Home

SDI6862P16 - Oil India Limited

image

Contents

1. lt Annexure DDD INTEGRITY PACT Between Oil India Limited OIL hereinafter referred to as The Principal And Name of the bidder his hereinafter referred to as The Bidder Contractor Preamble The Principal intends to award under laid down organizational procedures contract s for Tender No SDI6862P16 The Principal values full compliance with all relevant laws and regulations and the principles of economic use of resources and of fairness and transparency in its relations with its Bidder s and Contractor s In order to achieve these goals the Principal cooperates with the renowned international Non Governmental Organisation Transparency International TI Following TI s national and international experience the Principal will appoint an external independent Monitor who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above Section 1 Commitments of the Principal 1 The Principal commits itself to take all measures necessary to prevent corruption and to observe the following principles 1 No employee of the Principal personally or through family members will in connection with the tender for or the execution of a contract demand take a promise for or accept for him herself or third person any material or immaterial benefit which he she is not legally entitled to 2 The Principal will during the tender process treat all Bidders with equity an
2. Supervisor Junior Engineer for safe operation x Any compensation arising out of the job carried out by the Contractor whether related to pollution Safety or Health will be paid by the contractor only xi Any compensation arising due to accident of the Contractor s personnel while carrying out the job will be payable by the contractor xii The contractor shall have to report all incidents including near miss to Installation Manager departmental representative of the concerned department of OIL xiii The contractor has to keep a register of the persons employed by him her The contractor s supervisor shall take and maintain attendance of his men every day for the work punctually xiv If the company arranges any safety class training for the working personnel at site Page 11 of 20 company employee contractor worker etc the contractor will not have any objection to any such training xv The health check up of contractor s personnel is to be done by the contractor in authorized Health Centers as per OIL s requirement amp proof of such test s is to be submitted to OIL The frequency of periodic medical examinations should be every five years for the employees below 45 years of age and every three years for employees of 45 years of age and above xvi To arrange daily tool box meeting and regular site safety meetings and maintain records xvii Records of daily attendance accident report etc are to be maintained in
3. e Instrumentation Panel containing nitrogen charging port Distribution Manifold pressure switch to monitor foam module pressure etc shall be installed on each foam module f Canopy shall be provided on each foam module for protection from direct impingement by sunlight amp rain water g Clearly legible schematic block diagram and safe operating procedure shall be permanently fixed on each foam module h Suitable sized filling and draining facilities shall be provided for operation and maintenance of modules A safety relief valve is to be fitted on each foam module i Each foam module shall be fitted with a pressure gauge to manually identify module pressure Additionally the signal from the pressure switch shall be terminated into the Local junction box and a common signal for Module pressure low shall be transmitted for each tank to the Rim Seal fire alarm panel at the control room j One Test discharge connection with nozzle shall be provided to allow testing of system without discharging foam into Rim seal area 6 3 Foam system general requirements a The discharge nozzles shall be mounted above the Primary seal and aligned such that the discharge pattern shall be directed at the tank shell above the primary seal around the complete circumference of the tank b The suppression system shall be capable of actuation from local indication panel to be installed outside the tank dyke c The foam discharge nozzles shall be UL lis
4. s commercial terms and conditions 3 3 A screen shot in this regard is given below Offer not complying with above submission procedure will be rejected as per Bid Rejection Criteria mentioned in Annexure CCC Display RFx Response Eu D pes i Technical RFx Response Closel_ _ Wihdrayy Go to this Tab Technical RFx Eat lt n l Echni RE Reanmen Response for Uploading Techno RFx Response Number 60006452 RFxNumber TEST2 Status Submit Commercial Unpriced Bid RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx Response V Event Parameters Service and Delive Currency Indian Rupee Incoter Detailed Price Information Price with Conditions Go to this Tab Notes and Attachments for Uploading Priced Bid files and Statist Terms of Payment 9010 90 against despatch 10 after receipt Created C Created E Last Processed C Last Processed E Details Send EMail Call Clear Function Number Name Valid fr G The table does not contain any data On EDIT Mode The following screen will appear Bidders are advised to Upload Techno Commercial Unpriced Bid and Priced Bid in the places as indicated above Bid on EDIT Mode Page 3 of 5 Edit RFx Response Submit Read Only Print Preview Check Technical RFx Response Cloge Save Verify signature of Response Sign Response ithdraw n Submission Deadline 13 04 201
5. If bidder is Small scale unit whether you are eligible for purchase preference NOTE Please fill up the greyed cells only Technical Bid Checklist Annexure EEE Bidder s Name Compliance by Bidder 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 bid document specifications Confirm that the Offer has been made with Bid Bond Bank Guarantee Earnest Money along with the offer Wherever Applicable Ling et tee camme de ae opening of techno commercial bid Confirm that the prices offered are firm and or without any qualifications Confirm that all relevant fields in the on line biding format been filled in by the bidders for the items quoted by them 7 Confirm that the the price bid is in conformity with OIL s online bidding format 8 __ Confirm that the Bid comply with allthe terms condiions Confirm that the offers and all attached documents are digitally signed using digital signatures issued by an acceptable Certifying Authority CA as per Indian IT Act 2000 10 CONFIRM THAT YOU HAVE SUBMITTED THE DULY SIGNED INTEGRITY PACT DOCUMENT Wherever Applicable 11 CONFIRM THAT YOU HAVE SHALL SUBMIT PERFORMANCE BANK GUARANTEE AS PER NIT IN THE EVENT OF PLACEMENT OF ORDER ON YOU Wherever Applicable 12 CONFIRM THAT YOU HAVE SUBMITTED DOCUMENTS AS PER GENERAL QUALIFICATION CRITERI
6. indicating status of MVT IME amp PME viii The contractor shall submit to DGMS monthly returns indicating Name of his firm Registration number Name and address of person heading the firm Nature of work type of deployment of work persons Number of work persons deployed how many work persons hold VT Certificate how many work persons undergone IME and type of medical coverage given to the work persons ix It will be entirely the responsibility of the Contractor his Supervisor representative to ensure strict adherence to all HSE measures and statutory rules during operation in OIL s installations and safety of workers engaged by him The crew members will not refuse to follow any instruction given by company s Installation Manager Safety Officer Engineer Official Supervisor Junior Engineer for safe operation x Any compensation arising out of the job carried out by the Contractor whether related to pollution Safety or Health will be paid by the contractor only xi Any compensation arising due to accident of the Contractor s personnel while carrying out the job will be payable by the contractor xii The contractor shall have to report all incidents including near miss to Installation Manager departmental representative of the concerned department of OIL xiii The contractor has to keep a register of the persons employed by him her The contractor s supervisor shall take and maintain attendance of his men every day for the wor
7. Bidders may check this with the appropriate authority while submitting their offer ii Priced bids of only those bidders will be opened whose offers are found technically acceptable The technically acceptable bidders will be informed before opening of the priced bid iii To ascertain the substantial responsiveness of the bid OIL reserves the right to ask the bidder for clarification in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in toto must be received on or before the deadline given by the company failing which the offer will be summarily rejected NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions of NIT Page 5 of 5 ANNEXURE IA TECHNICAL SPECIFICATIONS WITH QUANTITY Tender No amp Date SDI6862P16 DT 08 04 2015 Complied Not Complied Remarks if any ITEM NO 10 Automatic Rim Seal Fire Protection System for External Floating Roof Storage Tank EFRT Oty 02 NOS TECHNICAL SPECIFICATIONS Automatic Rim Seal Fire Protection System for External Floating Roof Storage Tank EFRT Details of the Tanks Type EFRT Number of Tank 2 Nos Capacity of Each Tank 20000 CUM Diameter of Tank 50 Metres Height of Each Tank 12 Metres Type PLC based Linear Hollow Metallic Tube Automatic Heat Detection amp Foam Suppression System 1
8. Form B E J as per Mines Rules 1955 by the contractor xviii A contractor employee must while at work take reasonable care for the health and safety of people who are at the employee s place of work and who may be affected by the employee s act or omissions at work xix A contractor employee must while at work cooperate with his or her employer or other persons so far as is necessary to enable compliance with any requirement under the act or the regulations that is imposed in the interest of health safety and welfare of the employee or any other person xx Contractor s arrangements for health and safety management shall be consistent with those for the mine owner xxi In case Contractor is found non compliant of HSE laws as required company will have the right for directing the contractor to take action to comply with the requirements and for further non compliance the contractor will be penalized prevailing relevant Acts Rules Regulations xxii When there is a significant risk to health environment or safety of a person or place arising because of a non compliance of HSE Measures Company will have the right to direct the contractor to cease work until the non compliance is corrected xxiii The contractor should prevent the frequent change of his contractual employees as far as practicable xxiv The contractor should frame a mutually agreed bridging document between OIL amp the contractor with roles and responsibilities clearly d
9. However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria BRC BEC contradict the Clauses of the tender or MM LOCAL E 01 2005 elsewhere those in the BRC BEC shall prevail Criteria Complied Not Complied Remarks if any 1 0 BID REJECTION CRITERIA BRC The bid shall conform generally to the terms and conditions given in this document Notwithstanding the general conformity of the bids to the stipulated specifications the following requirements will have to be particularly met by the Bidders without which the same will be considered as non responsive and rejected A TECHNICAL 1 0 BIDDER S QUALIFICATION The bidder shall be an Original Equipment Manufacturer OEM or an authorized representative dealer supplier of the OEM 2 0 BIDDER S EXPERIENCE 2 1 In case the bidder is an Original Equipment Manufacturer OEM 2 1 1 The bidder shall be in the business of manufacturing the materials continuously for the last 3 years as on Bid Closing Date of this tender The bidder shall have the credential of successfully executing Automatic Rim Seal Fire Protection System for External Floating Roof Storage Tank of the type PLC based Linear Hollow metallic tube Heat Detection amp Foam Suppression System in minimum 02 nos of hydrocarbon storage tanks Documentary evidence in support of the bidders past supply shall be submitted along with the bid in the form of Purchase Orders and proje
