Home
SKI8551P16 - Oil India Limited
Contents
1. Payment has to made in the following four phases a Design construction and supply of EOT crane and base rail in first phase with 50 payment b Erection of EOT crane and base rail at site i e CMT Shop Duliajan in second phase with 20 payment c Commissioning of EOT crane at site i e Duliajan Assam in third phase with 20 payment d Testing and handling over in fourth phase with 10 payment 3 TERMS FOR SAFETY AND SECURITY a Bidder should be responsible for safety of all personnel engaged by them and also safety of the Company s personnel and property involved during erection commissioning and testing b Bidder has to follow strictly all the provisions under Oil Mines Regulation 1984 and other safety related to execution of work c The bidder should ensure that all men engaged by him her are provided with appropriate protective clothing and safety wear like helmets hand gloves safety belts safety boots welding mask amp goggles hand gloves for electrical jobs etc in accordance with regulation 89 a amp 89 b in Oil Mines Regulation 1984 d Security of the items during storage commissioning etc will be the sole responsibility of the supplier BID EVALUATION CRITERIA BID REJECTION CRITERIA The following BRC BEC will govern the evaluation of the bids received against this tender Bids that do not comply with stipulated BRC BEC in full will be treated as non responsive and such bids shall prima facie b
2. OIL INDIA LIMITED A Government of India Enterprises E 4 India Exchange Place Kolkata 1 TELEPHONE NO 033 22301657 FAX NO 033 22302596 Email oilcalmn oilindia in FORWARDING LETTER Tender No amp Date SKI8551P16 Date 11 09 2015 Tender Fee f Rs 1 000 00 Bid Security Amount Rs 40 000 00 Bidding Type Single Stage Two Bid Bid Closing on As mentioned in the Basic Data of e portal Bid Opening on As mentioned in the Basic Data of e portal Performance Guarantee Applicable Integrity Pact Applicable Delivery Required At DULIAJAN ASSAM OIL invites Bids for 1 no SUPPLY ERECTION COMMISSIONING TESTING OF ELECTRICALLY OPERATED OVERHEAD TRAVELLING CRANE OF CAPACITY 20 10 TONNES FOR BOP SERVICING WORKSHOP AT DULIAJAN as per Annexure II through its E Procurement site The bidding documents and other terms and conditions are available at Booklet No MM CALCUTTA E 01 2010 The prescribed Bid Forms for submission of bids are available in the Technical RFx gt External Area gt Tender Documents The general details of tender can be viewed by opening the RFx Tender under RFx and Auctions The details of items tendered can be The tender is invited with firm price for the specified quantity Further details of tender are given below 1 Details of Items with Quantity and Unit of measure are as under SL NO MATERIAL DESCRIPTION QUANTITY UNIT 10 TESTING OF ELECTRICALLY SUPPLY ERECTION COMMISSIONING OP
3. RCCB 30mA rating viii Control transformer AE Siemens Kappa N Incase VFD AC drive is used for operation then the drive should be industrial grade type and should have load and line end filter circuits for reduction of harmonics to acceptable level which do not cause any interference and affect the performance of other connected loads Make of VFD AC drives ABB Siemens Telemecanique Group Schneider O Following documents are to be supplied with the offer for electrical part of the system i Details of calculation for selection of motor type and rating ii Detailed electrical schematic and wiring diagram showing ratings nomenclature wire nos make etc for complete electrical control system components cables and components iii Detail of all cables motors switchgear components drives etc in tabular form The detail should show ratings part nos make etc besides other details iv Layout of all components earthing system cables etc v Detail of overhead bus bar system with complete technical specs vi The offer shall be rejected if the bidder does not submit the above documents in full detail and as per tender specs P Following documents are to be supplied with the crane for electrical part of the system These documents shall also be made available to OIL s representative for necessary review and modification at the time of inspection One copy of these documents should be sent to OIL along with the inspection
