seller who happens to be a Public Sector Undertaking the same shall be resolved as per Department of Public Enterprises DPE guidelines BID REJECTION CRITERIA The bids must conform to the specifications terms and conditions given in the NIT Bids shall be rejected in case the items offered do not conform to the required minimum maximum parameters stipulated in the technical specifications and to the respective international national standards wherever stipulated Notwithstanding the general conformity of the bids to MM CALCUTTA E 01 2010 23 37 1 37 2 33 37 4 37 5 37 6 37 7 37 8 37 10 38 0 38 1 38 2 the stipulated specifications and terms and conditions the following requirements shall have to be particularly met by the bidders without which the offer will be considered as non responsive and rejected Bidders shall offer firm price through delivery and not subject to variation on any account Bids with adjustable price shall be treated as non responsive and rejected Offers with in
46. lated 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 szja i In the event of computational error between unit rate and total price the unit rate as quoted by the bidder shall prevail ii Similarly in the event of discrepancy between words and quoted figure words will prevail B COMMERCIAL 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 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 Standard Notes A The original bid security Amount is mentioned above and also in Basic 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 The bidders who are exempted from submitting the Bid Bond should attach documentary evidence in the Collaboration folder as per General Terms and conditions for e Procurement as per Bo
47. lled the Seller has undertaken in pursuance of Order No dated na to supply wade wees description of Goods and Services hereinafter called the Contract AND WHEREAS it has been stipulated by you in the said Contract that the seller shall furnish you a Bank gurantee by a recognized Bank for the sum specified therein as security for compliance with the Seller s performance obligation in accordance with the contract AND WHEREAS we have agreed to give the seller a Gurantee THEREFORE we hereby affirm that we are Gurantors on responsibility to you on behalf of the seller up to a total of svwernianucncneaugaeds amount of the Gurantee in words and figures and we undertake to pay you upon first written demand declaring the Seller to be in default under the contract and without cavil or argument and sum or sums within the limits of s sssessssssessssssoseseessssssoseeeeeeess Amount of Gurantee as aforesaid without your needing to prove or to show grounds or reasons for your demand or the sum specified therein MM CALCUTTA E 01 2010 38 The Gurantee is valid until the Hue eta VOr Saha tore Signature amp Seal of the gurantors Date avndccticeasccedeocecea ccs Witness Name and address of the Gurantors MM CALCUTTA E 01 2010 39 ANNEXURE IX DECLARATION CERTIFICATE BY THE THIRD PARTY INSPECTOR TO WHOM IT MAY CONCERN This is to certify that following material and quantity offered to us for inspect
48. mitted along with the offer whenever called for without which the offer would be liable to be rejected DELIVERY Offer should be for delivery at site as indicated with firm delivery date If delivery is not specifically indicated by the bidder it will be construed that the delivery quoted is as per delivery indicated in our tender and will be binding on the bidder The delivery will be counted from the date of receipt of the letter on intent order by the successful bidder VALIDITY OF BIDS Offers must be valid for acceptance for the minimum period of 75 days in case of Limited Tender and 120 days in case of Press Tender unless otherwise specified counted from the Bid Closing Date as indicated in the tender Offers without the minimum validity period will be liable for rejection In the absence of any categorical mention regarding validity of the offer it will be construed that the offer is valid as asked for in the tender and it will be incumbent on the bidders to accept order if any when placed within such validity VAGUE AND INDEFINITE EXPRESSIONS Any vague and indefinite expressions such as Subject to prior sale Prices ruling at the time of despatch Subject to availability of materials etc will not be considered CLARIFICATION IN RESPECT OF INCOMPLETE OFFERS Prospective bidders are advised to ensure that their bids are complete in all respects and conform to OIL s terms conditions and bid evaluatio