10. Wall High Density Polyethylene Conduit Annexure BBB FAIL SAFE REQUIREMENT The system shall have features that ensure fail safe operation of the rim seal fire protection system even under abnormal conditions To ensure the fail safe operation of the rim seal fire protection system the system shall be designed in such a way that in the event of any failure within the system due to any reason like cable damage power failure mechanical damage to the system parts or adverse environmental condition the system shall alert user through alarm Rim seal fire protection system shall have following features to ensure the fail safe operation CASE 1 Power failure from mains to the fire alarm panel in the control room rim seal protection system Power supply to all components of the Rim seal fire protection system including panels shall be taken from Un interrupted Power Supply UPS source In case of failure of AC Power UPS should be rated to supply continuous power for minimum 2 hours CASE 2 Any hardware software problem in functioning of fire alarm panel in control room System should independently be able to actuate the extinguishing system locally on the tank upon detection of fire without any support from the fire alarm panel in the control room This feature should be of de centralized and independent for each tank CASE 3 Failure cut of any or all signal cables communicating to from tank to control room or vice versa The system sh
11. be such that they can accommodate tank flexing and movement without causing chafing or other damage to the tube The Vendor shall supply all necessary fixing brackets sleeves clamps or other devices required to install the sensor tube on the tank roof 5 3 General requirements a The sensor metallic tube element shall be reusable after exposure to and rapid extinguishment of associated hydrocarbon fires and shall be re settable after actuation The detection system shall be restored for service after event occurrence from the Control Room without the need for access to the protected area b The Sensor tube shall be hollow metallic tube free from glass fiber and rubber amp plastic for its long and dependable service c The LHD evaluation panel shall be installed on the tank pontoon d Monitoring of the detector as well as hollow metallic tube should be as per suitable technology e The detection system shall provide alarm fault signals separately for each tank at the rim seal main fire alarm panel at Control Room f The system shall have the capability of storing system specific parameters and event logging for each tank g The Detection system shall be site as well as control room panel configurable for either Rate of Rise or Fixed Temperature or both at two different alarm thresholds The same should have proven track record of using in hydrocarbon storage tanks Documentary evidence for the same shall be submitted along with the
12. contractor with Oil India Limited or such other person or persons contracting through Oil India Limited g Bidder are advised to fill up the Technical bid check list Annexure EEE and Response sheet Annexure FFF given in MS excel format in Technical RFx gt External Area gt Tender Documents The above filled up document to be uploaded in the Response Special Note 1 0 General Qualification Criteria In addition to the general BRC BEC following criteria on Bidders Experience and their financial capabilities shall be considered as on the Bid Closing Date Criteria Complied Not Complied Documentary evidence submitted not submitted a Annual financial turnover of the firm in any of the last 3 financial years or current financial year should not be less than Rs 419 75 Lakhs 2 0 Application showing full address email address with Tender Fee Non refundable of Rs 1 000 00 in favour of M s Oil India Limited and payable at Duliajan is to be sent to Head Materials Oil India Limited P O Duliajan Assam 786602 Application shall be accepted only upto one week prior to the bid closing date or as amended in e portal The envelope containing the application for participation should clearly indicate REQUEST FOR ISSUE OF USER ID AND PASSWORD FOR E TENDER NO for easy identification and timely issue of user ID and password On receipt of requisite tender fee USER_ID and initial PASSWORD will b
13. exclusion from the tender process If the Bidder makes incorrect statement on this subject he can be disqualified from the tender process or the contract if already awarded can be terminated for such reason Section 6 Equal treatment of all Bidders Contractor Subcontractors The Bidder Contractor undertakes to demand form all subcontractors a commitment in conformity with this Integrity Pact and to submit it to the Principal before contract signing Page 3 of 5 2 The Principal will enter into agreements with identical conditions as this one with all Bidders Contractors and Subcontractors 3 The Principal will disqualify from the tender process all bidders who do not sign this Pact or violate its provisions Section 7 Criminal charges against violating Bidders Contractors Subcontractors If the Principal obtains knowledge of conduct of a Bidder Contractor or Subcontractor or of an employee or a representative or an associate of a Bidder Contractor or Subcontractor which constitutes corruption or if the Principal has substantive suspicion in this regard the Principal will inform the Vigilance Office Section 8 External Independent Monitor Monitors three in number depending on the size of the contract to be decided by the Chairperson of the Principal 1 The Principal appoints competent and credible external independent Monitor for this Pact The task of the Monitor is to review independently and objectively whet
14. right to demand from the parties that they act in a specific manner refrain from action or tolerate action 6 The Monitor will submit a written report to the Chairperson of the Board of the Principal within 8 to 10 weeks from the date of reference or intimation to him by the Principal and should the occasion arise submit proposals for correcting problematic situations Page 4 of 5 7 If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an offence under relevant Anti Corruption Laws of India and the Chairperson has not within reasonable time taken visible action to proceed against such offence or reported it to the Vigilance Office the Monitor may also transmit this information directly to the Central Vigilance Commissioner Government of India 8 The word Monitor would include both singular and plural Section 9 Pact Duration This Pact begins when both parties have legally signed it It expires for the Contractor 12 months after the last payment under the respective contract and for all other Bidders 6 months after the contract has been awarded If any claim is made lodged during this time the same shall be binding and continue to be valid despite the lapse of this pact as specified above unless it is discharged determined by Chairperson of the Principal Section 10 Other provisions 1 This agreement is subject to Indian Law Place of performance and jurisdiction is the Registered Of
15. signals at the control panels amp Junction box outside the dyke d Demonstration of resetting of Detection system after simulation from control room itself e Demonstration of Site specific graphic console f UL listed 3 type AFFF FFFP foam suitable for foam nozzles required during testing amp commissioning shall be supplied by the owner Site Acceptance Test SAT as given above shall be conducted for each tank within maximum 15 days of completion of installation Based upon the above test requirement Vendor shall develop detailed Quality Assurance plan QAP amp submit it to OIL for approval 7 0 Testing and maintenance during operation Both the detection and the extinguishing system shall have a manual or and automatic simulation facility to test system integrity and function during operation A discharge test nozzle and appropriate valve shall be provided so that the system can be discharged without the need for discharging foam into the seal area 8 0 Documentation Page 9 of 20 The supplier shall provide four sets manuals for the location containing the following documents after commissioning of the system on the tanks a Complete Operating and Maintenance procedures b As built drawings tank farm showing the location of systems and associated alarm control equipment c Data sheets providing technical details of all Major components d DGMS approval Certificates for Electrical amp Instrumentati
16. who sign the Bid If any bidder refuses to sign Integrity Pact or declines to submit Integrity Pact with the offer their bid shall be rejected straightway xii A bid shall be rejected straightway if it does not conform to any one of the following clauses a Validity of bid shorter than the validity indicated in the Tender b Original Bid Security not received within the stipulated date amp time mentioned in the Tender c Bid Security with i Validity shorter than the validity indicated in Tender and or ii Bid Security amount lesser than the amount indicated in the Tender d In case the Party refuses to sign Integrity Pact e Average Annual Turnover of a bidder lower than the average Annual turnover mentioned in the Tender 2 0 BID EVALUATION CRITERIA BEC The bids conforming to the terms and conditions stipulated in the tender and considered to be responsive after subjecting to the Bid Rejection Criteria as well Page 4 of 5 as verification of original of any or all documents documentary evidences pertaining to BRC will be considered for further evaluation as per the Bid Evaluation Criteria given below A TECHNICAL 1 The manufactured product should be strictly as per OIL s tender specification B COMMERCIAL i To evaluate the inter se ranking of the offers Assam Entry Tax on purchase value will be loaded as per prevailing Govt of Assam guidelines as applicable on bid closing date
17. 0 Scope The subject item should cover a Engineering design amp drawing supply installation and commissioning of automatic Rim seal fire detection and suppression system of external floating roof tanks EFRT The automatic Rim seal fire protection system shall consist of 1 Hollow Metallic tube type Linear Heat Detection system ii Foam based Fire suppression system and iii PLC based audio visual alarm at tank farm in main control room in ITF Tengakhat site specific for controlling monitoring simulation of the system iv Repeater fire alarm panel at Admin building office of Installation Manager of ITF Tengakhat v Option for data transfer from Rim Seal PLC system to Upcoming fire station control room at Duliajan arrangement of suitable communication media amp responsibility for establishing the connection at fire station control room at Duliajan will not be the scope of the Rim seal system vendor vi MODBUS TCP IP MODBUS RTU protocol connectivity with plant main PLC system in ITF Tengakhat control room Details of the Distances to Tanks Tank to Tank Dyke 50 m Tank Dyke to Control Room 350 m Tank Dyke to Admin Building 350 m Page 1 of 20 Tank Dyke to Fire Control Room 30 Km Approx 2 0 Objective The system must detect and extinguish fire of Rim seal at the incipient stage and simultaneously energize the annunciation module for active participation of plant personnel to control and rescue of m
18. 3 11 00 00 INDIA dnse Version Number 2 RFx Version Number 5 Area for uploading Techno Commercial Unpriced Bid Adda Clear Assigned To Category Text Preview oo Area for uploading Priced Bid RFx Response Number 60006452 RFx Number TEST2 Status i RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx Resp Sign Attachment Add Attachment Edit Description Versioning Delete Create Qualification Profi Assigned To Category Description File Name Version GJ The table does not contain any data Processor Note The Techno Commercial Unpriced Bid shall contain all techno commercial details except the prices The Price bid must contain the price schedule and the bidder s commercial terms and conditions For uploading Price Bid first click on Sign Attachment a browser window will open select the file from the PC and click on Sign to sign the Sign On Signing a new file with extension SSIG will be created Close that window Next click on Add Atachment a browser window will open select the SSIG signed file from the PC and name the file under Description Assigned to General Data and clock on OK to save the File 4 0 Please note that all tender forms and supporting documents are to be submitted through OIL s e Procurement site only except following documents which are to be submitted manually in sealed envelope super scribed with Tender no and Due date to Head Materials Materials Depart