4. M S Plate as per IS 72062 Buffers Rubber for end carriage and trolley 18 Crab Trolley M S Fabricated box type as per IS 2062 19 Platform All through span wise checkered plate plat form with toe guard hand railings shall be provided in addition 2 short platforms shall be provided at both ends of the opposite side for maintenance of power feeding system amp L T wheels 20 Couplings Geared type flexible coupling for output shaft and brake drum type couplings for input shaft of reputed make should be provided 21 Wheel Double flanged made of carbon steel case hardened to 230 250 BHN on thread each fitted with two nos of bearings on L Type wheels 22 Wire Rope USHA MARTIN make fibred core galvanised 6x36 6x37 const Wire rope is to be used 23 Bearing Bearings should be of SKF FAG NTN make 24 Lifting hooks Standard plain shank type trapezoidal section hooks shall be used These hooks should conform to the relevant Indian Standard specifications IS 3815 latest and IS 8610 latest 25 DETAIL OF ELECTRICAL PART OF THE CRANE SYSTEM A Power Supply and Control supply All power equipment shall be suitable for operation on 415 volts 3 Phase 50 HZ power supply Voltage to be used for brake magnet control circuit amp lighting should be indicated and should be as per l S Control supply shall be 110v AC B Motors Motors for main hoist auxiliary hoist cross travel and long travel
5. call i Four sets of complete as built drawings for complete control system showing modifications corrections incorporated during commissioning The drawings should be complete in all respect ii Four sets of detail of all cables motors switchgear components drives overhead busbar etc in tabular form The detail should show ratings part nos make etc besides other details iii Four sets of Layout of all components earth system cables etc iv Test report and Guarantee certificate for motors drives etc 26 Inspection amp Testing All equipments components shall be subjected to inspection testing both during manufacturing and on completion by OIL representatives at suppliers or his sub suppliers works Supplier must obtain clearance prior to dispatch from OIL s representative However the purchaser or his representative is free to institute any further checks also if he so desires 27 Commissioning Complete erection including base rail and commissioning as well as load testing of the EOT at site will be under the purview of the supplier 28 Guarantee Warranty The complete scope of supply shall be guaranteed for design workmanship material and performance for a period of 12 months from the date of commissioning or 18 months from the date of dispatch whichever is earlier All defects and deficiencies which may arise during guarantee period and will be rectified replaced to OIL s satisfaction by the supplie
6. floor m 11 Max wheel load t without impact 12 Type of hook a Main hook b Aux hook 13 Location Indoor Outdoor indoor 14 Hook approaches m a Main hook b Aux hook 15 No of rope falls dia construction amp breaking strength for 16 17 18 20 21 22 23 25 34 a Main hook b Aux hook Gantry rail size Crab rail size Over buffer dimension m Wheel base Wheel diameter for a LT Wheel b CT Wheel Handling attachments Special features weighing device etc Motor Type kW rpm enclosure etc Type of control for each motion with corresponding characteristic curve Minimum working clearance as per OIL drawing i Distance from centre of gantry rail to nearest side obstruction in mtrs ii Vertical distance from top of gantry rail in mtrs iii Distance from floor to top of gantry rain in mtrs iv Nearest position of hook to centre line of gantry rail Main hoist i Cabin end ii Other end Auxiliary hoist i Cabin end ii Other end v Vertical clearance to under side to underside of bridge Method of obtaining creep speed Power supply Electric equipment specification Control voltage Ambient temp Environment Total weight of crane t Break up of crane weight t Structural Mechanical Electrical Total weight of the crab t Height of hook above floor level i Main hook ii Aux hook Drop of hook below floor level i Main hook ii Aux hook 35 Section o
7. for the complete crane e In addition to the above OIL may ask for submission of other drawings documents structural mechanical and electrical calculations of the crane for scrutiny and comments if required 33 Spares Two years maintenance spares item wise must be quoted separately These will not be considered for evaluation However electrical spares as mentioned in Clause 25 L above shall be supplied with the crane and cost of these shall be included in the crane package 34 Lubrication a All gears and bearings enclosed inside gear boxes should be splash lubricated Bottom blocks and pedestal bearings should have independent greasing points b A lubricating chart should be provided in the manual indicating all lubrication pints the type of lubricants required and the recommended frequency of lubrication These details should be repeated and amplified if necessary in the maintenance manual to be supplied along with the crane minimum two nos of hard copies Annexure B TECHNICAL DATA SHEET MECHANICAL 1 Safe Working Load Main hoist Auxiliary hoist 2 No offered 3 Type of Crane 4 Supplier Make 5 Capacity t 6 Span m 7 Duty Class 8 Speed normal amp Creep Min loaded a Main hoist amp creep b Aux hoist amp creep c Cross travel d Long travel 9 Height of lift m a Main Hook above floor Below floor b Aux Hook Above floor Below floor 10 Crane rail height above
