Home
Tender Document - Oil India Limited
Contents
1. and Engine number EEE complies with the sa cspecesccectacaceeszeceiees name of Emission Standard Euro III BS HI etc Emission standard as well as other Safety amp Road Worthiness Standards as per provisions of the name of Motor Vehicles Act of country of origin It is also certified that body of the above vehicle has been fabricated by us and the same complies with the provisions of the name of Motor Vehicles Act of country of origin Signatures of Manufacturer SDG2583P14 08 Page 26 of 45 Annexure Al SPARE PARTS LIST Reference Clause No 8 0 of Annexure A of Technical Specification Spares in specified quantity as detailed below shall be supplied along with 7 seven nos of Minimum 40 MT cranes SPECIFIC DESCRIPTION PART NOS MAKE ETC amp UNIT PRICE OF EACH amp EVERY SPARES SHALL CLEARLY BE INDICATED IN THE BID FOR BID EVALUATION a ENGINE 1 Fuel Filter Element 10Nos 2 Water Separator Element 10Nos 3 Engine Oil Filter Element 10 Sets 4 Corrosion Filter Element 10Nos 5 Air Filter Element 10 Sets 6 Fan Belt 05 Sets 7 Alternator Belt 05 Sets 8 Compressor Belt 05 Sets 9 Water Pump 02 Nos 10 Water Pump Repair Kit 05 Sets 11 Water Hoses 05 Sets 12 Engine Mounting O01 Set In case of single Serpent Belt Belt covering water pump compressor and alternator 7 sets In case of separate engine for crane operation relevant spares comprisin a
2. 5 Whether quoted a firm delivery period Indicate delivery period 6 Whether quoted as per tender without any deviations 7 Whether quoted any deviation 8 Whether deviation separately highlighted 9 Whether agreed to the Warranty clause SDG2583P14 08 Page 43 of 45 10 Whether Price Bid submitted as per Commercial Bid Format refer Para 12 0 of BRC 11 Whether the maintenance Spares for 2 years of operations quoted 12 Whether quoted all the items of tender 13 Whether indicated the country of origin for the items quoted 14 Whether technical literature catalogue enclosed 15 Whether confirmed to carry out installation amp Commissioning at Duliajan Assam 16 Whether installation amp Commissioning charges applicable 17 If installation amp Commissioning charges applicable whether separately quoted on lump sum basis Whether to amp fro air fares boarding lodging of the commissioning personnel 18 for installation amp commissioning at Duliajan Assam India included in the quoted charges 19 Whether confirmed that all Service Income Corporate tax etc applicable under installation amp Commissioning are included in the prices quoted 20 Whether confirmed acceptance of tender Payment Terms 21 For Foreign Bidders Whether offered FOB FCA port of despatch including sea air worthy packing amp forwarding 22 For Foreign
3. Bid security of US 46 800 00 or Rs 21 00 000 00 shall be furnished as a part of the TECHNICAL BID Any bid not accompanied by a proper bid security in ORIGINAL will be rejected without any further consideration For exemption for submission of Bid Security please refer Clause No 9 8 Section A of General Terms and Conditions for Global Tender The Bid Security shall be valid till 22 04 2015 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 commissioning of the complete package at site 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 supplier s expenses at no extra cost to OIL Successful bidder will be required to furnish a Performance Bank Guarantee 10 of the order value The Performance Bank Guarantee must be valid for one year from the date of successful commissioning of the complete package at site Bidder must confirm the same in their Technical Bid Offers not complying with this clause will be rejected 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 Validity of the bid shall be minimum 180 days Bids with l
4. Techno RFx Response Number 60006452 RFx Number TEST2 RFx Owner WIPRO_TEST1 Total Value 0 00 INR commercial Unpriced Bid Service and Delive Incoter Event Parameters Currency Indian Rupee Detailed Price Information Price w ith Conditions Go to this Tab Notes and Attachments for Uploading Priced Bid files Status and Statist Created C Created E Last Processed C Last Processed E Terms of Payment 9010 90 against despatch 10 after re Details SendEMail Call Clear Function Number Name Valid fr E 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 SDG2583P14 08 Page 3 of 45 Note kk 6 0 7 0 _ Edit RFx Response i Submit ReadOnly Print Preview Check Technical RFx Response Close Save Bid on EDIT Mode Be i RFx Response Number 60006452 RFx Number TEST2 i RFx Owner VWIPRO_TEST1 Total Value 0 00 INR Status Withdrawn Submission Deadline 13 04 2013 11 00 00 INDIA RFx Response Version Number 2 RFx Version Number 5 Area for uploading Techno Commercial Unpriced Bid Adda Clear Assigned To Category Text Preview Area for uploading i Priced Bid Assigned To Category Description File Name Version Processor Checkec Al The table