19. 8 Ipm m2 of rim seal area An application period of 40 seconds 10 variation is acceptable shall be considered The system shall be modular in design with each section of foam distribution manifold protecting the equal length of Rim seal area In order to ensure full foam coverage in the entire rim seal area the placement of the nozzle shall be such that foam application shall be uniform including the area at the ends of the manifold Page 3 of 20 Foam concentrate to be used in the rim seal fire protection system shall be UL listed 3 concentrate aqueous film forming foam AFFF or 3 concentrate Film Forming Flouro Protein FFFP The type of foam will be confirmed by OIL during detail engineering 6 2 Foam solution modules a Stainless Steel SS 316 Foam solution storage tank foam module shall be designed to meet foam application rate of minimum 18 Ipm m2 of protected rim seal area for an application period of maximum 40 seconds However the maximum capacity of each foam solution storage tank shall not exceed 250 litres b Foam solution storage tank shall be manufactured to ASME VIII Div 1 requirements c Foam Discharge Manifold and distribution pipe work with semi aspirating foam spray nozzles expansion ratio 1 3 to 1 6 shall be made of SS 316 and evenly spaced to cover one segment of rim seal up to maximum length 50 meters d Pneumatically operated Foam Discharge ball valve shall be provided at discharge outlet
20. A 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 Limited is remitted to wrong account due to incorrect details furnished by us Office Seal Signature of Vendor Counter Signed by Banker Seal of Bank Enclosure Self attested photocopies of the following documents 1 PAN Card 2 VAT Registration Certificate 3 Service Tax Registration 4 CST Registration 5 Provident Registration Certificate 6 Cancelled cheque of the bank account mentioned above in original 7 Bank Statement not older than 15 days on the date of submission
21. Annexure IT OIL INDIA LIMITED O A Government of India Enterprise P O Duliajan 786602 Assam India E FAX 91 0374 2800533 E mail material oilindia in A OIL INDIA LIMITED invites Indigenous Competitive Bid e tenders through its e Procurement portal https etender srm oilindia in irj portal for following e tender E Tender No B C Date Material Description amp Quantity SDI6852P16 DT 06 04 2015 SINGLE STAGE TWO BID SYSTEM 04 06 2015 BUNK HOUSE 17 NOS SDI6862P16 DT 08 04 2015 SINGLE STAGE TWO BID SYSTEM 04 06 2015 RIM SEAL FIRE PROTECTION SYSTEM 02 NOS SDI6867P16 DT 08 04 2015 SINGLE STAGE TWO BID SYSTEM 04 06 2015 MULTILAYER PLASTIC TARPAULIN 2 03 750 SQ MTR Application showing full address email address with Tender Fee Non refundable of Rs 1 000 00 in favour of M s Oil India Limited and payable at Duliajan is to be sent to Head Materials Oil India Limited P O Duliajan Assam 786602 Application shall be accepted_one week prior to Bid Closing date The envelope containing the application for participation should clearly indicate REQUEST FOR ISSUE OF USER ID AND PASSWORD FOR E TENDER NO for easy identification and timely issue of user ID and password On receipt of requisite tender fee USER_ID and initial PASSWORD will be communicated to the bidder through e mail and will be allowed to participate in the tender through OIL s e Procureme
22. Bidder from the tender process or to terminate the contract if already signed for such reason 1 If the Bidder Contractor has committed a transgression through a violation of Section 2 such as to put his reliability or credibility into question the Principal is entitled also to exclude the Bidder Contractor from future contract award processes The imposition and duration of the exclusion will be determined by the severity of the transgression The severity will be determined by the circumstances of the case in particular the number of transgressions the position of the transgressions within the company hierarchy of the Bidder and the Page 2 of 5 amount of the damage The exclusion will be imposed for a minimum of 6 months and maximum of 3 years The Bidder accepts and undertakes to respect and uphold the Principal s Absolute right to resort to and impose such exclusion and further accepts and undertakes not to challenge or question such exclusion on any ground including the lack of any hearing before the decision to resort to such exclusion is taken This undertaking is given freely and after obtaining independent legal advice If the Bidder Contractor can prove that he has restored recouped the Damage caused by him and has installed a suitable corruption prevention system the Principal may revoke the exclusion prematurely A transgression is considered to have occurred if in light of available evidence no reasonable doubt is possi
23. P and provide a copy of changes to a person designated by the Mine Owner Agent Manager vi Contractor has to ensure that all work is carried out in accordance with the Statute and SOP and for the purpose he may deploy adequate qualified and competent personnel for the purpose of carrying out the job in a safe manner For work of a specified scope nature he should develop and provide to the mine owner a site specific code of practice in line vii All persons deployed by the contractor for working in a mine must undergo Mines Vocational Training initial medical examination PME They should be issued cards stating the name of the contractor and the work and its validity period indicating status of MVT IME amp PME viii The contractor shall submit to DGMS monthly returns indicating Name of his firm Registration number Name and address of person heading the firm Nature of work type of deployment of work persons Number of work persons deployed how many work persons hold VT Certificate how many work persons undergone IME and type of medical coverage given to the work persons ix It will be entirely the responsibility of the Contractor his Supervisor representative to ensure strict adherence to all HSE measures and statutory rules during operation in OIL s installations and safety of workers engaged by him The crew members will not refuse to follow any instruction given by company s Installation Manager Safety Officer Engineer Official
24. Similarly modifications to bids received after the bid closing date amp time will not be considered vii All the Bids must be Digitally Signed using Class 3 digital certificate with Organisation s name e commerce application as per Indian IT Act obtained from the licensed Certifying Authorities operating under the Root Certifying Authority of India RCAD Controller of Certifying Authorities CCA of India The bid signed using other than Class 3 with Organisation s Name digital certificate will be rejected Vili Technical RFx Response folder is meant for Technical bid only Therefore No price should be given in Technical RFx Response folder otherwise the offer will be rejected ix Price should be maintained in the online price schedule only The price submitted other than the online price schedule shall not be considered xi Integrity Pact OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Annexure DDD of the tender document This Integrity Pact proforma has been duly signed digitally by OIL s competent signatory The proforma has to be submitted by the bidder along with the technical bid duly signed digitally by the same signatory who signed the bid i e who is duly authorized to sign the bid Uploading the Integrity Pact with digital signature will be construed that all pages of the Integrity Pact has been signed by the bidder s authorized signatory
25. Site Acceptance Test Vendor shall arrange following Site Acceptance Test in presence of OIL s representative at no extra cost loaded to OIL a Simulation of discharge of all Foam modules on each tank shall be done from the panel at control room Foam required for the simulation testing shall be supplied by the vendor Nitrogen gas has to also to be arranged by the supplier b Actuation of foam discharge ball valve by operation of manual Fire call point outside the dyke c Functioning of All signals at the control panels amp Junction box outside the dyke d Demonstration of resetting of Detection system after simulation from control room itself e Demonstration of Site specific graphic console f UL listed 3 type AFFF FFFP foam suitable for foam nozzles required during testing amp commissioning shall be supplied by the owner Site Acceptance Test SAT as given above shall be conducted for each tank within maximum 15 days of completion of installation Based upon the above test requirement Vendor shall develop detailed Quality Assurance plan QAP amp submit it to OIL for approval 3 0 Testing and maintenance during operation Both the detection and the extinguishing system shall have a manual or and automatic simulation facility to test system integrity and function during operation A discharge test nozzle and appropriate valve shall be provided so that the system can be discharged without the need for discharging foam into th
26. an and materials 3 0 Basic Principle of Operation The system shall consist of a microprocessor based site configurable Hollow Metallic Tube type Linear Heat Detection LHD system for monitoring the rim seal peripheral area over the floating roof crude oil tank The system shall be in energized condition under healthy condition This shall rapidly detect the fire at its incipient stage raise an alarm at manned location s and automatically discharge fire fighting foam over the rim seal area around the entire tank circumference The system must be capable to extinguish fire at one shot by establishing a vapour suppressing blanket of foam over the rim seal area 3 0 a Hardware amp Electronics The system shall be modular type fail safe condition with each module protecting a defined length of rim seal area and all modules shall discharge simultaneously on detection of fire at any location on the rim seal area The detection system shall have programmable self checking facility with annunciation of status displayed at control room The system shall be such that after any Rim seal fire event it can be quickly reset by manual auto mode of operation Specific Graphic display panel shall be provided for monitoring of the system in control room Repeater Instrument Panel for display of FIRE and FAULT including indications alarm etc shall be provided at the other manned location depending upon the site requirement The number amp locations of such re
27. ble Section 4 Compensation for Damages If the Principal has disqualified the Bidder from the tender process prior to the award according to Section 3 the Principal is entitled to demand and recover from the Bidder liquidated damages equivalent to 3 of the value of the offer or the amount equivalent to Earnest Money Deposit Bid Security whichever is higher If the Principal has terminated the contract according to Section 3 or if the Principal is entitled to terminate the contract according to section 3 the Principal shall be entitled to demand and recover from the Contractor liquidated damages equivalent to 5 of the contract value or the amount equivalent to Security Deposit Performance Bank Guarantee whichever is higher The bidder agrees and undertakes to pay the said amounts without protest or demur subject only to condition that if the Bidder Contractor can prove and establish that the exclusion of the Bidder from the tender process or the termination of the contract after the contract award has caused no damage or less damage than the amount or the liquidated damages the Bidder Contractor shall compensate the Principal only to the extent of the damage in the amount proved Section 5 Previous transgression The Bidder declares that no previous transgression occurred in the last 3 years with any other Company in any country conforming to the Tl approach or with any other Public Sector Enterprise in India that could justify his
28. bles amp junction boxes from control room to repeater Panel f Provision of potential free contacts at Rim seal Main Fire Alarm Panel for FIRE and FAULT Signals for each tank for necessary hook up with main fire alarm system at the location g Provision of RS485 RS232 or equivalent communication links up to Rim Seal Main Fire Alarm Panel at control room operator cabin for connection with laptop computer h Provision of Uninterrupted power supply adequately sized UPS to be supplied at the Rim seal main Fire Alarm panel control room operator room amp repeater panel room for operation of Entire rim seal fire protection system if not available at site Power distribution from main fire alarm panel to Local panel outside the dyke rim seal fire protection system at tank amp repeater panel shall be designed supplied amp installed by the vendor 1 One Laptop HP Dell Sony Lenovo Toshiba make Standard laptop with minimum 300 GB HDD 4GB RAM 2 4 GHz Intel processor amp 14 inch screen for the two tanks with unique software along with hardware software lock from the manufacturer of detection system to be provided for system configuration amp diagnosis of detection system supplied by the Vendor However handheld configuration amp diagnosis of detection system is desirable for maintenance of system j Supply amp Installation of One Graphic Console LG Samsung Sony Panasonic make 22 inch size touch screen LCD with software for graphical