8. shall be of TEFC weather proof type with 6 8 poles class F insulation IP 55 protection and shall be suitable for crane duty service The motors shall conform to IS 325 latest edition The motors rating shall be minimum 15 higher than the respective absorbed powers required for full rated capacity load handling The bidder to give calculations for motor size along with the offer Squirrel cage rotor type motor shall be preferred wherever possible However depending upon type of load and requirement wound rotor type motor will be acceptable C Make Crompton Greaves Bharat Bijlee Siemens Kirloskar NGEF ABB D Control Panel Control panels shall be of dust amp vermin proof enclosure having cubical door hinged amp lockable These shall be fabricated out of minimum of 14 gauge sheet steel All necessary equipments shall be mounted inside the cubicle Panel shall conform to IS All components cables shall be marked with labels tags ferrules etc Protection level of enclosure shall be minimum IP 54 The control supply for pendent type push button should be through RCCB 100 mA and MCB as backup Indicating lamps LED type of Binay Siemens Telemecanique make shall be provided for power supply OK for each phase in control panel E Controller Pendant type controller shall be provided for operation from floor Controller enclosure shall be heavy duty industrial grade type with suitable hanging arrangement to avoid stress on cable Controll
9. Bid must be submitted electronically only through OIL s e procurement portal Bid submitted in any other form will be rejected The tender shall be governed by the Bid Rejection amp Bid Evaluation Criteria given in enclosed Annexure ll However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria contradict the Clauses of the tender and or General Terms amp Conditions as per Booklet No MM CALCUTTA E 01 2010 for E procurement LCB Tenders to General Terms and Conditions for Indigenous E Tender elsewhere those in the BEC BRC shall prevail To ascertain the substantial responsiveness of the bid OIL reserves the right to ask the bidder for clarification in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in toto must be received on or before the deadline given by the company failing which the offer will be summarily rejected Bidders should submit their bids explicitly mentioning compliance non compliance to all the NIT terms and conditions 2 PSUs and SSI units are provided tender documents Free of Cost as per govt guidelines however they have to apply to OIL s designated office to issue the tender documents before the last date of sale of tender document mentioned in the tender J 3 Bids are invited under Single Stage Two Bid System Bidders shall quote accordingly under Single Stage Two Bid System Please note that no price details should be f
10. Class Il as per latest edition of 1S3177 807 of Indoor Operation 3 Main hoist Speed 1 5 2 mts min 4 Auxiliary hoist Speed 1 5 2 mts min 5 Cross Travel 10 mts max mts min 6 Long Travel 20 mts max mts min 7 Type of Control The EOT Crane shall be controlled from moving type pendent push button station from the floor throughout the span of the crane at 110 volts The pendant switch shall be capable of with standing rough handling without being damaged and the cover shall be effectively secured 8 Capacity Safe working load in tons 9 i Main hoist 20 T 10 Il Auxiliary hoist 10 T 11 Span 10M approx supplier to determine span accurately 12 Lift 7 25M approx supplier to determine span accurately 13 Suspension of Pendant Switch The mass of the pendant shall be supported independently of the electric cable by means of chain or wire rope If the pendant is of metal it shall be effectively earthed 14 Rope Drum M S Plate rolled amp fabricated flanged left hand right hand helical grooved Brakes Electro Hydraulic Thruster Brakes should be provided for all motions The Brakes should be as per relevant IS Standards 15 Gear Box All gear box are totally enclosed helical sour gear splash lubricated as per IS 4460 or reputed make 16 Girder Plate box type double girder fabricated from tested M S Plate IS 2062 17 End carriage Box type M S Fabricated from rolled steel
11. Conductor size shall not be less than 25 sq mm J Bidder will have to give an undertaking with their offer stating that the design amp selection of the crane electrics will ensure that the crane can safely lift amp move the specific working load K All motors and control circuits shall be protected with HRC fuses suitably rated MCCBs MCB RCCB overload relays as per IS All contactors overload relays fuses etc used in the control panel shall be of Schneider Legrand Siemens ABB Indo Asian L amp T L Minimum one set of all types of MCCBs MCBs RCCBs contactors MPCB if used and relays fuses indication lamps etc as per BoM approved by OIL of all rating as used in the motor power and control system shall be supplied with the crane as standard spares Contactors relays etc shall be complete with aux contacts terminal blocks as fitted in the panel Cost of these spares shall be included in the crane package M Make of all components i Switchgear relays MPCB Schneider Legrand Siemens ABB Indo Asian L amp T ii HRC Fuses and assembly GE Bussman iii Indicating lamps LED type of Binay Siemens Telemecanique iv Drives ABB Siemens Telemecanique Group Schneider v Push buttons Control Switches Siemens Schneider vi Cables Finolex Havells NICCO NECAB Asian Cables CCl L amp T vii MCB RCCB Schneider Legrand Siemens ABB Indo Asian MCBs two pole ype sl ee ee ee ee 10kA breaking C curve