5. addresS lhe eee cece cece ecceeseeeeceeeeeues 3 Chassis No 4 eee ceccccceeeeeeeceeeeeeueeeecees 4 EnesieNo O O O gnseesdssecadusiiddreegacedd raaa 5 Horse power or cubic capacity cece eee ec cece cece cee ee cece cess cence 6 Puelwsed j jj sysssstoyhedSuadeiuehuehodadedeslaees 7 Number of cylinders hhc cece ceeece eee cceeeeeeeceeeeeues 8 Month and year of manufacture oo cece cece cece cee eeeeee 9 Seating capacity including cece cece eee eens 10 Maximum axle weight number and description of tyres a Frontaxl 8 4 q kcirscciecciscuveveupexdiesseeaeedes b Rear axle axles nussrrsssssssssssssssssssssssssssass c Any other axle cece cece cceeeeeceeceeeeueeeees 11 Colour s of the body sussssbssbssbssirserserrerrerreriar 12 Gross vehicle weight nussesnesnernsesererrerrerrerrerrec 13 Make amp Model of crane _____ eee eee ceeeeeeeceeeeeeueeeeees 14 Maximum SWL hee ceec ccc ccnueeeececeeuuneeeecs Date Signature of the manufacturer dealer B Following is a sample copy similar to FORM 22 A of Indian Motor Vehicle Act only The certificate to be issued by supplier shall contain following minimum information CERTIFICATE OF COMPLIANCE WITH POLLUTION STANDARDS SAFETY STANDARDS OF COMPONENTS AND ROAD WORTHINESS SDG2583P14 08 Page 25 of 45 Certified that 2 0 0 0 ccc ccc cccc cece cece eeeeeeeeeeeeaeeeeees brand name of the vehicle bearing Chassis number
6. does not contain any data Sign Attachment Add Attachment Edit Description Versioning The Techno Commercial Unpriced Bid shall contain all techno commercial details except the prices The Price bid must contain the price schedule and the bidders 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 Bidders are requested to examine all instructions forms terms and specifications in the bid Failure to furnish all information required as per the bid or submission of offers not substantially responsive to the bid in every respect will be at the bidders risk and may result in the rejection of its offer without seeking any clarifications The Integrity Pact is applicable against this tender OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Annexure X of the tender document This Integrity Pact proforma has been duly signed digitally by OIL s competent signatory The proforma has to be returned by the bidder along with the technical bid duly signed digitally by the same signatory who signed th
7. ee o y O e Slew Speed ee y O f Make of Slew motor ee y O g Model of slew motor 22 Derrick Hook Block Hydraulic system amp controls Counter Weight Front Axles Rear Axle Suspension Front SDG2583P14 08 a Max angle b Min angle c Derricking speed raising d _Derricking speed lowering e_No of derrick cylinder s a Sling catcher b Means for securing hook block a_ Make of Hydraulic pump b _ Model of Hydraulic pump c Make of Hydraulic valves d_ Open loop Close loop Number of simultaneous f Crane control Pilot or Direct a__Weight b Fixed or removable type a No of Front Axle b Make of Front Axle c Model of Front Axle d Capacity of Front Axle a No of Rear Axle Make of Rear Axle Model of Rear Axle d Capacity of Rear Axle Page 32 of Capacity Suspension Rear Transmission Automatic or manual No of forward gears Make of PTO f Model of PTO e system Make ee a Make of SLI system 38 Over Lowering protection Engine kill switch emergency shutdown device in 39 operator s cabin 40 Supply of spare parts reference para 08 0 of Annexure A ParttB DOCUMENTATION Reference Para 15 0 F of Technical Specification DOCUMENT SI REMARKS IF DESCRIPTIONS ENCLOSED Ne YES OR NO ANY Technical leaflet of crane Leaflet containing Load Charts for different duties 2 Working Technical leaflets brochures on Engine s
8. hand driving is acceptable Steering wheel should be on the right side of the crane when the driver is inside driver cabin 4 12 5 The dash board shall be provided with all standard dash board gauges such as radiator water coolant temperature gauge engine lube oil pressure air reservoir pressure gauge Speedo meter cum Odometer hour meter fuel 45 SDG2583P14 08 Page 14 of 4 13 level gauge battery charging indicator low pressure indication for engine oil air pressure in the air reservoir etc 4 12 6 All the drive controls of the crane shall be provided in the driver s hand reach distance and shall be accessible easily All the foot controls viz accelerator brake clutch etc should be conveniently located in the driver s cabin 4 12 7 Shall be provided with a medium size fan with protection cage in front of the driver 4 12 8 Shall be provided with wind shield glass clear lighting provision and adjustable type wide angle rear view mirrors on both sides of the cabin Wiper motor Horn Sunvisor etc 4 12 9 Shall be provided with heat resistant ceiling roof Shall be provided with a tow hook at the front of the crane for tying locking of hook block when crane is not in use or while in travelling Electrical system 4 13 1 Shall be provided with 24V DC Electrical system with adequate capacity automobile maintenance free batteries lighting system search light for night operations standard electrical accessories
9. i Whether all BRC BEC clauses accepted 37 ii Whether all documents required as per BEC BRC submitted Whether Integrity pact exactly as per the format given with digital signature 38 uploaded OFFER REF SDG2583P14 08 Page 45 of 45 NAME OF THE BIDDER SDG2583P14 08 Page 46 of 45
10. load being lifted etc On reaching overload unsafe condition it shall cut off the unsafe operations as well as gives warnings through audible alarm Make and Model of the system SLD shall be clearly indicated in the bid b All controls to operate in failsafe mode c Positive locking hydraulic cylinders automatically applied failsafe hoist brake d Anti Two block system for hoist operations to arrest over hoisting e Suitable over lowering protection device for hoist operation f Hand signals and duty charts in operator s cabin SDG2583P14 08 Page 17 of 45 g Pin type Slew Lock Cab Lock as per standard to arrest automatic slewing of the super structure during travelling h Level indicators i Means to secure the Hook to prevent it from swinging while travelling j Electric horn in operator s cabin k Engine kill switch emergency shutdown device in operator s cabin l Lights amp reflectors on boom floodlights for night operations m Hazard light flashers at front and rear of the carrier n Audio alarm at reversing of the vehicle o Fire extinguisher at suitable location p Spark Arrestor q Exhaust blanket 6 0 OTHERS a The crane and its components shall be new and of recent manufacture and design b Brand New crane manufactured not prior to 6 six months from the date of issuance of firm order c All calibrations in the crane shall be in metric system d All display amp software used in th