29. by the OIL viz M s Lloyds M s Bureu Veritas M s IRS M s RITES or M s DNV only Third party Inspection Charges shall be borne by the vendor FAT procedure to be submitted by vendor for OIL approval a Positive Material Identification PMI tests of 10 material of all piping vessel and fasteners and other pressure components and witness by TPI b Testing of PLC panel repeater panel amp Graphics at console for ensuring system functionality as per the requirement c Review of approval amp certification of DGMS amp CIMFR ERTL Certificates for Electrical Equipment amp Enclosure to be mounted in classified hazardous areas d Review of UL listing FM approval document for the Nozzle e Review of DGMS amp UL listing or FM VdS LPC approval for linear heat detector Page 8 of 20 f 100 welding joints of pressure vessel and piping shall be radiographed and reports will be reviewed by TPI g Inter granular corrosion test as per ASTM A 262 Practice E IGC sampling and stamping to be done in presence of TPI h Weld joint fit up to 10 will be witnessed by TPI randomly 1 Review of WPS Welding Procedure Specification WPQ Welder s Performance Qualification as per ASME Sec II Part C amp ASME Sec IX QAP Quality assurance plan and mill test certificate of raw material and test certificate marking j TPI shall witness 100 of the following manufacturing activities of pressure vessel and piping besides ot
30. cable against this tender Therefore please submit the Integrity Pact document duly signed along with your quotation as per BRC OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Annexure DDD of the tender document This Integrity Pact proforma has been duly signed digitally by OIL s competent signatory The proforma has to be submitted by the bidder along with the technical bid duly signed digitally by the same signatory who signed the bid i e who is duly authorized to sign the bid Uploading the Integrity Pact with digital signature will be construed that all pages of the Integrity Pact has been signed by the bidder s authorized signatory who sign the Bid If any bidder refuses to sign Integrity Pact or declines to submit Integrity Pact with the offer their bid shall be rejected straightway b The name of the OIL s Independent External Monitors at present are as under SHRI RAGHAW SHARAN PANDEY IAS Retd Former Secretary MOP amp NG e Mail ID rspandey_99 yahoo com SHRI RAJIV MATHUR IPS Retd Former Director IB Govt of India e Mail ID rajivmathur23 gmail com 10 0The tender shall be governed by the Bid Rejection amp Bid Evaluation Criteria given in enclosed Annexure CCC However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria as per Annexure CCC contradict the Clauses of the tender and or General Terms amp Conditions as per Bo
31. ct completion report with detail Specification of the supplied item 2 2 In case the bidder is an authorized representative dealer supplier proper valid authorization certificate from the OEM who meets the qualification mentioned in Para 2 1 1 above shall be submitted along with the offer for bid Page 1 of 5 evaluation Such authority letter should be valid for the entire period of execution of the order Documentary evidence of the OEM meeting the qualification criteria as in Para 2 1 1 shall be submitted along with the bid 2 2 1 Additionally the bidder shall have the credential of successfully executing Automatic Rim Seal Fire Protection System for External Floating Roof Storage Tank of the type PLC based Linear Hollow metallic tube Heat Detection amp Foam Suppression System in minimum 02 nos of hydrocarbon storage tanks in last 3 years as on bid closing date Documentary evidence in support of the bidders past supply shall be submitted along with the bid in the form of Purchase Orders and project completion report with detail Specification of the supplied item 3 0 APPROVAL CRITERIA Bidder must agree to submit the following approvals along with the material supply and the same needs to be confirmed by them in writing along with the bid for evaluation failing which the offer will be summarily rejected a UL listing or VDS FM LPC approval for the Linear Heat Detector b Valid DGMS approval for the offered elect
32. d non compliant of HSE laws as required company will have the right for directing the contractor to take action to comply with the requirements and for further non compliance the contractor will be penalized prevailing relevant Acts Rules Regulations Page 17 of 20 xxii When there is a significant risk to health environment or safety of a person or place arising because of a non compliance of HSE Measures Company will have the right to direct the contractor to cease work until the non compliance is corrected xxiii The contractor should prevent the frequent change of his contractual employees as far as practicable xxiv The contractor should frame a mutually agreed bridging document between OIL amp the contractor with roles and responsibilities clearly defined xxv For any HSE matters not specified in the contract document the contractor will abide the relevant and prevailing Acts rules regulations pertaining to Health Safety and Environment 7 0 Specific Safety measures for the job The tank being in the operating Tank Farm it is obligatory for the contractor to take all necessary safety precautions as per HSE Policy while carrying out the repair work It is mandatory for the bidders to visit the site to get them acquainted with the ground realities and assess the actual quantum of works before submission of their bids The bidder will have to strictly follow the following norms guidelines 1 Necessary cold and
33. d reason The Principal will in particular before and during the tender process provide to all Bidders the same information and will not provide to any Bidder confidential additional information through which the Bidder could obtain an advantage in relation to the tender process or the contract execution 3 The Principal will exclude from the process all known prejudiced persons 2 Ifthe Principal obtains information on the conduct of any of its employees which is a criminal offence under the relevant Anti Corruption Laws of India or if there be a Page 2 of 6 substantive suspicion in this regard the Principal will inform its Vigilance Office and in addition can initiate disciplinary actions Page 1 of 5 2 Section 2 Commitments of the Bidder Contractor The Bidder Contractor commits itself to take all measures necessary to prevent corruption He commits himself to observe the following principles during his participation in the tender process and during the contract execution 1 The Bidder Contractor will not directly or through any other person or firm offer promise or give to any of the Principal s employees involved in the tender process or the execution of the contract or to any third person any material or immaterial benefit which h e she is not legally entitled to in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract 2 The Bidder Co
34. e and time the bid submitted through electronic form will be rejected without any further consideration Page 2 of 5 iii v iv For exemption for submission of Bid Security please refer Clause No 8 8 of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders The format of Bank Guarantee towards Bid Security Annexure VII has been amended to Annexure VI2sI Revised and bidders should submit Bank Guarantee towards Bid Security as per Annexure VII Revised only In case of extension of Bid Closing date against the tender where a bidder has already submitted his bid with requisite bid security validity within the original B C Date such bidders will extend validity of bid security covering the extended period of the bid closing date Bids are invited under Single Stage Two Bid System Bidders have to submit both the Techno commercial Unpriced Bids and Priced Bids through electronic form in the OIL s e Tender portal within the bid Closing date and time stipulated in the e tender The Techno commercial Unpriced bid is to be submitted as per scope of works and Technical specification of the tender and the priced bid as per the online Commercial bid format For details of submission procedure please refer relevant para of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders Any offer not complying with the above shall be re
35. e communicated to the bidder through e mail and will be allowed to participate in the tender through OIL s e Procurement portal No physical tender documents will be provided Details of NIT can be viewed using Guest Login provided in the e Procurement portal The link to e Procurement portal has been also provided through OIL s web site www oil india com NOTE a Tender Fee may also be paid online upto one week prior to the bid closing date or as amended in e portal b PSUs and SSI units are provided tender documents Free of Cost as per govt guidelines however they have to apply to OIL s designated office to issue the tender documents before the last date of sale of tender document mentioned in the tender Page 2 of 5 3 0 The tender is invited under SINGLE STAGE TWO BID SYSTEM The bidders are required to submit both the TECHNO COMMERCIAL UNPRICED BID and PRICED BID through electronic format in the OIL s e Tender portal within the Bid Closing Date and Time stipulated in the e Tender 3 1 Please ensure that Technical Bid all technical related documents related to the tender are uploaded in the Technical RFx Response gt User gt Technical Bid only The TECHNO COMMERCIAL UNPRICED BID shall contain all techno commercial details except the prices Please note that no price details should be uploaded in Technical RFx Response 3 2 The PRICE BID must contain the price schedule and the bidder
36. e length and mounting suitable for tank roof movement over the entire height d Cables between tank roof to Dyke wall and control room operator cabin to Dyke wall shall be armoured FRLS e Cable Joints shall not be used for signal and control cables f There shall not be any cable joints for power cables inside the tank dyke g All cable glands shall be provided with PVC shrouds to prevent ingress of moisture and rain water inside the enclosures 9 1 2 All multi colour core cables having more than three cores shall have a minimum of 20 spare cores pair Preferably 10core 9 1 3 Power distribution network shall be designed in such a way that single point failure shall not cause tripping of the total system Each distribution point shall be provided with a separate MCB of power rating for isolation of the system Each dyke JB should have two redundant power supplies 9 2 Cable routing onto the tank Page 5 of 20 Provision shall be made to prevent snagging of the cable It shall take account of tank roof movement and wind conditions Routing shall be done along the rolling ladder with necessary arrangement to ensure that the cable does not snag under the ladder wheels 9 3 Cable routing between tank dyke amp main fire alarm panel All the above ground cables shall be laid in galvanised perforated G I cable trays Underground cables shall be laid in armored HDPE conduits as per ASTM F2160 Standard Specification for Solid
37. e seal area 4 0 Documentation Page 15 of 20 The supplier shall provide four sets manuals for the location containing the following documents after commissioning of the system on the tanks a Complete Operating and Maintenance procedures b As built drawings tank farm showing the location of systems and associated alarm control equipment c Data sheets providing technical details of all Major components d DGMS approval Certificates for Electrical amp Instrumentation Equipment and Enclosure mounted in classified hazardous areas e UL listing FM approval document for the Nozzle f UL listing or FM VdS LPC approval for linear heat detector The entire manual shall be provided in hard bound A4 size folders with clear printed labels on it In addition to the hard copies following software shall be supplied after the commissioning a Soft copies of the documents drawings placed in the manual b CD for Software to be used with the rim seal fire detection system along with the authorization 5 0 Warranty Vendor shall offer performance guarantee for satisfactory and trouble free operation of the entire Rim seal protection system for a minimum period of 1 year from the date of formal successful commissioning of the system to OIL s satisfaction The Vendor shall repair any defect or replace any defective part during the guarantee period within two weeks of receiving such information from the owner 6 0 HSE Require