12. ERATED OVERHEAD TRAVELLING CRANE OF CAPACITY 20 10 TONNES FOR BOP SERVICING WORKSHOP AT 1 NO DULIAJAN Details as per Annexure ll The tender will be governed by a General Terms amp Conditions for e Procurement as per Booklet NO MM CALCUTTA E 01 2010 for E procurement LCB Tenders Technical specifications with BEC BRC and Qty as per ANNEXURE II The prescribed Bid Forms for submission of bids are available in the Technical RFx gt External Area gt Tender Documents In the event of receipt of only a single offer against the tender within B C date OIL reserves the right to extend the B C date as deemed fit by the Company During the extended period the bidders who have already submitted the bids on or before the original B C date shall not be permitted to revise their quotation Any sum of money due and payable to the contractor including Security Deposit refundable to them under this or any other contract may be appropriated by Oil India Limited and set off against any claim of Oil India Limited or such other person or persons contracting through Oil India Limited for payment of sum of money arising out of this contract or under any other contract made by the contractor with Oil India Limited or such other person or persons contracting through Oil India Limited Bidder are advised to fill up the Technical bid CHECK LIST and RESPONSE SHEET given in MS excel format in Technical RFx gt Extern
13. TA E 01 2010 of Rs 40 000 00 shall be submitted manually in sealed envelope superscribed with BID SECURITY AGAINST Tender no SKI8551P16 dated 11 09 2015 to Head Calcutta Branch Oil India Limited 4 India Exchange Place Kolkata 700001 only on or before the Bid Closing Date and Time mentioned in the Tender If bid security in ORIGINAL of above mentioned amount is not received within bid closing date the bid submitted through electronic form will be rejected without any further consideration In lieu Bid Security of Rs 40 000 00 can also be paid online through our e procurement portal as per procedure given in user manual in OIL s e procurement portal For exemption for submission of Bid Security please refer relevant para of General Terms and Conditions vide MM CALCUTTA E 01 2010 for E Procurement LCB Tenders The Bid Security shall be valid for 180 days more than the Bid validity i e for 300 days from the date of bid opening iii Bidders must confirm that Goods materials or plant s to be supplied shall be new of recent make and of the best quality and workmanship and shall be guaranteed for a period of twelve months from the date of successful commissioning against any defects arising from faulty materials workmanship or design Defective goods materials or parts rejected by OIL shall be replaced immediately by the supplier at the suppliers expenses and no extra cost to OIL The prices offered will have to be firm thro
14. al viii Bidder must ensure after sales service and agree for supplying maintenance spares for 10 years after commissioning of the crane ix OIL reserves the right to verify the information provided by vendor In case the information provided by vendor is found to be false incorrect the offer shall be rejected 2 0 FINANCIAL 2 1 The Annual financial turnover of the firm in any of the last 03 financial years or current financial year should not be less than Rs 39 39 lacs In support of annual financial turnover any one of the following documents photocopies self attested attested must be submitted along with the bid gt A certificate issued by a practicing chartered cost accountants firm with membership no certifying the annual turnover and nature of business gt Audited balance sheet and profit amp loss account B COMMERCIAL i Bids are invited under Single Stage Two Bid System Bidders shall quote accordingly under Single Stage Two Bid System Please note that no price details should be furnished in the Technical i e Unpriced bid The Unpriced Bid shall contain all techno commercial details except the prices which shall be kept blank The Price Bid must contain the price schedule and the bidder s commercial terms and conditions Bidder not complying with above submission procedure will be rejected ii Bid security in the form of Demand Draft Bank Guarantee as per format given in the LCB booklet MM CALCUT