11. stick or individual control lever for smooth operation 3 6 HOISTING SYSTEM 3 6 1 Crane hoist system shall be driven smoothly by hydraulic motor Make and model of the hydraulic motor to be fitted shall be mentioned in the offer 3 6 2 Hoisting brake shall be of spring applied multi disc brake and applies brake automatically when the hoisting motor stops 3 6 3 Hoist rope drum shall be of grooved with flanged sufficiently to take care of the layers of the rope 3 6 4 Wire rope shall be of high performance non rotating non spinning type approx 19 mm or equivalent construction with adequate length Wire rope shall be of preformed and galvanized 3 6 5 The hydraulic drive system shall be preferably be of closed loop system 3 6 6 The hoist system shall be designed to have not less than two or three wraps of hoisting rope on the drum when the hook is in its extreme low position A third WRAP INDICATOR preferably is to be provided to warn the operator audibly when the wire rope is on the first bottom layer and when the wire rope down to the last three wraps 3 6 7 Hoisting system shall be provided with safety of anti two blocking 3 6 8 The hydraulic hoist system shall be provided with the following features e Power up and Power Lowering e Automatic failsafe brakes for Hoist System Spring loaded e Non rotating rope of suitable capacity and construction e Audible and visible over load warning indicator for hoist system e Limit switch f
12. the driver s cabin is only acceptable Left Hand Drive unit is not acceptable Normal road driving should be through carrier cab not through super cab 4 20 Miscellaneous i Audio alarm for reversing of the vehicle ii One complete set of spare wheel for each crane iii Suitable mounting arrangements for Spare Wheel Rigger Feet if applicable during travelling lockable Battery Box iv Locking provision for outrigger beams in fully retracted position v Provision for storing crowbars slings wooden blocks etc vi Inter Axle Lock provision for rear tandem axles as applicable vii Use of Rubber Hydraulic Hoses i e flexible hoses shall be as minimum as possible instead metallic pipes are to be incorporated viii Suitable search lights reflectors on boom for night operation ix Weight of the crane should be as minimum as possible x Anchoring of hoist rope at both ends shall preferably through Eye Loop xi Sight Glass Level Indicator and Temperature Meter in hydraulic tank xii Steps ladders and grab rails for crane floor xiii Lockable fuel tank of adequate capacity 5 00 SAFETY DEVICES REQUIREMENTS amp SAFE LOAD INDICATOR SLI a ELECTRONIC Safe Load Indicator SLD It shall continuously display all essential data information and instructions enabling the crane to be operated within the designed parameters It shall all the time provide information viz boom length boom angle radius rated load
13. 573 Specification for power driven Mobile Crane American Standard ASME B 30 5 2011 European Standard EN 13000 2010 E The crane should comply with the Motor Vehicle Rules as applicable in the state of Assam in India SDG2583P14 08 Page 7 of 45 3 0 3 1 3 2 Detailed Specification SUPER STRUCTURE Engine for Super Structure 3 1 1 3 1 2 3 1 6 The crane shall be provided with either 1 one engine of adequate capacity or separate engines can also be provided one for carrier and the other for superstructure It should be of suitable capacity water cooled diesel engine and must be compliant with the latest Indian Emission norms as applicable in the state of Assam in India at the time of supply of cranes We prefer to have Ashok Leyland Cummins Caterpillar Mercedes Benz engine It is the bidder s endeavor to provide engines for which spares are readily available in India The bidder shall clearly mention the make model HP Torque and other relevant details of the engine provided in the crane A technical leaflet of the engine should be provided along with the bid In case of engine with Electronic control system 2 two complete set of Engine Fault Diagnostic and repair tool both software and hardware including laptop shall be supplied along with the cranes Bidder shall categorically confirm in the bid that the offered tool is for the particular engines Note Two complete set of above tool against 7 Nos cran
14. Bidders Whether port of shipment indicated To specify For Indian bidders Whether indicated the place from where the goods will 23 be dispatched To specify 24 For Indian bidders Whether road transportation charges up to Duliajan quoted 25 For Indian Bidders only Whether offered Ex works price including packing forwarding charges SDG2583P14 08 Page 44 of 45 26 Whether Indian Agent applicable 27 If YES whether following details of Indian Agent provided a Name amp address of the agent in India To indicate b Amount of agency commission To indicate c Whether agency commission included in quoted material value 28 Whether weight amp volume of items offered indicated 29 Whether Pre despatch shipment inspection amp testing of the cranes quoted Whether charges towards Pre despatch shipment inspection amp testing of the S cranes applicable i If Pre despatch shipment inspection amp testing charges applicable 31 whether quoted separately ii Whether training cost quoted separately 32 Whether confirmed to submit PBG as asked for in tender 33 Whether agreed to submit PBG within 30 days of placement of order 34 For Indian Bidders only Whether indicated import content in the offer 35 For Indian Bidders only Whether deemed export quoted For Indian Bidders only Whether all applicable Taxes amp Duties have been Sb quoted