49. n criteria of the tender Bids not complying with OIL s requirement may be rejected without seeking any clarification BID SECURITY NOTE This clause is applicable only in case of tenders wherever specifically mentioned All the Bids must be accompanied by Bid Security for the amount as mentioned in the NIT or an equivalent amount in freely convertible currency and shall be in the prescribed format Annexure VII in one of the following forms MM CALCUTTA E 01 2010 9 8 2 1 i A Bank Guarantee from any nationalised scheduled Indian Bank The Bank Guarantee shall be valid for six 6 months from the Bid closing date and shall be enforceable at Duliajan Delhi Kolkata Guwahati ii Bank draft in favour of OIL INDIA LIMITED and payable at Kolkata The bidders will have to submit the Bank Guarantee from any of the scheduled Indian banks and on non judicial stamp paper of requisite value as per the Indian Stamp Act purchased in the name of the issuing banker 8 2 2 The Bank Guarantee issued by a Bank amongst others must contain the 8 2 3 8 3 8 4 8 5 8 6 following particulars of such Bank a Full Address b Branch Code c Code Nos of the authorized signatory with full name and designation d Phone Nos Fax Nos E mail address In case any such Bid Security in the form of a Bank Guarantee is found to be not genuine or issued by a fake banker or issued under the signatures of fake official o
50. nt against each point is required b Undertakings from the RMU transformer and PCC panel manufacturers if these equipment are not manufactured by the bidder stating that in the event of an order on the party the individual manufacturers will supply the respective equipment through the party as per specifications of the tender and order and assurance to stand guarantee of the individual equipment supplied by them c General arrangement and layout drawing of the house RMU panel transformer PCC panel d Indicative electrical single line schematic diagram e Bill of Materials and datasheets catalogues of all the components used in the substation f Copy of report of type tests done on identical similar configuration unitized substation for insulation level fault current level and temperature rise tests at CPRI or any govt approved NABL accredited test laboratory g Copy of report of type tests done on similar VCB RMU panel for fault current level and temperature rise tests at CPRI or any govt approved NABL accredited test laboratory h Copy of report of type tests done on similar transformer for fault current level and temperature rise tests at CPRI or any govt approved NABL accredited test laboratory i Copy of report of type tests done on similar LT panel for fault current level and temperature rise tests at CPRI or any govt approved NABL accredited test laboratory j Credentials regarding manufacture and supply of similar type of uniti
51. o be protected with unintentional contact c The enclosure of the substation shall be effectively earthed with the earth busbar forming a grid inside the house interconnecting all the equipments Provision for connecting the external grid earth shall be provided on either sides of the substation d Internal earthing of substation shall be done with sufficiently sized Aluminum straps as per IS 3043 Site conditions Insulation system of the cubicle should withstand extreme humid condition and suitable for use under site condition mentioned below 1 a Maximum Ambient air temperature 40 C b Minimum Ambient air temperature 5 C 2 Maximum humidity at site at 40 C 98 3 Surrounding atmospheric condition Humid Average rainfall 250 cm annually 4 Site altitude 120 mtr B HT Compartment HT compartment shall house an RMU with the following specifications and features Specifications a SF6 Gas insulated metal enclosed ring main unit with one VCB and two load break isolator switches b Rated voltage and frequency 11 kV 50 Hz 3 phase c Rated current Busbars 630 A minimum d Rated current Circuit breaker 630 A minimum e Rated current Isolator 630 A minimum f Type of insulation SF6 g Rated lightning impulse withstand voltage 1 2kV 5O0us peak for busbar circuit breaker and isolator 75 kV minimum h Rated Power frequency short duration withstand voltage for busbar circuit breaker and isolator 2
52. o the said Purchaser the Bank binds itself its successors and assigns by these presents Sealed with the said Bank this seussssssesessseessssesssseessreessessseeeeere day of THE CONDITIONS of this obligation are 1 If the Bidder withdraws their Bid during the period of Bid validity specified by the Bidder or 2 If the Bidder having been notified of the acceptance of their bid by the Purchaser during the period of bid validity a fails or refuses to accept the order or b fails or refuses to furnish the performance security MM CALCUTTA E 01 2010 36 We undertake to pay to the Purchaser up to the above amount upon receipt of their first written demand by way of letter fax cable without the Purchaser having to substantiate their demand provided that in their demand the Purchaser will note that the amount claimed by it is due to it owing to the occurrence of one or both of the two conditions specifying the occurred condition or conditions This guarantee will remain in force up to and including ninety 90 days after the period of bid validity and any demand in respect thereof should reach the Bank not later than the above date Signature amp Seal of the Bank MM CALCUTTA E 01 2010 37 ANNEXURE VIII PROFORMA OF PERFORMANCE SECURITY FORM Ref No Bank Guarantee No Dated TO OIL INDIA LIMITED 4 INDIA EXCHANCE PLACE 4 FLOOR KOLKATA 700001 WEST BENGAL INDIA Whereas Siusimaeseusiie herein after ca