38. ear all the rubbish and surplus materials from the site on completion of the work and shall have to leave the site clean and tidy 10 In addition to the MVT as mentioned in clause vii of special terms and conditions the contractor s personnel shall undergo safety training to be given by DSO and to ensure that the same personnel are engaged for the job 11 The contractor have to ensure complete safety of the personnel engaged by him and of all the equipment they will handle and must take full responsibility for their safety 12 The contractor has to ensure the quality and reliability of all the tools equipment and instruments they use 13 The attendance register to be kept for daily progress as well as attendance of contractor s personnel and it is to be signed by the contractor or his authorised representative and OIL s site engineer 14 The contractor have to provide suitable facility such as Drinking Water Lighting approved FLP light in hazardous area Page 18 of 20 15 The contractor personnel have to take every possible care to keep the environment clean and free from pollution 16 The contractor personnel should understand the implication of the known hazards related to the work undertaken by them and the necessity of having an emergency plan approved by OIL to counter them if anything goes wrong 17 Contractor must own undertake following Safety equipment required for the work Personal Protective Equipme
39. efined xxv For any HSE matters not specified in the contract document the contractor will abide the relevant and prevailing Acts rules regulations pertaining to Health Safety and Environment 12 0 Specific Safety measures for the job The tank being in the operating Tank Farm it is obligatory for the contractor to take all necessary safety precautions as per HSE Policy while carrying out the repair work It is mandatory for the bidders to visit the site to get them acquainted with the ground realities and assess the actual quantum of works before submission of their bids The bidder will have to strictly follow the following norms guidelines 1 Necessary cold and hot work permits are to be obtained from the competent person Installation Manager through the site engineer before start of the job s 2 While carrying out the welding and cutting work the contractor should strictly enforce the guidelines as stated in OMR 1984 and OIL s SOP VOL I Safe Maintenance Procedure for Floating roof crude oil tanks 3 The oxy acetylene cutting sets will have to be fitted with flash back arrestors in the regulator side as well as nozzle side 4 Under no circumstances LPG should be used for gas cutting purpose 5 Utmost care is to be observed in deciding the number of the tripods with chain pulley blocks for handling any job Also the capacity of the chain pulley blocks must be minimum 1 5 times the weight of the material it is going to lift lo
40. encement of the job xiii For any clarification with regard to the above the contractor may contact General Manager Production Oil ChiefEngr Production Oil Head Inst Head S amp E Head FieldEngg ChiefEngr Fire Service xiv The contractor should deploy a competent person throughout the job under whose constant supervision only the job will be carried out 14 0 Installation requirements No modification or alterations shall be allowed on the main tank shell Rim seal fire protection system design shall be suitable in accordance with the individual tank design It is recognized that installation may be required whilst the tank is in service In this case the complete system shall be designed such that it can be installed without the need for welding or any kind of hot work on the tank In case the installation is required at the tank in service the following condition shall apply a Vendor shall comply fully with all safe working practices and Permit to Work system of the owner b No hot work shall be allowed on the tank c No work shall be allowed to be performed during receipt and despatch of material from the tank d Presence of hydrocarbon vapours shall be checked before starting of any job on tank pontoon with hand held explosimeter e Work persons working in tank area must use required personal protective equipment amp retractable type fall arrestor system as per safety norms Bidder shall have to arrange all necessary PPE r
41. equired as per the site requirement 15 0 Training Vendor shall impart training to site personnel for routine operation amp maintenance of the rim seal fire protection system The training shall be imparted at OIL s site for minimum two days immediately after commissioning at each stage ITEM NO 20 Installation and commissioning of automatic Rim seal fire detection and suppression system of external floating roof tanks EFRT QTY 01 AU 1 0 Scope of Work 1 Installation of the Rim seal fire protection system on the tank roof deck ii Installation of audio visual indication panel with manual actuation point outside each tank dyke iii Installation of all required signal cables power cables interface cables amp junction boxes from Rim seal Main Fire Alarm Panel upto the control room operator cabin covering the local indication panel iv Installation of all required signal cables interface cables amp junction boxes from control room to repeater Panel Page 14 of 20 v Provision of potential free contacts at Rim seal Main Fire Alarm Panel for FIRE and FAULT Signals for each tank for necessary hook up with main fire alarm system at the location vi Provision of RS485 RS232 or equivalent communication links up to Rim Seal Main Fire Alarm Panel at control room operator cabin for connection with laptop computer vii Provision of Uninterrupted power supply adequately sized UPS to be supplied at the Rim
42. fice of the Principal i e New Delhi 2 Changes and supplements as well as termination notices need to be made in writing Side agreements have not been made 3 Ifthe Contractor is a partnership or a consortium this agreement must be signed by all partners or consortium members 4 Should one or several provisions of this agreement turn out to be invalid the remainder of this agreement remains valid In this case the parties will strive to come to an agreement to their original intensions R BARMAN SR MANAGER MATERIALS IP For the Principal For the Bidder Contractor Place Duliajan Witness DE nine Date 09 04 2015 Witness 2 E Essen Page 5 of 5 Bidders Response Sheet Annexure FFF Bidders Name Bid Security Submitted if applicable Details of Bid Security Submitted to OIL if applicable a Bid Security Amount In Rs b Bid Security Valid upto c Name and Full Address of Issuing Bank pae 12 Confirm that the Bid Security submitted In case of Bank Guarantee is in toto as per format provided in the tender Bid Security if Not submitted reasons thereof a Whether you shall submit Performance Security in the event of placement of order on you if applicable Integrity Pact Submitted if applicable Confirm that the Integrity Pact submitted is in toto as per format provided in the tender Whether submitted documents in support of General Qualification criteria of NIT
43. g water to the contractor s personnel The contractor must have his own arrangements for accommodation electricity and drinking water while working in the field installations vi Any materials found defective due to bad workmanship will have to be replaced by the contractor at his own cost vii The contractor must work on Sundays and Holidays whenever required viii Party should pay due consideration of Govt labour wages rate while quoting rates ix The contractor shall not engage minor labourer below eighteen 18 years of age under any circumstances x The contractor shall engage only skilled capable and competent personnel who are fully Page 13 of 20 conversant with the job Before starting the job the contractor shall submit the list of competent personnel with valid certificates who will carry out the job x1 During transportation of any material by road or at site area the contractor shall take utmost care to prevent any kind of damage to the company s property Damage if found to occur by contractor s personnel contractor will have to pay the amount fixed by the company for such type of damage xii While providing the services the contractor personnel have to follow the procedures and systems taking all control measures in all the stages of works to avoid any untoward incidents accidents Contractor shall start execution of the job only on receipt of Work Permit from Installation In Charge every day before comm
44. her and to what extent the parties comply with the obligations under this agreement 2 The Monitor is not subject to instructions by the representatives of the parties and performs his functions neutrally and independently He reports to the Chairperson of the Board of the Principal 3 The Contractor accepts that the Monitor has the right to access without restriction to all Project documentation of the Principal including that provided by the Contractor The Contractor will also grant the Monitor upon his request and demonstration of a valid interest unrestricted and unconditional access to his project documentation The same is applicable to Subcontractors The Monitor is under contractual obligation to treat the information and documents of the Bidder Contractor Subcontractor with confidentiality 4 The Principal will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the Principal and the Contractor The parties offer to the Monitor the option to participate in such meetings 5 As soonas the Monitor notices or believes to notice a violation of this agreement he will so inform the Management of the Principal and request the Management to discontinue or heal the violation or to take other relevant action The monitor can in this regard submit non binding recommendations Beyond this the Monitor has no
45. her inspection as per applicable codes Weld joint hardness test after PWHT if any Final Visual and dimensional inspection Air testing of nozzle pads Hydro testing Water quality should be monitored and shall not contain more than 25 PPM chlorides k Measurement of expansion ratio of the foam produced from nozzle at 7 Kg cm2 1 Test for full discharge and actuation of foam module when exposed to an actual fire on Rim seal simulator This Rim seal simulator shall consist of a tray 300 mm wide and 6 meter long The detector tube shall be mounted 300 mm above the fire pan and run along the centre line of the pan The test fuel shall be a liquid hydrocarbon such as motor spirit or kerosene The module and discharge Manifold with Nozzles for carrying out the test shall be selected by the owner in presence of Third Party Inspection Agency On actuation entire Foam Module should be discharged in approximately 40 seconds and fire should be extinguished 6 0 Site Acceptance Test Vendor shall arrange following Site Acceptance Test in presence of OIL s representative at no extra cost loaded to OIL a Simulation of discharge of all Foam modules on each tank shall be done from the panel at control room Foam required for the simulation testing shall be supplied by the vendor Nitrogen gas has to also to be arranged by the supplier b Actuation of foam discharge ball valve by operation of manual Fire call point outside the dyke c Functioning of All
46. hot work permits are to be obtained from the competent person Installation Manager through the site engineer before start of the job s 2 While carrying out the welding and cutting work the contractor should strictly enforce the guidelines as stated in OMR 1984 and OIL s SOP VOL I Safe Maintenance Procedure for Floating roof crude oil tanks 3 The oxy acetylene cutting sets will have to be fitted with flash back arrestors in the regulator side as well as nozzle side 4 Under no circumstances LPG should be used for gas cutting purpose 5 Utmost care is to be observed in deciding the number of the tripods with chain pulley blocks for handling any job Also the capacity of the chain pulley blocks must be minimum 1 5 times the weight of the material it is going to lift lower 6 After receipt of the work order the contractor shall have to submit authorised list of contract personnel who will be engaged for the jobs including name of the Contractor s competent persons and every contact details 7 Necessary sign board warning signals like caution hot work in progress emergency telephone numbers no entry without permission etc should be used while working on tanks The said signals sign boards shall have to be arranged by the contractor 8 First aid box is to be arranged by the contractor for each gang working at site and same have to be carried by contractor s personnel to the site while carrying out the job 9 The contractor shall cl