15. ING The cranes shall be commissioned by the supplier at Duliajan India Supplier shall depute experienced personnel in operation and maintenance of cranes to OIL at Duliajan for commissioning of the cranes Commissioning charges if any including to amp fro and all applicable expenses shall be indicated in the bid Commissioning shall be completed within 2 two months from receipt of the cranes at site at Duliajan The supplier will be held responsible for delay in completion of any su Po uaine and in case of default the Liquidated Damage clause shall be made applicable Commissioning spares if any shall be arranged by the supplier Commissioning personnel shall impart basic training on operation amp maintenance of the cranes to OIL s personnel during commissioning on free of charge basis GUARANTEE WARRANTY Notwithstanding any Guarantee Warranty clause s mentioned elsewhere in this tender document each individual crane shall be under onsite guarantee warranty by the supplier for a minimum period of 1 One year from the date of successful commissioning of each individual unit at site at Duliajan India OIL reserves the right to inspect test and if necessary reject any part parts after arrival of the units at site only if the said rejection is attributed to be the responsibility of the supplier It shall in no way be limited or waived by the reason that the units have been inspected tested and passed by OIL prior to desp
16. IT EQUIPMENT WITH ALL ACCESSORIES AND SHOULD BE CAPABLE OF WORKING IN THE FOLLOWING ATMOSPHERE THE CLIMATE CONDITION IN OUR OPERATING AREA IS GIVEN BELOW a Ambient temperature Minimum 7 degree C Maximum 40 degree C b Altitude of our operating areas 123 Mtr 150 Mtr c Humidity 85 100 during July August d Rainfall 180 250 cm during April October Less than 4 cm during November March Purpose The cranes will be deployed for loading offloading handling positioning aligning large and heavy drilling oilfield equipment machinery pipes tubular etc in the Oil Fields The offered cranes shall meet the following specification Brief specification a Capacity Minimum 40 MT at 3 0 mtrs operating radius with basic boom minimum 10 0 mtrs with fully extended outriggers and 360 degree slew amp Minimum 20 0 MT at 5 0 mtrs operating radius with minimum 15 0 mtrs boom length with fully extended outriggers and 360 degree slew b Steering Right hand drive on carrier unit steering on the right side inside carrier driver cabin SDG2583P14 08 Page 6 of 45 Cc Boom Multiple section full power hydraulic telescopic booms to be provided The Basic boom length shall not be less than 10 00 mtrs and the total maximum boom length should be not less than 30 mtrs Hoist rope diameter type d Axles and suspension Sufficient number of heavy duty axles o
17. Oil India Limited E A Govt of India Enterprise P O Duliajan 786602 Assam India Telephone No 91 374 2808705 Fax No 91 374 2800533 Email matdmmfd oilindia in amp erp_mm oilindia in Tender No amp Date SDG 2583 P14 08 of 12 02 2014 Tender Fee INR 4 500 00 or USD 100 00 Bid Security Applicable Bidding Type SINGLE STAGE TWO BID SYSTEM Bid Closing on As mentioned in the Basic Data of the tender in OIL s e portal Bid Opening on As mentioned in the Basic Data of the tender in OIL s e portal Performance Guarantee Applicable OIL INDIA LIMITED invites Global Tenders for item detailed below Item No Material Description QTY UOM Mat Code l Supply and commissioning of 40MTTruck mounted Diesel Hydraulic Crane as per Annexure 7 No a Detailed specification Annexure AA b Bid Rejection Criteria BRC and Bid Evaluation Criteria Annexure BB SDG2583P14 08 Page 1 of 45 Special Notes 1 0 The tender will be governed by General Terms amp Conditions for e Procurement as per Booklet No MM GLOBAL E 01 2005 for E procurement ICB Tenders including Amendments amp Addendum to General Terms amp Conditions for e Procurement 2 0 Technical Check list and Commercial Check list are furnished Please ensure that both the check lists are properly filled up and uploaded along with Technical bid 3 0 The item qualifies for Nil duty Deemed Export ben
18. Technical leaflets brochures on Transmission amp Technical leaflets brochures on Front and Rear Axle Technical leaflets brochures on Front and Rear SDG2583P14 08 Page 33 of 45 Technical leaflets brochures on Hydraulic Pump List of tools to be supplied under Standard Tool Kit List of tools to be supplied under Special Tool Kit List of 1tems that shall be supplied under engine fault 10 dia gnostic tool List of items that shall be supplied under ABS fault 11 diagnostic tool 2 years maintenance spares list with price for future 12 reference only not for bid evaluation Any other documents literatures drawings etc SDG2583P14 08 Page 34 of 45 ANNEXURE BB BID REJECTION CRITERIA BRC amp BID EVALUATION CRITERIA BEC D BID REJECTION CRITERIA BRC Bids must conform to the specifications requirements terms amp conditions given in the tender While bids will be evaluated based on its conformity to these specifications requirements terms amp condition as well as commercial aspects the following requirements shall have to be particularly met by bid without which same will be considered as non responsive and summarily be rejected A Technical 1 The offer shall be for Brand New Truck mounted diesel hydraulic telescopic boom crane Technical leaflet Brochure must be enclosed in original Bidder must be a crane manufacturer OEM or their authorised dealer distributo