53. of has been attached with the offer o n 2 0 Whether the product quoted is API approved and bears API monogram if applicable CS OG mo 3 0 Whether required sample asked in bidding document has been submitted along with the offer es Oe 0 e 4 0 If the sample has been asked for and the bidder is exempted from submission of sample then whether exemption letter has been enclosed with the offer 006 0 eee Oo 5 0 Whether the materials being offered fully conform to the required technical specifications Yes No O 6 0 If not whether you have separately highlighted the deviation Ve om 0 MM CALCUTTA E 01 2010 29 COMMERCIAL 1 1 Whether requisite tender fee has been paid C30 02 0 Comma o 1 2 If so furnish the following 1 Value ii Mode of payment Cheque Draft _ O 2 1 Whether Original Bid Security has been forwarded if called for Wes O Ne o Me o 2 2 If so furnish the following i Name of the Bank ii Value iii Number iv Date of issue v Period of validity of the Bank Draft Bank Guarantee Letter of Credit The validity of Bank Draft should not be less than 180 days ee ea 3 0 In case the Bidder is a supply house whether authorisation from the manufacturer authorising him to bid has been enclosed with the offer C O Re 0 Me O 4 0 Have you offered firm price Ve 00 0 5 0 Have you specified currency of the quoted price V
54. oklet NO MM CALCUTTA E 01 2010 for E procurement LCB Tenders All the Bids must be Digitally Signed using Class 3 digital certificate e commerce application only 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 digital certificate will be liable for rejection General Terms amp Conditions for e Procurement as per Booklet NO MM CALCUTTA E 01 2010 for E procurement LCB Tenders Offers should be valid for minimum 120 days from the date of Technical Bid closing Date failing which offer shall be rejected Response Sheet Annexure FFF Tender No SKI1904P14 Bidders Name Bidders Response Sheet Description Name of Bidder Whether all attached documents are digitally signed using digital signatures issued by an acceptable Certifying Authority CA as per Indian IT Act 2000 SINo Remarks o1 Ld 3 Place of Despatch Ld A Whether Freight charges have been included in your quoted prices 5 Whether Insurance charges have been included in your quoted prices Doo 6 Make of quoted Product ss 7 Offered Validity of Bid as per NIT Po 8 O Delivery Period in weeks from placement of order Po 9 O Complied to Standard Payment Terms of OIL or not eee 10 id Security Submitted if applicable Sy 11 Details of Bid Secur
55. on to bear the Antidumping duty by the Bidder has been made in the Bid Yes L No CI Not applicable C e e T 18 0 If the Bidder is seeking business with OIL for the first time has he given the details of the parties to whom the offered items services have been provided in past alongwith their performance report 0 wn 19 0 Whether required sample asked in bidding document has been submitted alongwith the offer OR O n O 20 0 Confirm that all documents required in unpriced techno commercial bid without prices are placed in unpriced folder 0 oO 21 0 Confirm that bid and all documents are signed using valid digital signatures issued by acceptable Certifying Authority CA as per Indian IT Act 2000 0 oO MM CALCUTTA E 01 2010 32 22 0 Whether firm Ex works and FOR destination prices have been quoted by indigenous bidders Pa 0 e 23 0 Whether a copy of latest income tax clearance certificate has been enclosed a RO e O 24 0 Whether details of your registration under Sale Tax Central Sales Tax have been indicated in the offer fe oO Offer Ref Chat acti e a n aa Da ledka aa ade cas OIL s Tender No sesh peed Sead ouud tee shares OLOMEU Gay For amp on behalf of 0 00 cece Designation seesesesereserses MM CALCUTTA E 01 2010 33 ANNEXURE V PROFORMA IF BIDDER S PAST SUPPLIES SL NO NAME amp ORDER DESCRIPTION TOTAL TOTAL ADDRESS OF NO amp DETAILS QUANT
56. onsidered for evaluation purpose 7 Bidder shall mention any deviations or other items points not indicated included in the specifications but deemed necessary for design Installation and commissioning efficient control and operation of the substation However proper justification for deviation must be given 8 On arrival of the substation and other materials commissioning spares etc at OIL s premises at Duliajan and subsequent intimation by OIL the supplier shall carry out inspection of the supplied items to ascertain certify that there is no transit damage and items are complete in all respect and ready for installation The party supplier shall inspect within 15 days from OIL s date of intimation 9 OIL representatives shall carry out pre despatch inspection of substation and witness all necessary testing at manufacturer s works Bidders shall include charges towards inspection and witness test if any in their offer To and fro charges of OIL s personnel to manufacturer s works will be to OIL s account 10 Routine Test certificates reports for the substation carried out at manufacturer s works as per relevant IS shall be submitted at the time of final inspection by OIL s representative failing which despatch clearance will not be given 11 Substation shall be guaranteed for 12 twelve months from the date of commissioning 12 Supplier shall submit the documents as detailed in E 3 0 Documents to be submitted with