47. ion and suppression system This panel should have audio visual alarm with auto reset facility An annunciation window shall be provided on the front face of the panel The following signals shall be available in the panel o Fire Flashing light and sounder o Detector Fault Flashing light and sounder o Cable Fault Flashing light and sounder o Module pressure low common per tank Flashing light and sounder o Total system is healthy Constantly illuminated green light Additional Repeater Panel for indication of fire shall be provided at other manned location like Fire Station or any other location Admin building office of IM at ITF Tengakhat 8 0 Tank Alarm Automation One additional Graphic Console LG Samsung Sony Panasonic make 22 inch touch screen LCD with software and graphical representation of tanks shall be provided at each Rim seal Main Fire Alarm Panel control room operator cabin with unique site based layout of tank farm to be protected by the Rim seal system The console shall have features of tank number with Pop up event logging history and prints It shall be able to maintain historical data of alarm and faults for minimum 30 days 9 0 Connection Cables Junction boxes 9 1 General requirement 9 1 1 The connection cable onto and from the tank roof shall a Consist of stranded copper conductor of minimum 1 mm2 according to power requirements b Have a working temperature range of 40 C to 80 C c Hav
48. jected straightway Performance Security a The successful Bidder will have to provide 1 Performance Security 10 of total cost of Equipment Installation amp Commissioning Training The Performance Security 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 b The successful Bidder will have to provide 2 Performance Security 10 of total cost of AMC for 1 year prior to expiry of the Ist Performance Security The Performance Security must be valid for 1 year The _ validity requirement of Performance Security is assuming despatch within stipulated delivery period and confirmation to all terms and conditions of order In case of any delay in despatch or non confirmation to all terms and conditions of order validity of the Performance Security is to be extended suitably as advised by OIL For exemption for submission of Performance Security please refer Clause No 9 12 of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders The Bank Guarantee should be allowed to be encashed at all branches within India Page 3 of 5 v 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 vi Bids received after the bid closing date and time will be rejected
49. k punctually xiv If the company arranges any safety class training for the working personnel at site company employee contractor worker etc the contractor will not have any objection to any such training xv The health check up of contractor s personnel is to be done by the contractor in authorized Health Centers as per OIL s requirement amp proof of such test s is to be submitted to OIL The frequency of periodic medical examinations should be every five years for the employees below 45 years of age and every three years for employees of 45 years of age and above xvi To arrange daily tool box meeting and regular site safety meetings and maintain records xvii Records of daily attendance accident report etc are to be maintained in Form B E J as per Mines Rules 1955 by the contractor xviii A contractor employee must while at work take reasonable care for the health and safety of people who are at the employee s place of work and who may be affected by the employee s act or omissions at work xix A contractor employee must while at work cooperate with his or her employer or other persons so far as is necessary to enable compliance with any requirement under the act or the regulations that is imposed in the interest of health safety and welfare of the employee or any other person xx Contractor s arrangements for health and safety management shall be consistent with those for the mine owner xxi In case Contractor is foun
50. l and it is to be signed by the contractor or his authorised representative and OIL s site engineer 14 The contractor have to provide suitable facility such as Drinking Water Lighting approved FLP light in hazardous area 15 The contractor personnel have to take every possible care to keep the environment clean and free from pollution 16 The contractor personnel should understand the implication of the known hazards related to the work undertaken by them and the necessity of having an emergency plan approved by OIL to counter them if anything goes wrong 17 Contractor must own undertake following Safety equipment required for the work Personal Protective Equipment PPE LOT Fire Screen in two sides of the tank and localised for outside welding 13 0 Condition of works i Security and responsibility of all Company s materials issued to the contractor will have to be borne by the contractor till completion of the replacement of bottom plate in all respects including hydraulic testing ii No responsibility of contractor s materials and equipment will be borne by the Company iii All safety regulations will have to be followed by the contractor while executing the job and to supply safety appliances to the labourers engaged for the job iv Experienced supervisor is to be engaged by the contractor to supervise the entire job and liaise with the Department every day v The Company will not provide any accommodation and drinkin
51. ment The following General Health Safety amp Environment HSE points will have to be followed by the contractor strictly 1 It will be solely the Contractor s responsibility to fulfill all the legal formalities with respect to the Health Safety and Environmental aspects of the entire job namely the person employed by him the equipment the environment etc under the jurisdiction of the district of that state where it is operating Ensure that all sub contractors hired by him comply with the same requirement as the contractor himself and shall be liable for ensuring compliance all HSE laws by the sub or sub sub contractors ii Every person deployed by the contractor in a mine must wear safety gadgets to be provided by the contractor The Contractor shall provide proper Personnel Protective Equipment as per the hazard identified and risk assessed for the job and conforming to statutory requirement and company PPE schedule Safety appliances like protective footwear Safety Helmet and Full Body harness has to be DGMS approved Necessary supportive document shall have to be submitted as proof If the Contractor fails to provide the safety items as mentioned above to the working personnel the Contractor may apply to the Company OIL for providing the same OIL will provide the safety items if available But in turn OIL will recover the actual cost of the items by deducting from Contractor s Bill However it will be the Contractor s sole re
52. ment 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 Page 4 of 5 7 0Bid must be submitted electronically only through OIL s e procurement portal Bid submitted in any other form will be rejected 8 0 SINGLE STAGE TWO BID SYSTEM shall be followed for this tender and only the PRICED BIDS of the bidders whose offers are commercially and technically acceptable shall be opened for further evaluation 9 0 a The Integrity Pact is appli
53. nt PPE LOT Fire Screen in two sides of the tank and localised for outside welding 8 0 Condition of works 1 Security and responsibility of all Company s materials issued to the contractor will have to be borne by the contractor till completion of the replacement of bottom plate in all respects including hydraulic testing ii No responsibility of contractor s materials and equipment will be borne by the Company 111 All safety regulations will have to be followed by the contractor while executing the job and to supply safety appliances to the labourers engaged for the job iv Experienced supervisor is to be engaged by the contractor to supervise the entire job and liaise with the Department every day v The Company will not provide any accommodation and drinking water to the contractor s personnel The contractor must have his own arrangements for accommodation electricity and drinking water while working in the field installations vi Any materials found defective due to bad workmanship will have to be replaced by the contractor at his own cost vii The contractor must work on Sundays and Holidays whenever required viii Party should pay due consideration of Govt labour wages rate while quoting rates ix The contractor shall not engage minor labourer below eighteen 18 years of age under any circumstances x The contractor shall engage only skilled capable and competent personnel who are fully conversant with the job Befo
54. nt portal No physical tender documents will be provided Details of NIT can be viewed using Guest Login provided in the e Procurement portal The link to e Procurement portal has been also provided through OIL s web site www oil india com NOTE Tender Fee may also be paid online upto one week prior to the bid closing date or as amended in e portal OIL INDIA LIMITED a A Government of India Enterprises PO Duliajan 786602 Assam India TELEPHONE NO 91 374 2808719 FAX NO 91 374 2800533 Email ranjanbarman oilindia in erp_mm oilindia in FORWARDING LETTER Tender No SDI6862P16 DT 08 04 2015 Tender Fee Rs 1 000 00 Bid Security Amount Rs 4 20 000 00 Bidding Type SINGLE STAGE TWO BID SYSTEM Bid Closing on As mentioned in the e portal Bid Opening on do Performance Security Applicable Integrity Pact Applicable OIL invites Bids for SUPPLY INSTALLATION AND COMMISIONING AND AMC OF 02 NOS RIM SEAL FIRE PROTECTION SYSTEM through its e Procurement site under SINGLE STAGE TWO BID SYSTEM The bidding documents and other terms and conditions are available at Booklet No MM LOCAL E 01 2005 for E Procurement LCB Tenders The prescribed Bid Forms for submission of bids are available in the Technical RFx gt External Area gt Tender Documents The general details of tender can be viewed by opening the RFx Tender under RFx and Auctions The details of items tendered can be The tender will be go
55. ntractor will not enter with other Bidders into any undisclosed agreement or understanding whether formal or informal This applies in particular to prices specifications certifications Subsidiary contracts submission or non submission of bids or any other actions to restrict competitiveness or to introduce cartelisation in the bidding process 3 The Bidder Contractor will not commit any offence under the relevant Anticorruption Laws of India further the Bidder Contractor will not use improperly for purposes of competition or personal gain or pass on to others any information or document provided by the Principal as part of the business relationship regarding plans technical proposals and business details including information contained or transmitted electronically 4 The Bidder Contractor will when presenting his bid disclose any and all payments he has made is committed to or intends to make to agents brokers or any other intermediaries in connection with the award of the contract The Bidder Contractor will not instigate third persons to commit offences outlined above or be an accessory to such offences Section 3 Disqualification from tender process and exclusion from future Contracts If the Bidder before contract award has committed a transgression through a violation of Section 2 or in any other form such as to put his reliability or risibility as Bidder into question the Principal is entitled to disqualify the
56. offer h The Detection system shall be of de centralized type 1 e individual detection system sensor tube with evaluation unit for individual tank shall be independent amp shall be mounted on the tank roof itself i The system shall have the facility for interfacing with Laptop for configuration compilation of loops and setting the parameters of the system j All field junction boxes instruments electrical equipment shall be provided with pre fabricated canopy k License Software for the detection system shall be site specific with authorisation for use of the software for life at a particular facility The documented authorisation shall accompany the software at the time of supply D The system shall be FAIL safe as per the criteria given in Annexure BBB 6 0 Foam Fire Suppression System 6 1 Design The Rim seal fire suppression system shall include the appropriate number of equally spaced identical modular foam units mounted adjacent to but outside the containment area of the foam dam so as to protect the entire rim seal area The foam units shall be charged with pre mixed foam solution pressurised with nitrogen as an expellant gas All modules on a tank shall be actuated simultaneously in the event of automatic detection of fire from any detector in case of more than one linear detector on the tank roof or by actuation of a manual release station outside the bund The system shall be designed for a minimum foam application rate of 1