19. atch as per para 11 0 above In order to keep the unit fully operational any item sub item failed during the warranty period is to be arranged including their customs clearance etc and replaced repaired the same at site by the supplier or their authorized dealer agent at their own cost within l one month from the date of failure and warranty for such items shall be extended accordingly GENERAL INSTRUCTIONS amp DOCUMENTATION SDG2583P14 08 Page 21 of 45 A Make amp Model of the cranes being offered are to be clearly indicated in the bid B Bidder s response should clearly be defined all specific details specifications are to be provided clearly in the bid Response like As per tender Specifications Technical Leaflet Noted Accepted or in any similar fashion is not encouraged Submission of technical leaflet brochure alone is not acceptable C Deviation s from tender requirements shall be clearly indicated in the bid under separate heading D Checklist As per prescribed format provide vide Annexure A2 of Part A enclosed herewith shall be submitted along with the bid E Bidder should submit familiarisation CD s on their offered cranes along with bid F Amongst others the following documents literatures must be submitted along with the bid for bid evaluation refer Part B of Checklist under Annexure A2 a Original printed technical leaflet brochure of the cranes offered containing detai
20. be in a position to supply all necessary spares for a minimum period of 10 years from the date of successful commissioning of the cranes 9 0 MANUALS amp CATALOGUES A Following manuals amp catalogues covering all details on the complete crane including its SLI system shall be supplied against each crane 1 one set of Spare Parts Catalogue covering all components of the crane 1 one set of Workshop amp Service Manual 1 one set of Operator s Manual 1 one set of hydraulic schematics 1 one set of pneumatic schematics 1 one set of electrical amp electronic schematics mo pos B Following manuals amp catalogues shall be supplied a 2 two set of operational amp maintenance manuals for engine fault diagnostic tool b 2 two set of manuals for operation amp maintenance of brake ALL MANUALS amp CATALOGUES UNDER A amp B ABOVE SHALL BE IN ENGLISH LANGUAGE AND BE SUPPLIED IN BOOK PRINT FORMAT IN ADDITION SAME SHALL ALSO BE SUPPLIED IN CD FORMAT 10 0 TOOLS A STANDARD TOOL KIT l one set of standard tool kit for maintenance and repair of the crane shall be supplied against each crane List of tools that shall be supplied shall be submitted with the bid The tool kits shall include amongst others 30 MT hydraulic jack heavy duty grease gun oil can wheel wrench amp handle etc B SPECIAL TOOL KIT SDG2583P14 08 Page 19 of 45 2 Two set of special tool kit comprising all essent
21. bove items shall be supplied for the same in addition to the carrier engine In case of smart engine suitable spares as applicable shall be supplied b TRANSFER CASE if any amp POWER TAKE OFF PTO 1 Oil Filter Element if any 04 Sets 2 Mounting 02 Sets 3 PTO actuator Seal Kit 04 Nos c FRONT AXLE 1 Wheel Stud with Nuts 20 Nos 02 Sets 2 Differential Filter Element if any SDG2583P14 08 Page 27 of 45 d REAR AXLE 1 Wheel Stud with Nuts 20 Nos 2 Differential Filter Element 02 Sets if any e DRIVELINE Propeller Shaft 1 UJ Cross Spider amp Bearings 01 Set set comprising of different UJ crosses for drivelines between transmission amp transfer case front differential amp transfer case and rear differential amp transfer case as well as UJ crosses for the driveline between the two rear axles as applicable f STEERING 1 Steering Oil Filter Element_ _ 05 Sets 2 Front Axle Steering Cylinder 03 Sets 3 Tie Rod End 02 Sets set comprising of all tie rod ends for one complete crane unit g BRAKE amp PNEUMATICS 1 Foot Brake Valve Repair Kit 05 Sets 2 Front Brake Servo 4 Nos 3 Rear Brake Servo 04 Nos 4 Repair Kit for Front Brake Servo 04 5 Repair Kit for Rear Brake Servo 08 6 Air Dryer Filter Element 08 Nos 7 Relay Valve Repair Kit 05 Set set comprising items for one brake servo h ELECTRICAL 1 Engine Starter 01 No 2 Alterna
22. d under Motor Vehicle Act India for onward registration of the crane in the name of OIL g All manuals amp catalogues in English language books amp CDs schematics tools etc as detailed elsewhere in this tender h Any other documents literatures drawings mentioned elsewhere in this tender 16 0 TRAINING Supplier shall provide training to OIL s engineer at their works as under A Maintenance engineer s training Supplier shall provide maintenance amp troubleshooting training to 2 two engineers of OlLcovering following topics amongst others Hydraulics schematics pumps motors valves actuators etc Crane controls Safety controls SLI motion cut etc Engine transmission and transfer case ABS as applicable Crane pneumatics Crane electrical systems RP AS oS B Operation engineer s training Supplier shall provide necessary training to 2 two engineers of OIL on following topics amongst others a Operational aspects controls fault code amp symptoms b Safety systems c Components familiarization d Working principle Modalities duration training charges if any shall clearly be indicated in the bid Expenses towards to amp fro passage accommodation etc for OIL s engineers shall be borne by OIL The training may be started maximum 3 three months prior to due date of delivery In addition to above commissioning personnel shall impart basic training on operatio