15. al 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 documentary evidence to be provided along with the bid in Technical RFx gt External Area gt Tender Documents as on the Bid Closing Date a Bidder should have experience of successful execution of at least one similar order for Rs 11 82 lakhs during last 3 three years as on bid closing date to companies under the Government Semi Government Public sector undertakings or Public Limited Companies 2 0 3 0 b Annual financial turnover of the firm in any of the last 3 financial years or current financial year should not be less than Application showing full address e mail address with Tender fee non refundable of 1000 00 per tender excepting PSU and SSI units registered with NSIC by Demand Draft in favour of M s Oil India Limited payable at Kolkata and to be sent to Head Calcutta Branch Oil India Limited 4 India Exchange Place Kolkata 700 001 Application shall be accepted only upto one week prior to Bid Closing date The envelope containing the application for participation should clearly indicate REQUEST FOR ISSUE OF USER ID AND PASSWORD FOR E TENDER NO SKI8551P16 dated 11 09 2015 for easy identification and timely issue of aut
16. e rejected Bid evaluation will be done only for those bids that pass through the Bid Rejection Criteria as stipulated in this document Other terms and conditions of the enquiry shall be as per General Terms and Conditions vide MM CALCUTTA E 01 2010 for E Procurement LCB Tenders However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria BRC BEC contradict the Clauses of the tender or MM CALCUTTA E 01 2010 elsewhere those in the BRC BEC shall prevail BID REJECTION CRITERIA BRC The bids shall conform generally to the specifications and terms as well as conditions laid out in the tender Bids will be rejected in case the items offered do not conform to the required parameters stipulated in the technical specifications and to the respective international national standards wherever stipulated Notwithstanding the general conformity of the bids to the stipulated specifications and terms and conditions the following requirements will have to be met by the bids without which the same shall be considered as non responsive and stand rejected A TECHNICAL Bid should be complete in all aspect covering the entire scope of supply and should conform to the technical specifications indicated in the bid documents duly supported with technical catalogues literatures Incomplete and non conforming bids will be rejected outright 1 0 BIDDER S EXPERIENCE i Bidder must have experience of completin
17. er shall have all push buttons for operation Stay put type emergency controller ON OFF switch Power ON indicating Lamp LED type of lamp of Binay Siemens Telemecanique make shall be used F Limit Switches All motions such as over hoisting lowering long cross travel shall be protected with heavy duty limit switches The limit switches shall be provided for hoist motion to have proper backup protection All limit switches shall be heavy duty type enclosed and rated for crane duty Make of Switches Cutler Hammer Siemens G Cables The control wires shall be PVC insulated multi stranded 1100 V grade amp minimum 2 5 sq mm size amp conforming to IS 694 Power cables for motors will be PVC insulated PVC sheathed heavy duty cable conforming to IS 1554 694 Conductor material for control amp power cable shall be stranded flexible copper as required H Earthing amp Safety All the equipments devices shall be complete with safety devices as applicable for safe operation amp maintenance of the crane as per IS 3177 and other applicable IS with latest amendments Adequate earthing shall be provided as per regulations and Indian Standards IS 3043 Bidder will provide one suitably rated switch consisting of a suitably rated 4 pole MCCB with padlocking facility description of the MCCB is given below at a convenient location for operation from ground level for safe shutdown of crane supply in case of maintenance The party shall supp
18. f gantry rail recommended 36 Type of main girder i Braced box plate or rolled steel joist ii Riveted or fusion welded 37 End carriages i Wheel box ii Material of travelling wheels iii Maximum load excluding impact of travelling wheels iv Wheel diameter amp hardness Mtrs 38 Type of platform provided number length amp width 39 Crab i Centre of traverse wheels ii Material of traverse wheels iii Wheel dia and hardness mtrs 40 Code of design 41 Details of swiveling rotating arrangement if any along with scheme 42 Any other information 1 SPECIAL TERMS FOR ERECTION OF CRANE a Construction of the BOP shed is nearing completion Erection job of EOT can be carried out without delay Commissioning job must start as soon as the materials reached at site b Bidder has to arrange provide load for testing of EOT crane at site CMT SHOP DULIAJAN ASSAM c Accommodation amp transportation for suppliers personnel for installation amp commissioning at Duliajan are to be arranged by the supplier d Bidder if felt necessary may visit the site prior to their offer for accuracy in measurement for designing purpose of the crane e The bidder must agree to train up operation of the crane to Oil s personnel before formally handing over the EOT crane f If felt necessary in future bidder may be required to enter maintenance contract for the crane 2 TERMS FOR PAYMENT