57. oklet No MM LOCAL E 01 2005 for E procurement LCB Tenders elsewhere those in the BEC BRC shall prevail 11 0 To ascertain the substantial responsiveness of the bid OIL reserves the right to ask the bidder for clarification in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in toto must be received on or before the deadline given by the company failing which the offer will be summarily rejected 12 0 Please do refer the User Manual provided on the portal on the procedure How to create Response for submitting offer NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions of NIT Yours Faithfully Sd R BARMAN SR MANAGER MATERIALS IP FOR HEAD MATERIALS Page 5 of 5 Annexure CCC Tender No amp Date SDI6862P16 DT 08 04 2015 BID REJECTION CRITERIA BRC BID EVALUATION CRITERIA BEC The following BRC BEC will govern the evaluation of the bids received against this tender Bids that do not comply with stipulated BRC BEC in full will be treated as non responsive and such bids shall prima facie be rejected Bid evaluation will be done only for those bids that pass through the Bid Rejection Criteria as stipulated in this document Other terms and conditions of the enquiry shall be as per General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders
58. omprehensive including instrumentation electrical foam suppression system amp piping valves etc maintenance including supply of spares for period of one 1 year after the expiry of the warranty period b The travel boarding amp lodging of service engineer technician shall be borne by the vendor The vendor shall also bring their own tools amp tackles as required for maintenance of the system c The bid shall be made year wise for three years amp price validity shall be available for the entire period of the contract d The service under post warranty maintenance shall include i Preventive Maintenance Preventive maintenance shall involve once in six month complete checking site acceptance test as per the specification repair replacement of defective part components and detailed reporting malfunction ii Emergency Maintenance In the event of any malfunction of the system experienced service engineer shall be made available at site within two weeks on the receipt of such information from the owner amp the system must be brought to the Normal within 24 hrs after reporting at site NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions of NIT Page 20 of 20 r 10 mt Control Room Admn oO wn N a 10 mtr Building 110 mtr gt CONSE ENTE l ay Road SCALE 1 1000
59. on Equipment and Enclosure mounted in classified hazardous areas e UL listing FM approval document for the Nozzle f UL listing or FM VdS LPC approval for linear heat detector The entire manual shall be provided in hard bound A4 size folders with clear printed labels on it In addition to the hard copies following software shall be supplied after the commissioning a Soft copies of the documents drawings placed in the manual b CD for Software to be used with the rim seal fire detection system along with the authorization 9 0 Warranty Vendor shall offer performance guarantee for satisfactory and trouble free operation of the entire Rim seal protection system for a minimum period of 1 year from the date of formal successful commissioning of the system to OIL s satisfaction The Vendor shall repair any defect or replace any defective part during the guarantee period within two weeks of receiving such information from the owner 10 0 Post Warranty Maintenance The Vendor bidder will have to carry out annual post warranty maintenance a The proposal shall include separate price item and the vendor shall provide comprehensive including instrumentation electrical foam suppression system amp piping valves etc maintenance including supply of spares for period of one 1 year after the expiry of the warranty period b The travel boarding amp lodging of service engineer technician shall be borne by the vendor The vendor shall al
60. or the equipment and instruments supplied for installing at the tank roof The approval number should be displayed on the body of the equipment Any other component and software required for completion and commissioning of Rim seal Fire Protection system shall be supplied amp installed by the vendor except the items mentioned Page 7 of 20 under the Owner s scope in clause 2 0 mentioned below 2 0 EPC Contractor Owner Scope 240V 415V 4 10 50 Hz 3 AC Power shall be made available at main fire alarm panel of control room All control and shut down instruments of Foam module of floating roof shall be operated with 24v D C In this regard vendor shall furnish the design amp calculation of power distribution amp it s consumption along with their bid All cables on surface ground level must be laid underground with cable marking pegs Redundant power supplies to be considered for 24V DC supply 3 0 Operating Conditions The system shall be suitable for operating satisfactorily in humid and corrosive atmospheres found at Duliajan The system shall be tolerant to environmental influences such as high ambient temperatures rain and change in humidity electromagnetic interference Radio Frequency Interference RFI aggressive or corrosive vapour UV radiation and heavy rainfall 4 0 Approvals Following approvals shall be required at the time of supply a DGMS Dhanbad India The approval number should be displa
61. ould have the feature whereby it would still remain functional locally on the tank i e detect fire give alarm actuation signal locally and actuate the extinguishing system Cable fault signal should be displayed on the fire alarm panel in control room CASE 4 Failure of detection system installed on the tank The system should give detection fault alarm signal at fire alarm panel CASE 5 Leakage damage in detection Tube Fault indication alarm should be displayed on the fire alarm panel CASE 6 Pressure in the Foam module low Low module pressure indication amp alarm should be displayed on the fire alarm panel CASE 7 Level in the Foam module low Low level indication amp alarm should be displayed on the fire alarm panel SPECIAL TERMS amp CONDITIONS 1 0 Vendor s Scope of Supply and Work a Design Engineering Fabrication and Supply of all the components of Rim seal Fire Protection system as per the specification Page 6 of 20 b Installation of the Rim seal fire protection system on the tank roof deck c Supply amp Installation of audio visual indication panel with manual actuation point outside each tank dyke d Supply and installation of all required signal cables power cables interface cables amp junction boxes from Rim seal Main Fire Alarm Panel upto the control room operator cabin covering the local indication panel e Supply and installation of all required signal cables interface ca
62. peater panel shall be decided based on the specific site conditions 4 0 Basic components The system shall consist of following basic critical components a Linear Heat Detection LHD System b Foam Fire Suppression System c Site specific Graphic console d Main Rim seal Fire Alarm panel amp repeater panel e Local junction box flame proof with indication of fire outside the tank dyke f Fail Safe Arrangement 5 0 Linear Heat Detection 5 1 Principle of Operation The Principle of the system shall be based on a rapid rate of rise in temperature which results in corresponding rise in pressure of gas air in a pneumatically sealed metallic sensor tube which is normally non pressurised The sensor tube is connected to a microprocessor based evaluation unit The microprocessor based LHD evaluation unit evaluates this change in pressure inside the sensor tube installed in the rim seal area to a Generate Fire Signal at pre set levels for actuation of foam based suppression system b Generate alarm at the Rim seal fire alarm panels 5 2 LHD Mounting LHD tube shall be securely fixed as close as possible to the highest point of the seal assembly The maximum distance from the sensor to the top of the seal shall be 150mm The sensor shall be located on the external face of the primary secondary seal so that it can be inspected without the need for removal of any seal components Page 2 of 20 LHD tube mounts shall
63. r The Contractor shall provide proper Personnel Protective Equipment as per the hazard identified and risk assessed for the job and conforming to statutory requirement and company PPE schedule Safety appliances like protective footwear Safety Helmet and Full Body harness has to be DGMS approved Necessary supportive document shall have to be submitted as proof If the Contractor fails to provide the safety items as mentioned above to the working personnel the Contractor may apply to the Company OIL for providing the same OIL will provide the safety items if available But in turn OIL will recover the actual cost of the items by deducting from Contractor s Bill However it will be the Contractor s sole responsibility to ensure that the persons engaged by him in the mines use the proper PPE while at work All the safety gears mentioned above are to be provided to the working personnel before commencement of the work iii The Contractor shall prepare written Safe Operating Procedure SOP for the work to be carried out including an assessment of risk wherever possible and safe methods to deal with it them The SOP should clearly state the risk arising to men machineries amp material from the mining operation operations to be done by the contractor and how it is to be managed iv The contractor shall provide a copy of the SOP to the person designated by the mine owner who shall be supervising the contractor s work v Keep an up to date SO
64. re starting the job the contractor shall submit the list of competent personnel with valid certificates who will carry out the job x1 During transportation of any material by road or at site area the contractor shall take utmost care to prevent any kind of damage to the company s property Damage if found to occur by contractor s personnel contractor will have to pay the amount fixed by the company for such type of damage xii While providing the services the contractor personnel have to follow the procedures and systems taking all control measures in all the stages of works to avoid any untoward incidents accidents Contractor shall start execution of the job only on receipt of Work Permit from Installation In Charge every day before commencement of the job xiii For any clarification with regard to the above the contractor may contact General Manager Production Oil ChiefEngr Production Oil Head Inst Head S amp E Head FieldEngg ChiefEngr Fire Service xiv The contractor should deploy a competent person throughout the job under whose constant supervision only the job will be carried out 9 0 Installation requirements No modification or alterations shall be allowed on the main tank shell Rim seal fire protection system design shall be suitable in accordance with the individual tank design It is recognized that installation may be required whilst the tank is in service In this case the complete system shall be designed such that i
65. representation of unique site based layout of tank farm to be protected for each site tank farm at the control room where rim seal main fire alarm panel is located The software shall have features of tanks with active pop up event logging history and prints k Provision of system simulation from rim seal main fire alarm panel at the control room D Local common audio visual alarm for fire near the dyke with range audible upto 200 m radial distance m Portable equipment including Nitrogen filling cylinder trolley amp hose reel to facilitate re filling the foam modules n The Vendor shall provide details of the equipment to be mounted on the tank roof and the total weight with foam solution charge o Supply of Operating and Maintenance Manuals containing procedures block and P amp I drawings dedicated wiring diagram technical documents list of recommended spare parts amp approvals in Hard copies amp CD form p Supply of all software on CD alongwith required software licenses q Factory acceptance test as per clause no 5 0 mentioned below r Site acceptance test as per clause no 6 0 mentioned below s Integration and Commissioning of the entire system t Training of the OIL s personnel on functional operational amp routine maintenance aspects of the system at each site u All civil mechanical electrical amp instrumentation work required for completion of the job v Statutory certification and approval from DGMS f