57. out either by OIL s personnel or through a third party nominated by OIL Seller has to arrange for the inspection through the nominated third party whenever applicable and obtain the necessary inspection certificates together with the declaration certificate as per Format mentioned in Annexure IX OIL reserves the right to inspect the material through any of the Third Party Inspection Agencies While appointing the Third party inspection Agency from OIL s approved agencies the bidder shall pass instruction to the appointed Third Party Inspection Agency to comply and respond to the advice queries made by OIL directly with the inspection agency in connection with the inspection Bidder must extend the required facility for inspection by Third Party Inspection Agency The bidder will be responsible for arranging the third party inspection and must submit the inspection certificate in Original together with the Declaration Certificate as per Format mentioned in Annexure IX to OIL alongwith the despatch shipping documents The certificate issued by the Third Party Inspection Agency must specify that the inspection has been carried out for the material to be supplied to OIL INDIA LIMITED and inspection has been carried out as per the scope of inspection stipulated in OIL s Purchase Order The certificate should also specify OIL s Purchase Order Number PACKING Packing of goods must be sufficiently robust to withstand multiple handlin
58. quired b Undertakings from the RMU transformer and PCC panel manufacturers if these equipment are not manufactured by the bidder stating that in the event of an order on the party the individual manufacturers will supply the respective equipment through the party as per specifications of the tender and order and assurance to stand guarantee of the individual equipment supplied by them c Credentials regarding manufacture and supply of similar type of unitized substation with PCC MCC PMCC panels to Government Public Sector Units during last five years d Copy of report of type tests done on identical similar configuration unitized substation for insulation level fault current level and temperature rise tests at CPRI or any govt approved NABL accredited test laboratory e Copy of report of type tests done on similar VCB RMU panel for fault current level and temperature rise tests at CPRI or any govt approved NABL accredited test laboratory ay f Copy of report of type tests done on similar transformer for fault current level and temperature rise tests at CPRI or any govt approved NABL accredited test laboratory g Copy of report of type tests done on similar LT panel for fault current level and temperature rise tests at CPRI or any govt approved NABL accredited test laboratory h General arrangement and layout drawing of the house VCB panel transformer PCC panel i Indicative schematic and wiring diagram of the PCC panel j Technical
59. r demand costs and expenses arising from or incurred by reason of any infringement or alleged infringement of any letter patent design trademark or name copy right or other legally protected rights in respect of any plant work materials to be supplied or any arrangement system or method of using fixing or working to be employed by the Bidder Seller In the event of any claim or demand being made or action brought against OIL in respect of any of the aforesaid matters OIL shall notify the Bidder Seller thereof as soon as possible and Bidder Seller shall conduct with the assistance of OIL if necessary but at his own expense all negotiation for the settlement of such matter and any legal proceeding litigation arbitration involved or which may arise therefrom INDEMNITY AND INSURANCE The Bidder Seller shall defend or hold OIL harmless from all actions claims suits and demands made against either or both of them in respect of injuries to or death of any person including employees of the Bidder Seller or non compliance of any statutory safety requirement The Bidder Seller shall also defend and hold OIL harmless for loss of and damage to property arising from the supply of any goods or materials or the erection installation repair or operation for a period of any plant hereunder MM CALCUTTA E 01 2010 20 29 0 29 1 30 0 30 1 31 0 31 1 31 2 ASSIGNMENT The Bidder Seller shall not transfer assign or suble