19. g at least one order against supply and commissioning of EOT crane of minimum rating of 15 Ton and value of the order should not be less than Rs 11 82 lakhs to any Govt Semi Govt or any reputed Private Company during the last 3 years as on bid closing date Documentary evidence in support of execution of the order along with the performance certificate of such supplied cranes should be submitted from the customer of the crane along with the bid Otherwise offer will not be considered for evaluation ii The bidder should have in house or self owned facility for TESTING at the rated capacity Documentary evidence must be submitted ili Bidder must confirm that the items supplied shall be brand new unused and free from any defect Defective item if any shall be replaced by the bidder at their own cost iv Bidder must ensure engagement of Govt authorized competent person for certification of the same for inspection and load testing at site i e CMT SHOP DULIAJAN ASSAM as per Govt rules Certificate of load testing certified by authorized competent person has to be submitted along with the commissioning report v The offered EOT crane should be specifically designed to suit the structure as per OIL Drg No 4458 to 4470 and for installation of the same vi Bidder must submit filled in data sheet amp Technical check list as per Annexure II vii The offer must be submitted along with product catalogue and data sheet in origin
20. horisation On receipt of requisite tender fee and subject to fulfilment of eligibility criteria USER_ID and initial PASSWORD will be communicated to the bidder through e mail and will be allowed to participate in the tender through OIL s e Procurement portal No physical tender documents will be provided USER_ID AND INITIAL PASSWORD WILL BE ISSUED TILL ONE WEEK PRIOR TO THE BID CLOSING DATE Alternatively applicants already having User ID amp Password for OIL s e portal can pay the requisite tender fee and bid security against this tender through the online payment gateway On receipt of request from applicants who do not have USER_ID and initial PASSWORD it will be communicated to the bidder through e mail and will be allowed to participate in the tender through OIL s e Procurement portal on payment of requisite tender fees No physical tender documents will be provided USER_ID AND INITIAL PASSWORD WILL BE ISSUED TILL ONE WEEK PRIOR TO THE BID CLOSING DATE PSU s and SSI units registered with NSIC claiming exemption from payment of tender fee should submit their request with all credentials at least 7 days prior to bid closing date for participation in the tender Please note that all tender forms and supporting documents are to be submitted through OIL s e Procurement site only except following documents which are to be submitted manually in sealed envelope super scribed with Tender no and Due date to Head Calcutta Branch Oi
21. l India Limited 4 India Exchange Place Kolkata 700 001 only on or before the Bid Closing Date and Time mentioned in the Tender a Original Bid Security b Detailed Catalogue if any c Any other document required to be submitted in original as per tender requirement 4 0 5 0 6 0 7 0 8 0 9 0 10 NOTE 1 All documents submitted in physical form should be signed on all pages by the authorised signatory of the bidder and to be submitted in triplicate Bidders are requested to examine all instructions forms terms and specifications in the bid Failure to furnish all information required as per the NIT or submission of offers not substantially responsive to the bid in every respect will be at the bidders risk and may result in rejection of its offer without seeking any clarifications All the Bids must be Digitally Signed using Class 3 digital certificate e commerce application with organisation name as per Indian IT Act obtained from the licensed Certifying Authorities operating under the Root Certifying Authority of India RCAI Controller of Certifying Authorities CCA of India Bidders must ensure that their bid is uploaded in the system before the tender closing date and time Also they must ensure that above documents which are to be submitted in a sealed envelope are also submitted at the above mentioned address before the bid closing date and time failing which the offer shall be rejected