66. rical and electronic equipment to be used in hazardous area c If the bidder has not obtained the DGMS approval Field trial permission from DGMS for all the electrical and electronic equipment to be used in hazardous area should be submitted along with the material supply d All field trial permissions should be supported with CIMFR ERTL or certification from the recognized testing laboratory of the country of origin in case of imported equipment Part certification will be rejected e UL listing for 3 type AFFF foam to be used f The Foam spray Nozzles shall be UL listed or FM approved B COMMERCIAL i Validity of the bid shall be minimum 120 days from the Bid Closing Date ii Bid security The bid must be accompanied by Bid Security of Rs 4 20 000 00 in OIL s prescribed format as Bank Guarantee or a Bank Draft Cashier cheque in favour of OIL The Bid Security may be submitted manually in sealed envelope superscribed with Tender no and Bid Closing date to Head Materials Materials Department Oil India Limited Duliajan 786602 Assam on or before the Bid Closing Date and Time mentioned in the Tender The Bank Guarantee towards Bid Security shall be valid for 10 months from Bid closing date i e upto Bid Security may also be paid online on or before the Bid Closing Date and Time mentioned in the Tender If bid security in ORIGINAL of above mentioned Amount and Validity is not received or paid online within bid closing dat
67. seal main Fire Alarm panel control room operator room amp repeater panel room for operation of Entire rim seal fire protection system if not available at site Power distribution from main fire alarm panel to Local panel outside the dyke rim seal fire protection system at tank amp repeater panel shall be designed supplied amp installed by the vendor viii Installation of One Graphic Console LG Samsung Sony Panasonic make 22 inch size touch screen LCD with software for graphical representation of unique site based layout of tank farm to be protected for each site tank farm at the control room where rim seal main fire alarm panel is located The software shall have features of tanks with active pop up event logging history and prints ix Provision of system simulation from rim seal main fire alarm panel at the control room x Installation of Local common audio visual alarm for fire near the dyke with range audible up to 200 m radial distance xi Site acceptance test as per clause no 2 0 mentioned below x1i Integration and Commissioning of the entire system xiii Training of the OIL s personnel on functional operational amp routine maintenance aspects of the system at each site xiv All civil mechanical electrical amp instrumentation work required for completion of the job xv Any other component and software required for completion and commissioning of Rim seal Fire Protection system shall be installed by the vendor 2 0
68. so bring their own tools amp tackles as required for maintenance of the system c The service under post warranty maintenance shall include i Preventive Maintenance Preventive maintenance shall involve once in six month complete checking site acceptance test as per the specification repair replacement of defective part components and detailed reporting malfunction ii Emergency Maintenance In the event of any malfunction of the system experienced service engineer shall be made available at site within two weeks on the receipt of such information from the owner amp the system must be brought to the Normal within 24 hrs after reporting at site 11 0 HSE Requirement The following General Health Safety amp Environment HSE points will have to be followed by the contractor strictly 1 It will be solely the Contractor s responsibility to fulfill all the legal formalities with respect to the Health Safety and Environmental aspects of the entire job namely the person employed by him the equipment the environment etc under the jurisdiction of the district of that state Page 10 of 20 where it is operating Ensure that all sub contractors hired by him comply with the same requirement as the contractor himself and shall be liable for ensuring compliance all HSE laws by the sub or sub sub contractors ii Every person deployed by the contractor in a mine must wear safety gadgets to be provided by the contracto
69. sponsibility to ensure that the persons engaged by him in the mines use the proper PPE while at work All the safety gears mentioned above are to be provided to the working personnel before commencement of the work iii The Contractor shall prepare written Safe Operating Procedure SOP for the work to be carried out including an assessment of risk wherever possible and safe methods to deal with it them The SOP should clearly state the risk arising to men machineries amp material from the mining operation operations to be done by the contractor and how it is to be managed iv The contractor shall provide a copy of the SOP to the person designated by the mine owner Page 16 of 20 who shall be supervising the contractor s work v Keep an up to date SOP and provide a copy of changes to a person designated by the Mine Owner Agent Manager vi Contractor has to ensure that all work is carried out in accordance with the Statute and SOP and for the purpose he may deploy adequate qualified and competent personnel for the purpose of carrying out the job in a safe manner For work of a specified scope nature he should develop and provide to the mine owner a site specific code of practice in line vii All persons deployed by the contractor for working in a mine must undergo Mines Vocational Training initial medical examination PME They should be issued cards stating the name of the contractor and the work and its validity period
70. t can be installed without the need for welding or Page 19 of 20 any kind of hot work on the tank In case the installation is required at the tank in service the following condition shall apply a Vendor shall comply fully with all safe working practices and Permit to Work system of the owner b No hot work shall be allowed on the tank c No work shall be allowed to be performed during receipt and despatch of material from the tank d Presence of hydrocarbon vapours shall be checked before starting of any job on tank pontoon with hand held explosimeter e Work persons working in tank area must use required personal protective equipment amp retractable type fall arrestor system as per safety norms Bidder shall have to arrange all necessary PPE required as per the site requirement 10 0 Training Vendor shall impart training to site personnel for routine operation amp maintenance of the rim seal fire protection system The training shall be imparted at OIL s site for minimum two days immediately after commissioning at each site Cost of training should be included with installation and commissioning cost ITEM NO 30 ANNUAL MAINTENANCE CONTRACT AMC FOR A PERIOD OF ONE YEAR FOR REAM SEAL FIRE PROTECTION SYSTEM QTY 01 AU Post Warranty Maintenance The Vendor bidder will have to carry out annual post warranty maintenance a The proposal shall include separate price item and the vendor shall provide c
71. ted FM Approved d All the piping coming in contact with foam solution shall be of SS 316 e Pipe supports shall be designed and located to effectively sustain the weight and thermal effects of piping system and to prevent its vibration f The piping shall be provided with the required number of valves bends and fittings for the efficient functioning of the system g Module Pressure Low signals shall be available from the unit through pressure switch h Module level low signals shall be available from the unit through level switch 7 0 Alarm amp Control Panel 7 1 Local Panel Junction box Explosion proof local panel Junction Box shall be provided outside the bund against each tank for connecting I Os amp power Canopy of material SS 316 is to be provided for the junction box 7 2 Emergency Actuation point Manual Actuation point shall be provided on the Local panel junction box outside the tank dyke Page 4 of 20 for manual action of foam suppression system Manual Actuation Point MAP shall be painted amp labelled with fluorescent paint clearly indicating the relevant tank numbers It should require two operations for actuation e g Pull down flap amp Push Button 7 3 Rim Seal Main Fire Alarm Panel at Control Room Operator Cabin Site specific designed Rim seal main Fire Alarm Panel FAP shall be provided at the relevant Control Room operator Cabin for remote indication of the signals from the detect
72. verned by a b c d e General Terms amp Conditions for e Procurement as per Booklet No MM LOCAL E 01 2005 for E Procurement LCB Tenders Technical specifications and Quantity as per Annexure 1A The prescribed Bid Forms for submission of bids are available in the Technical RFx gt External Area gt Tender Documents In the event of receipt of only a single offer against the tender within B C date OIL reserves the right to extend the B C date as deemed fit by the Company During the extended period the bidders who have already submitted the bids on or before the original B C date shall not be permitted to revise their quotation All corrigenda addenda amendments time extension clarifications etc To the tender will be hoisted on OIL s website www oil indiacom and in the e portal Page 1 of 5 https etenders srm oilindia in irj portal only and no separate notification shall be issued in the press Prospective bidders are requested to regularly visit the website and e portal to keep themselves updated f Any sum of money due and payable to the contractor including Security Deposit refundable to them under this or any other contract may be appropriated by Oil India Limited and set off against any claim of Oil India Limited or such other person or persons contracting through Oil India Limited for payment of sum of money arising out of this contract or under any other contract made by the
73. wer 6 After receipt of the work order the contractor shall have to submit authorised list of contract Page 12 of 20 personnel who will be engaged for the jobs including name of the Contractor s competent persons and every contact details 7 Necessary sign board warning signals like caution hot work in progress emergency telephone numbers no entry without permission etc should be used while working on tanks The said signals sign boards shall have to be arranged by the contractor 8 First aid box is to be arranged by the contractor for each gang working at site and same have to be carried by contractor s personnel to the site while carrying out the job 9 The contractor shall clear all the rubbish and surplus materials from the site on completion of the work and shall have to leave the site clean and tidy 10 In addition to the MVT as mentioned in clause vii of special terms and conditions the contractor s personnel shall undergo safety training to be given by DSO and to ensure that the same personnel are engaged for the job 11 The contractor have to ensure complete safety of the personnel engaged by him and of all the equipment they will handle and must take full responsibility for their safety 12 The contractor has to ensure the quality and reliability of all the tools equipment and instruments they use 13 The attendance register to be kept for daily progress as well as attendance of contractor s personne
74. yed on the body of the equipment b The Linear Heat Detector shall have UL listing or VdS FM LPC approved c The bidder must submit valid DGMS approval for the offered electrical and electronic equipment to be used in hazardous area along with the bid d In case the bidder does not have valid DGMS approval Field trial permission from DGMS for all the electrical and electronic equipment to be used in hazardous area Zonel amp Zone2 should be submitted along with the offer However in such case special DGMS payment terms as approved by our management has to be followed e All field trial permissions should be supported with CIMFR ERTL or certification from the recognized testing laboratory of the country of origin in case of imported equipment Part certification will be rejected f All enclosures for electrical equipment shall be suitable for use in Zone 1 amp 2 with ingress protection of IP65 g UL listing for 3 type AFFF foam to be used h The Foam spray Nozzles shall be UL listed or FM approved 1 For obtaining DGMS approval procedure please visit www dgmsindia in j DGMS approval for Tank top JB Dyke JB Pressure amp Level switch Solenoid valve will be mandatory apart from other items that may be used in the hazardous area as per bidder system design 5 0 Factory Acceptance Testing Vendor shall arrange following Factory Acceptance Test in presence of OIL s representative by Third Party Inspection TPI agency approved

Download Pdf Manuals

image

Related Search

Related Contents

Lineseal Manual  Patient Slings  PN-V601 Operation-Manual GB FR ES DE RU  chaudiere a granules de bois new baby 14 & 22 new calda 29  Samsung WF8120SXW Benutzerhandbuch  Attestation ASSEDIC mode d`emploi  AE500 Instruction Manual  Stamina Products Viper VG1500 User's Manual  Service-Handbücher / Betriebsanleitungen    

Copyright © All rights reserved.
Failed to retrieve file