60. range for all manpower tools and tackles instruments etc necessary for installation and commissioning of the PCC panel Scope of Commissioning a Checking of the substation house and indoor equipment for transit damage and rectification if any b Testing of the equipment before energization c Energization of the RMU transformer and LT panel and testing of the panels no load condition d Testing of the panels in load condition including simulation of faults with available loads e Submission of testing and commissioning report Following shall be carried out by OIL a Connection of the incoming HT cable to the RMU b Connection of outgoing LT cables to loads c Transformer neutral earth connections d Substation house earth connections NOTES 1 Substation shall be installed and commissioned by the supplier at R amp D building complex of Oil India Limited at Duliajan Supplier will be intimated one week in advance for commissioning Board lodging and transportation of commissioning personnel will be in the scope of the supplier Bidder shall quote commissioning charges separately 2 All necessary manpower tools and tackles instruments etc required for commissioning shall be in the scope of the supplier 3 The following documents shall be submitted with the bid for scrutiny Refer Clause E 1 0 Documents to be submitted with the offer a Technical details as per specifications mentioned above Specific comme
61. riting and no change in the price or substance of the Bid shall be accepted The reply of the bidder should be restricted to the clarifications sought EXTENSION OF BID SUBMISSION DATE Normally no request for extension of Bid Closing Date will be entertained However in case of any changes in the specifications inadequate response or for any other reasons OIL may at its discretion extend the Bid Closing Date and or time LATE BIDS Bidders are advised in their own interest to ensure that bid are uploaded in system well before the closing date and time of the bid MM CALCUTTA E 01 2010 14 16 0 16 1 16 2 17 0 17 1 17 2 17 3 18 0 18 1 OPENING OF BIDS The bid will be opened at 1400 Hrs IST or on the date amp time of opening indicated in Invitation for Bid Bidder or their authorised representative only one person per bidder will be allowed to be present at the time of opening of the Bids However a letter in the form as per Annexure VI enclosed must be produced to the Tender Opening Officer at the time of opening of tenders Unless this letter is presented the representative will not be allowed to attend the tender opening In case of unscheduled holiday on the closing opening day of bid the closing opening date shall be re fixed_to next working day the time notified remaining the same COMPLIANCE WITH TENDER Bidder s offer must conform in all respects with the applicable specifi
62. s All terminal strips to have minimum 2 nos spare terminals to accommodate any modification required during commissioning operation All terminal strips shall be accessible for testing and troubleshooting maintenance b Panel and its components shall be conforming to IS 8623 8828 13947 and 12640 Protection shall be as per IP 54 Ambient 40 C Max 5 C Min Humidity 98 Max c Adequate insulated barriers between the bus chamber and feeder shall be provided to achieve Form 2 separation as per IEC 439 1 d All the hardware should be of high tensile steel duly zinc passivated for corrosion protection amp fitted with proper sized heavy duty spring washer amp two nos heavy duty flat washers e Sufficient space should be provided for proper glanding dressing connecting up and maintenance of cables Adequate space should be provided for connecting the cable leads to the terminal blocks f Wiring cables from panel to door shall be protected with heavy duty PVC spiral binding g All hinged doors shall be earthed with copper flexible loops braids as per IS 3043 h Suitable SS brass material NiCd plated single compression cable glands shall be provided in the panels Make of ACB Siemens Merlin Gerin ABB Make of MCCBs Siemens Merlin Gerin E GENERAL NOTES TERMS AND CONDITIONS 1 0 Documents to be submitted with the offer a Technical details as per specifications mentioned above Specific comment against each point is re
63. s claiming exemption from payment of tender fee should submit their request with all credentials to the tender administrator at least 7 days in advance from the date of closer of sale of bid documents to get access for participation in the tender Tender documents provided to SSI Units registered with NSIC on free of charge basis shall submit their offer for their own product for which they are registered Their offer for other than their own product shall not be acceptable Their offer as supply house also will not be acceptable and shall be rejected straightway REFUND OF TENDER FEE In case of cancellation of Press tenders tender fee will be refunded However in case fresh tender is issued in cancellation of earlier tender tender fee will not be refunded Instead such bidders will be allowed to participate Free of charge COST OF BIDDING The Bidder shall bear all costs associated with the preparation and submission of its bid and OIL will in no case be responsible or liable for those costs regardless of the conduct or outcome of the bidding process General Terms and Conditions with following Annexures contained in booklet No MM CALCUTTA E 01 2010 Annexure Bid Submission proforma Annexure II Price Schedule Proforma Annexure III Proforma of Exceptions Deviations Annexure IV Check List Annexure V Proforma of Bidder s past supplies Annexure VI Proforma of Authorisation Letter for Attending Tender Opening