22. ll prevail ii Similarly in the event of discrepancy between words and quoted figure words will prevail iii Evaluation will be done on total contract cost basis to ascertain the lowest bid iv Bid will be evaluated on the basis of quoted price inclusive of all including installation commissioning except the cost of maintenance spares required for two years B COMMERCIAL i To evaluate the inter se ranking of the offers Assam entry tax on purchase value will be loaded as per prevailing Govt of Assam guidelines as applicable on bid closing date Bidders may check this with the appropriate authority while submitting their offer ii To ascertain the substantial responsiveness of the bid OIL reserves the right to ask the bidder for clarification in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in to must be received on or before the dead line given by the company failing which the offer will be summarily rejected iii To ascertain the inter se ranking the comparison of the responsive bids will be made as under subject to corrections adjustments given herein A Total material cost of Main Equipment B Total cost of tools tackles accessories mandatory spares repair kit for commissioning C Total Material Cost A B D Packing and Forwarding Charges SSEHIA qc K L HE M N O Total Ex works value C D E above Excise Duty inc
23. luding Cess Sales Tax Please indicate applicable rate of Tax Total FOR Despatching station price F G H above Road Transportation charges to Duliajan Insurance Charges 0 5 of Total For Despatching StationValue l above Assam Entry Tax Total FOR Duliajan value l J K L above Installation Commissioning Charges including Service Tax if any Training Charges including Service Tax if any Grand Total value M N O Standard Notes A The original bid security Amount is mentioned above and also in Basic Data of the tender in OIL s e portal should reach us before bid closing date and time Bid without original Bid Security will be rejected except for the bidders who has paid the same online The bidders who are exempted from submitting the Bid Bond should attach documentary evidence in the Collaboration folder as per General Terms and conditions for e Procurement as per Booklet NO MM CALCUTTA E 01 2010 for E procurement LCB Tenders B General Terms amp Conditions for e Procurement as per Booklet NO MM CALCUTTA E 01 2010 for E procurement LCB Tenders
24. ly power cable from this switch to the overhead wire system of the crane OIL will supply the power cable required for input supply to this switch Party will arrange for earthing of this switch The switch enclosure shall be of sheet steel SS complete with mounting arrangement and cable boxes Switch shall be painted with red paint and shall be mounted at suitable location Switch MCCB make Schneider Legrand ABB Siemens Indo Asian L amp T with the following description Suitably rated 415V Ue 690V Ui 36 kA or above breaking capacity rated four pole fixed type Moulded case circuit breaker electronic microprocessor controlled with adjustable settings long delay 0 4 1 0 In short delay 1 5 10 long delay setting ground fault 0 1 1 0 In with individual time settings with separate earth leakage module Earth leakage module shall have range of 0 03 3 0 Amps and 0 3 seconds both current and time in adjustable steps The earth leakage protective device may be either a CBCT EL module combination or a separate but MCCB mountable EL module The MCCBs shall conform to IEC60947 2 IS 13947 2 tropicalized to Class Il high humidity Make Schneider Legrand Siemens ABB Indo Asian L amp T The MCCB shall have padlocking facility Bidder will have to supply amp install suitable type of insulated colour coded overhead wire system for the crane power supply Conductor material solid hard drawn copper conductor complying to IS 282
25. r free of cost 29 Paintings Crane Material is to be supplied with one coat of red oxide primer Two coats of synthetic enamel paints of approved shade of reputed make are to be painted after erection of the crane at site 30 Certification Material certificate for all supplied material and guarantee certificate from the date of final load testing will be required 31 Site Condition The crane will be required to be operated at the following site conditions Max ambient Temp 45 degree Centigrade Min ambient Temp 5 7 degree Centigrade Humidity 95 Hence the components of the crane should be designed considering above condition 32 Documentation i General arrangement drawing showing to scale the elevation and plan view indicating clearance construction of bridge structure hook approaches height of lift location of pendant wheel base wheel loads wheel diameter wheel spacing over buffer dimensions motor rating and absorbed power speed for all drivers arrangement of all the drives and other equipments installed on the crane other technical characteristics duty amp class of the crane ambient temp etc are to be furnished in details as per the enclosed Data Sheet ii General layout drawing of the trolley etc iii Following are to be furnished a Speed torque characteristics of each drive b Electrical equipment layout drawing c Current collection arrangement for the crane d Lubrication arrangement