23. ders should be of reputed make like Tadano WIPRO etc Details of make model capacities of Boom Derricking should be provided in the bid 3 5 BOOM TELESCOPING 3 5 1 Crane Boom shall be of Buckling and Torsion resistant design and made with high tensile structural steel One basic boom section with suitable number of telescopic sections shall be provided for extending the boom The top boom SDG2583P14 08 Page 10 of 45 section shall be mounted with multi sheave pulley block having adequate number of sheaves for lifting maximum rated load Suitable guard shall be provided for stopping drifting of the wire rope from their sheave grooves 45 3 5 2 Telescopic boom system shall be provided with heavy duty telescopic double acting cylinders capable of lifting rated capacity of the crane to the maximum height 3 5 3 System shall be configured such that it ensures smooth and safe operation of the crane without jerks 3 5 4 Shall be provided with fail safe mechanism from collapsing the boom in case of failure rupture of hydraulic hose pipes 3 5 5 Full power telescopic boom sections for proportional extension retraction of the boom by the operator from the console Provision for safe lowering of telescopic boom shall be ensured in case of failure in hydraulic system 3 5 6 Make of the Telescopic boom and Number of telescopic sections shall be mentioned in the offer 3 5 7 The hydraulic control of telescopic boom system shall be operated by joy
24. e and be provided with fail safe mechanism to avoid failure of hydraulic jacks in case of breakage failure of hydraulic lines Rigger Feet floats shall be attached to the jacks However size of rigger feet shall be such that it does not foul create problem to traffic during travelling 4 15 Tow hooks 4 15 1 Front Tow Hook The crane shall be provided with suitable capacity tow hook at front side for towing the crane by another means in case of crane drive failure 4 15 2 Rear Tow Hook The crane shall be provided with suitable capacity tow hook at rear side for towing the crane by another means in case of crane drive failure 4 15 3 The tow hooks shall be of reputed make 4 16 Dimensions The following dimensions of the offered crane have to be indicated in the bid in a sketch Wheel base Wheel Track Over all length Over all width Over all height Tail swing radius of swing table Angle of approach Angle of departure 4 17 Colour of Crane All colour shades available shall be indicated in the bids Suitable rust preventive coatings for undercarriage should be provided SDG2583P14 08 Page 16 of 4 18 Load chart Number of different duties if applicable means of selection of different duties if applicable means of control type of actuator operating speed line pull size and length of hoist rope etc as applicable are to be clearly indicated in the bid 4 19 Right Hand Drive unit Steering on Right Hand side inside
25. e bid Adequate number suitable capacity Full flow filters with by pass protection shall be fitted at appropriate location and these filters should be easily accessible for removal and fitment The hydraulic system shall be provided with foolproof safety mechanism against hose rupture or pipe breakage to avoid sudden lowering of load or boom collapse As mentioned above the hydraulic system is to be equipped with counter balanced valves for controlled raising lowering of load or extension retraction of boom The hydraulic system components such as hydraulic pumps motor valves filters gauges etc shall be of reputed makes Pump amp Motor Denison Vickers Rexroth Sauer Denfross Dynamitic Technologies make Directional Control valve amp other valves Rexroth Denison Vickers Parker Bucher make The make model and ratings of all the important component of the hydraulic system shall be mentioned in the bid The minimum maximum system operating pressure is to be indicated in the bid with all relevant details 3 4 BOOM DERRICKING BOOM LIFTING LOWERING 3 4 1 Shall be provided with heavy duty double acting derrick cylinder s capable of lifting rated capacities of the crane at different operating radii and height 3 4 2 Shall be provided with fail safe mechanism for stopping the derrick cylinder from falling in case of failure rupture of hydraulic hose pipes 3 4 3 The maximum boom elevation shall be about 80 degree 3 4 4 Derricking cylin
26. e bid i e who is duly authorized to sign the SDG2583P14 08 Page 4 of 45 bid Any bid not accompanied by Integrity Pact Proforma duly signed digitally by the bidder shall be rejected straightway 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 OIL s Independent External Monitors at present are as under SHRI N GOPALASWAMILI A S Retd Former Chief Election Commissioner of India E mail Id gopalaswamin gmail com I SHRI RAMESH CHANDRA AGARWAL IPS Retd Former Director General of Police E mail Id rcagarwal rediffmail com SDG2583P14 08 Page 5 of 45 1 0 1 1 Annexure AA Technical Specification of Truck Mounted Diesel Hydraulic Telescopic Boom Crane Minimum 40MT lifting capacity at 3 00 mtrs operating radius SCOPE OF WORK SUPPLY amp COMMISSIONING OF 7 SEVEN NOS BRAND NEW TRUCK MOUNTED DIESEL HYDRAULIC TELESCOPIC BOOM CRANES HAVING LIFTING CAPACITY OF MINIMUM 40 MT AT 3 THREE MTRS OPERATING RADIUS ON FULLY EXTENDED OUTRIGERS AND WITH 360 DEGREE CONTINUOUS FULL CAPACITY SLEW AS PER FEATURES SPECIFICATIONS TERMS amp CONDITIONS DETAILED BELOW AND SHOULD BE CAPABLE OF WORKING IN COLD HOT amp HUMID CLIMATE SLUSHY AND UNDERFOOT CONDITION IN OILFIELD AREAS HAVING HEAVY RAINFALL IN DIBRUGARH amp TINSUKIA DISTRICTS OF ASSAM INDIA THE CRANES SHALL BE COMPLETE UN