64. s where installation commissioning and Training are involved Wherever installation commissioning and Training are involved 70 payment will be made against supply of materials and balance 30 after satisfactory commissioning at site along with the installation amp commissioning charges after adjusting liquidated damages if any Payment towards training will be released after successful completion of training Payment against Trial Orders In the event of placement of trial orders payment will be made only on acceptance of goods after successful field trial of the materials Payment to third party Request for payment part payment to third party i e other than the party on whom the order has been placed will not be entertained by OIL under any circumstances The offers stipulating payment part payment to such third party will be considered as non responsive and such offers will be rejected BANKING CHARGES All banking charges will be to the bidder s account ADVANCE PAYMENT Request for advance payment shall not be normally considered Depending on merit and at the discretion of OIL advance payment may be agreed at an interest rate of 1 above the prevailing Bank rate CC rate of State Bank of India compounding on quarterly basis from the date of payment of the advance till recovery refund Advance payment if agreed to by the Company shall be paid only against submission of an acceptable Bank Guarantee whose valu
65. t of order or before the expiry of Bid Security unless extended whichever is earlier EXEMPTION OF BID SECURITY Small Scale Industries SSI registered with NSIC Directorate of Industries under Single Point Registration Scheme and not their dealers distributors are exempted from submitting Bid Security for the items they are registered with NSIC Directorate of Industries provided they submit their offer for their own product Valid registration certificate with NSIC Directorate of Industries indicating the category of item and the monetary limit for which they are registered must be enclosed along with the Bid without which the bidder will not be entitled for exemption Public Sector undertakings are exempted from submitting Bid Security PERFORMANCE SECURITY NOTE This clause is applicable only in case of tenders wherever specifically mentioned The successful bidder shall furnish the Performance Security in the form enclosed Annexure VIII herewith within 30 days of the receipt of Letter of Intent Order failing which OIL reserves the right to cancel the order and forfeit the Bid Security Bidders should undertake in his bid to submit Performance Security as stated above In the event of Seller s Bidder s failure to discharge their obligations under the Contract the Performance Security shall be encashed and the proceeds thereof shall be forfeited without any further reference to the Seller Bidder The Performanc
66. t the consequent Contract or any part thereof without the prior consent in writing from OIL Any permitted transfer assignment or subletting shall not relieve the Bidder Seller of any of his obligations which might have arisen before such permission was given WARRANTY GUARANTEE Goods materials or plant s to be supplied hereunder shall be new of recent make of the best quality amp workmanship and shall be guaranteed by the Seller for a period mentioned hereunder against defects arising from faulty materials workmanship or design Defective goods materials or parts notified by OIL to the Seller shall be replaced immediately by the Seller on F O R destination basis including payment of all taxes and duties at Seller s expense This guarantee shall survive and hold good not withstanding inspection payment for and acceptance of the goods NATURE OF ITEMS PERIOD OF WARRANTY GUARANTEE For consumables like Cement 12 months from the date of Chemicals tubulars etc despatch shipment For Capital Items 18 months from the date of despatch shipment or 12 months from the date of successful commissioning whichever is earlier For other items 18 months from the date of despatch shipment or 12 months from the date of receipt at destination whichever is earlier DEFAULT IN DELIVERY LIQUIDATED DAMAGES Time will be of the essence of the contract In the event of the Seller s default in maintaining the a
67. t type with tap ratings from 5 to 5 2 5 e Winding material Copper f Insulation Dry type Resin encapsulated Class F g Enclosure protection IP 23 minimum h Platinum RTD s with marshalling box for each winding Features a Transformer shall be provided standard fittings as follows i HV bushings 3 nos ii LV bushings 4 nos iii Winding temperature scanner shall be provided with three nos RTDs one each for each LV winding The scanner should provide indication alarm amp trip contacts The RTDs should be properly wired up to the scanner terminals Scanner alarm trip contacts shall be wired up to the HT Breaker RMU iv Lifting lugs v Body earthing terminals studs 2 nos vi Jacking lugs vii Inspection covers viii Base channels with bi directional rollers ix Any other accessories essential amp required for operation and maintenance as per IS may also be included b Transformer shall be factory fitted inside the enclosure However if the transformer is to be fitted at site the enclosure shall be designed for lifting along with the transformer fitted inside c LV panel shall be connected with the transformer LV side with flexible LV copper cables of sufficient capacity and size Make of transformer Voltamp RPG Raychem Kirloskar Crompton Greaves Alstom Bharat Bijlee D LV Compartment The LV compartment shall house an LV switchboard with one ACB as incomer and with one identical spare A