26. tatement will be rejected ix All the Bids must be Digitally Signed using Class 3 digital certificate e commerce application as per Indian IT Act obtained from the licensed Certifying Authorities operating under the Root Certifying Authority of India RCA Controller of Certifying Authorities CCA of India The bid signed using other than Class 3 digital certificate will be rejected C GENERAL i The Compliance statement must be filled up by bidders and to be submitted uploaded along with their bids In case bidder takes exception to any clause of the bidding document not covered under BEC BRC then the Company has the discretion to load or reject the offer on account of such exception if the bidder does not withdraw modify the deviation when as advised by Company The loading so done by the company will be final and binding on the bidders ii If any of the clauses in the BRC contradicts with other clauses of bidding document elsewhere then the clauses in the BRC shall prevail 2 0 BID EVALUATION CRITERIA BEC A TECHNICAL The bids conforming to the technical specifications terms and conditions stipulated in the bidding document and considered to be responsive after subjecting to Bid Rejection Criteria BRC will be considered for further evaluation as per the Bid Evaluation Criteria given below i In the event of computational error between unit rate and total price the unit rate as quoted by the bidder sha
27. ugh delivery and not subject to variation on any account A bid submitted with an adjustable price will be treated as non responsive and rejected Successful bidder will be required to furnish a Performance Bank Guarantee 10 of the order value For exemption for submission of Performance Bank Guarantee please refer relevant para of General Terms and Conditions vide MM CALCUTTA E 01 2010 for E Procurement LCB Tenders The Performance Bank Guarantee must be valid for one year from the date of successful commissioning of the equipment or 18 months from the date of despatch whichever is earlier Bidder must confirm the same in their bid Offers not complying with this clause will be rejected The validity requirement of Performance Security is assuming despatch within stipulated delivery period and confirmation to all terms and conditions of order In case of any delay in despatch or non confirmation to all terms and conditions of order validity of the Performance Security is to be extended suitably as advised by OIL The Bank Guarantee should be allowed to be encashed at all branches within India vi Bids received after the bid closing date and time will be rejected Similarly modifications to bids received after the bid closing date amp time will not be considered vii Validity of the bid shall be minimum 120 days from the Bid Closing Date Bids with lesser validity will be rejected viii Bids containing incorrect s
28. urnished in the Technical i e Unpriced bid The Unpriced Bid shall contain all techno commercial details except the prices which shall be kept blank The Price Bid must contain the price schedule and the bidder s commercial terms and conditions Yours Faithfully Sd G C Sarma SMM P For Head Calcutta Branch OIL INDIA LIMITED A Government of India Enterprise E 4 India Exchange Place 4 floor Kolkata 700001 West Bengal India TELEPHONE NO 033 2230 1657 58 59 FAX NO 033 2230 2596 Email kolpur1 oilindia in ANNEXURE II Tender No amp Date SKI8551P16 04 Dated 11 09 2015 OIL INDIA LIMITED invites Indigenous tenders for items detailed below TECHNICAL SPECIFICATIONS WITH QUANTITY SI No MATERIAL DESCRIPTION QUANTITY UNIT amp MATERIAL CODE NO SUPPLY ERECTION COMMISSIONING TESTING OF ELECTRICALLY 10 OPERATED OVERHEAD TRAVELLING socbecesoss CRANE OF CAPACITY 20 10 1 NO 0C000103 TONNES FOR BOP SERVICING WORKSHOP AT DULIAJAN 20 INSTALLATION amp COMMISSIONING 01 AU Details Specification for Item 10 Annexure A ELECTRICALLY OPERATED DOUBLE GIRDER OVER HEAD TRAVELLING CRANE FOR CMT WORKSHOP AT DULIAJAN Design Construction Supply including base rail Erection Commissioning and Testing of EOT crane as per latest edition of IS 3177 807 800 for the following details 1 No of Crane 1 One No 2 Duty or class of Crane
Download Pdf Manuals
Related Search
Related Contents
Ditch Witch Welder PR95 User's Manual S230-22X ABC Office Formax FD 415 User's Manual Oreck XL2600HH User's Manual Prévisualiser - le Choeur Vent d`Est SENSORS AND SYSTEMS TECHNOLOGY PRODUCTS REVIEW Quick Heal Tablet Security for Android User Guide Descargar Hussmann Freedom Series GD Low and Med Temp Installation Copyright © All rights reserved.
Failed to retrieve file