27. e crane must be in English language only e Any item not included in the specifications but necessary for efficient amp effective operation of the crane shall be indicated in the bid f All critical components of SLI in suitable enclosures boxes to the extent possible g All electrical wiring of the SLI with suitable conduits h Colour coding number coding of electrical wirings including that of SLI system for easy identification Same has to be confirmed in the bid i Coding of hydraulic pneumatic hoses amp pipes for easy identification to the extent possible j Suitable support clamping for hydraulic amp pneumatic hoses pipes electrical wirings etc 7 0 NAMEPLATE A nameplate bearing following information engraved embossed shall be provided at a suitable place on each crane 1 Crane Serial No 2 Make Model 3 Year of manufacture 4 Maximum Lifting Capacity Safe Working Load 5 Rating in SDG2583P14 08 Page 18 of 45 8 0 SPARE PARTS A All To in To quantity as detailed in Annexure Al enclosed herewith shall be supplied along with the units Specific description Part Nos Make etc amp unit price of every spares shall clearly be indicated in the bid for bid evaluation B A list of 2 years maintenance spares with price shall also be submitted for future reference not for bid evaluation 8 1 Commitment for spares The bidder must submit a written undertaking along with the bid that they will
28. efits For Deemed Export benefits please refer Addendum to the General terms and conditions for Global tender 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 The Head Materials Materials Department Oil India Limited Duliajan 786602 Assam on or before the Bid Closing Date and Time mentioned in the Tender a Original Bid Security b Detailed Catalogue and any other document which have been specified to be submitted in original 5 0 In case of SINGLE STAGE TWO BID SYSTEM bidders shall prepare the Techno commercial Unpriced Bid and Priced Bid separately and shall upload 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 shall contain all technical and commercial details except the prices which shall be kept blank Details of prices as per Bid format Commercial bid to be uploaded as attachment in the Attachment Tab Notes and Attachments SDG2583P14 08 Page 2 of 45 A screen shot in this regard is given below Any offer not complying with above submission procedure will be rejected as per Bid Rejection Criteria mentioned in the tender Go to this Tab Technical RFx Response for Uploading
29. es The working area of the crane operator shall be comfortable and free from engine smoke The floor of the superstructure deck should be slip resistance Metal chequered plate floor is preferred A tool box of adequate size should be provided on the deck of the crane to keep tools tackles slings etc Operator s Cabin 3 2 1 3 22 3 2 3 Shall be of full vision type All weather proof operator s cabin shall be robustly built of metal Operator should have clear vision of the surrounding and the load being handled all the time during crane operation for safe operation of the crane Crane super structure controls such as boom derricking lift lower telescopic boom extension retraction hoist rope lifting lowering out riggers extension retraction etc shall be located inside the operator s cabin and in hand reach locations Shall be provided with suitable safety device LMI system clearly showing the rated capacity hook load operating radius boom angle boom length lifting SDG2583P14 08 Page 8 of 45 3 2 4 3 2 5 3 2 6 3 2 7 3 2 8 3 2 9 3 2 10 3 2 11 capacity of an appropriate radius outriggers position over load indication over hoist indication etc Shall be provided with LMI with loading condition boom angle and its boom elevation etc in the LCD display screen preferably Shall be provided with standard dash board gauges such as engine oil temperature oil pressure radiator water co
30. ess than 10 0 m Basic boom Not less than 30 0 m Full Extended boom 11 Boom type amp Telescopic Boom Operation Hydraulically operated telescopic Full Power boom Boom should be without any Fly Jib Lattice Boom crane is not acceptable 12 Slew 360 continuous full capacity slew on 5 riggers jacks including the front jack 13 SLI System Electronic type 14 Right Hand Drive unit Steering on Right Hand side inside the carrier driver s cabin Left Hand Drive unit is not acceptable Road driving through carrier cab not through super cab Full width carrier cabin 15 Offer should be complete with supply commissioning and training 16 Onsite warranty guarantee by the bidder for complete 7 seven units for a minimum period of l one year from the date of successful commissioning of each unit at site at Duliajan shall be provided B COMMERCIAL 1 0 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 Priced Bid must contain the price schedule and the bidder s commercial terms SDG2583P14 08 Page 36 of 45 2 0 3 0 4 0 5 0 6 0 7 0 and conditions Bidder not complying with above submission procedure will be rejected