68. t which dispatch clearance shall not be given G GUARANTEE The complete substation with RMU transformer and LT panel must be guaranteed with all its components for a period of 12 months after commissioning Supplier shall arrange for repair replacement as required by OIL of defective parts within one month of reporting of the failure by OIL The guarantee warranty shall be over and above the guarantee declared by the respective manufacturers for the individual components H PAYMENT 80 of material cost shall be paid through bank against dispatch documents 20 of the balance material cost amp 100 of installation amp commissioning charges shall be paid after successful commissioning of the panel Scope of supply 1 Complete unitized substation with the specifications as mentioned in the detailed specifications with internal interconnections and internal earthing grid and external earthing provision studs etc 2 Cables flexible copper of sufficient capacity for HV XLPE insulated and LV PVC type shall be provided for connections between busbars of transformers amp busbars of RMU 3 Commissioning spares if any 4 As Built drawings Schematic and SLD manuals catalogues test report etc after pre despatch inspection and final installation and commissioning Installation and Commissioning Supplier shall install and commission the substation in the designated site of OIL at R amp D complex Supplier shall ar
69. upply House should not quote Excise Duty as extra SSI Unit availing slabs rate of turnover for duty structure should specify the maximum Excise Duty levies against the order at the time of delivery if order is placed on them Bidders who are manufacturers should indicate the rate of Excise Duty if any separately for all quoted items Any benefit concession exemption involved should be spelt out clearly by the bidders In case such information is not furnished in the Bid the offer will be loaded with the maximum amount of Excise duty applicable for the item for evaluation purpose However OIL reserves the right to place the order based on the excise duty indicated in the Bid which will be binding on the Bidder MM CALCUTTA E 01 2010 5 6 3 5 6 4 6 4 1 6 4 2 6 5 Bidder should indicate the following in their offer a Address of the factory from where the goods will be despatched b Chapter Heading and Sub heading of the Excise tariff for the material offered SALES TAX In case of concessional CST 2 or any other rate as per the Act necessary C form shall be issued by OIL wherever applicable at the time of settlement of invoice Wherever Sales Tax as per West Bengal Assam General Sales Tax is payable by OIL same shall be deducted at source for which tax deduction certificate shall be issued Any other benefit concession exemption available at the time of delivery should be spelt out clearl
70. vent installation and commissioning of the item by the technical experts of the bidders is involved the charges thereof should be quoted separately which should be inclusive of to and fro air fares boarding lodging amp daily expenses of the bidder s technical personnel amongst others OIL will provide local transport for commuting to the installation site Bidders shall also indicate in their offer the total expected time required for installation commissioning of the items Offers without any mention about installation commissioning and Training charges will be loaded with maximum value towards installation commissioning and Training charges received against the tender for comparison purposes DISCOUNT Prices should be quoted net of discount and no discount should be shown separately Discount if any should be merged with the quoted prices Discount of any type indicated separately as well as conditional discount will not be taken into account for evaluation purpose However if an offer is found to be the lowest even without considering discount OIL shall avail such discount at the time of placement of order CHANGE IN QUANTITY OIL reserves the right to increase decrease the quantity It will be obligatory on the part of the Bidder to supply ordered quantity at the offered rates MM CALCUTTA E 01 2010 8 6 14 6 15 6 16 6 17 7 0 8 0 8 1 TECHNICAL LITERATURE Relevant technical literature must be sub
71. ver of the firm in any of the last 3 financial years or current financial year should not be less than 2 0 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 SKI1807P14 for easy identification and timely issue of authorisation On receipt of requisite tender fee and subject to fulfilment of eligibility criteria USER_ID and initial PASSWORD will be communicated to the bidder through e mail and will be allowed to participate in the tender through OIL s e Procurement portal No physical tender documents will be provided USER_ID AND INITIAL PASSWORD WILL BE ISSUED TILL ONE WEEK PRIOR TO THE BID CLOSING DATE TENDER COVERING LETTER 2 NOTE 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 3 0 Please note that all tender forms and supporting documents
72. y KVA KVAr PF KWH and KVArh The multifunction meter shall have inbuilt memory to store data for minimum 75 days Make HPL Socomec Diris Series Siemens Merlin Gerin Swift Encore b The CT required for metering and protection shall be as per IS 2705 and IS 4201 amp shall be sized adequately Insulation of CT shall be epoxy cast type Metering CT burden 15VA Class 1 ratio 600 300 5 Protection CT burden 15VA Class 5P10 Ratio 600 300 5 Short time rating 13kA for minimum 3 sec Make Kappa Precise Electricals Automatic Electric Pragati Electricals same make of the VCB c PT shall be dry and indoor type epoxy cast resin type amp as per IS 3156 Part I Il Ill PT should be horizontal draw out type and mounted on the top of the panel Cable entry shall be from bottom side PT Ratio 11kV 110V phase to phase burden 200 VA accuracy class 0 5 amp protected with HRC fuse on both HT amp LT side PT shall be star star connected with neutral grounded Make Kappa Precise Electricals Automatic Electric Pragati Electricals same make of the VCB C Transformer The transformer compartment shall house a 1000 kVA 11kV 415V 3 Phase 50 Hz copper conductor Dry type Resin encapsulated Insulation natural air cooled distribution transformer for indoor use amp as per following data sheet a Voltage ratio 11 kV 415 V three phase 50 Hz b Capacity 1000 kVA c Vector group Dyn 11 5 d Tap changer HT side off circui
73. y by the bidders In case such information is not furnished in the Bid the offer will be loaded with the normal amount of tax applicable for the item for evaluation purpose However OIL reserves the right to place the order based on the tax indicated in the Bid which will be binding on the Bidder Taxes Excise duty if any should be quoted separately IF TAXES ETC ARE NOT SHOWN SEPARATELY THE OFFER WILL BE CONSIDERED TO BE INCLUSIVE OF ALL TAXES DUTIES ETC AND WILL BE BINDING ON THE BIDDER 6 6 OTHER TAXES amp LEVIES 6 7 i All taxes stamp duties and other levies for the services including installation commissioning Training etc shall be to the Bidder Seller s account ii Income Tax Service Tax on the value of the Services rendered by the Bidder Seller in connection with installation commissioning training etc shall be deducted at source from the invoices at the appropriate rate under the I T Act amp Rules from time to time iii If Service tax is not shown separately the offer will be considered to be inclusive of Service tax and will be binding on the bidder STATUTORY VARIATION Any statutory variation increase decrease in the rate of excise duty sales tax Customs Duty or any statutory levy after the closing date of tenders revised priced bid as the case may be but within the contractual delivery completion period will be to the account of OIL subject to MM CALCUTTA E 01 2010 6 6 8 6 8 1 6
74. zed substation with PCC MCC PMCC panels to Government Public Sector Units during last five years k Foundation details for the substation with cable entry arrangement In addition the bidder should provide the following information a Evidence of availability of minimum nine Tank Chemical Treatment Plant Powder Coating Facilities and Stoving Oven b Evidence of availability of calibrated testing equipment as per IS c The manufacturer must have documented quality management system certified to ISO 9001 2008 version 10 In the event of an order successful bidder shall submit fresh sets of detailed drawings as mentioned above which shall be approved by OIL before actual assembly manufacturing of the substation 4 Offered substation must be new and in unused condition No reconstructed rebuilt substation will be acceptable 5 Components used in the substation shall be of reputed make as given in the detailed description and easily available Bidder shall submit Bill of Materials including any additional item to the item list given in the detailed description if considered essential Bidder shall also supply all commissioning spares essential for installation and commissioning of the substation panel at the designated site of OIL 6 Bidder shall also submit list of 2 two years spares with prices for maintenance of the substation along with the technical quotation Prices of the spares are for reference only and will not be c

Download Pdf Manuals

image

Related Search

Related Contents

  ATOMOS SHOGUN STUDIO  Text categorization using lexical chains  Rain Gauge Smart Sensor (RGA/B    Philips HMP7000  Hitachi 42V52 Projection Television User Manual  Balance de précision 3000g/0,1 g    

Copyright © All rights reserved.
Failed to retrieve file