31. esser validity will be rejected Bids received after the bid closing date and time will be rejected Similarly modifications to bids received after the bid closing date amp time will not be considered SDG2583P14 08 Page 37 of 45 8 0 Bidders shall quote directly and not through Agents in India Offers made by Indian Agents on behalf of their foreign principals will be rejected Similarly offers from unsolicited bidders will be rejected 9 0 Bids containing incorrect statement will be rejected 10 0 Offers received without Integrity Pact duly signed by the authorised signatory of the bidder will be rejected 11 0 No offers should be sent by Telex Cable E mail or Fax Such offers will not be accepted 12 0 Bidders are required to submit the summary of the prices in their commercial bids as per bid format Summary given below i Commercial Bid Format Summary for Foreign Bidders A Total material cost of Cranes other than SI No B below B Costof Spares refer Annexure A1 of Specification C Grand Total Material Cost A B D Packing amp FOB Charges E Total FOB Port of Shipment value C D above F Ocean Freight Charges upto Kolkata India G Insurance Charges H Total CIF Kolkata value E F G I Pre shipment Inspection charges if any J Training charges if any K Installation amp Commissioning charges L Total Value H 1 J K above M Total value in words N Gr
32. f adequate capacity with heavy duty robust suspension for working transporting the crane in difficult drilling well sites and road conditions of Assam India e Drive Preferably 8x4 f Total Weight of the crane 40 00 MT Approx g Overall length 13 00 mtrs approx h Overall Width 2 60 mtrs approx i Overall Height Not more than 3 80 mtrs J Ground clearance 25 cm approx k Wheels amp Tyres Preferably 11 00 x 20 or 12 00 x20 tubed tyres Tyres shall be available in India l Minimum Turning Circle As minimum as possible 15 mtrs preferably Radius 19 mm non spinning type n No of hydraulic rigger Jacks__ 5 nos 4 1 Front o Engine The crane shall be provided with either 1 one engine of adequate capacity or 2 two separate engines i e one for carrier and another for the crane operation Engines shall be Water cooled Diesel Engine having adequate horse power for carrier movement and crane application and shall meet the latest emission norms as applicable in the state of Assam in India at the time of supply of cranes 2 0 CODES AND STANDARDS The design materials construction manufacture inspection testing and performance of the Truck mounted diesel hydraulic telescopic crane shall comply with all currently applicable regulations and safety codes The equipment shall also conform to the latest applicable Indian or ISO standards or other international standards as given below Indian Standard IS 4
33. ial tools required for maintenance amp trouble shooting of hydraulics amp its control system 11 0 INSPECTION TESTING AND ACCEPTANCE 45 Notwithstanding any clause s mentioned elsewhere in this tender document supplier shall facilitate pre despatch inspection testing of the cranes in one lot for 2 two OIL s engineers at their works in a period of about 10 ten working days However to amp fro passage amp living expenses of the engineers will be born by OIL The supplier shall provide testing facility with actual loads Demonstration of tests shall be the responsibility of the supplier at their cost Driver crane operator required during inspection is to be arranged by the supplier Pre despatch inspection charges if any to be quoted separately Supplier shall communicate the proposed inspection schedule to OIL with confirmed date of inspection at least 8 eight weeks in advance The inspection testing amp acceptance process of each individual crane shall include the following minimum steps tasks a Physical verification of all the items components specifications etc as b per the purchase order b Identification of hydraulic layout as per hydraulic schematics c Operational amp functional testing of different facilities provisions d Load testing with different configurations w r t various duties load charts e Testing of effectiveness of LMI to work within SWL limits f Physical weighing for axle l
34. l preferably work on individual circuits Hydraulic system shall be configured such that it ensures smooth and safe operation of all crane functions All hydraulic circuits of hoist motor operations boom extension retraction cylinder s and boom derricking cylinder s should be equipped with counterbalance valves for controlled raising lowering or extension retraction and to prevent accidental load drop The details are to be indicated in the bid by the bidder The crane hydraulic controls shall be operated by Joy stick or individual control lever for all functions of crane operation and should be located inside the SDG2583P14 08 Page 9 of 45 3 3 11 3 3 12 operator s cabin The details of Joy stick control Independent control levers should be provided The hydraulic system shall be provided with suitable hydraulic pump of adequate capacity with sufficient quantity of hydraulic oil to operate hoisting derricking and telescoping independently and simultaneously Suitable hydraulic pump shall be provided for slew system The hydraulic drive system shall be provided with safety relief valves to protect the system Sufficient capacity hydraulic oil reservoir with level indicator shall be provided The capacity of the reservoir should be indicated in the offer Sufficient quantity and suitable capacity oil coolers shall be provided to keep the hydraulic oil in appropriate temperature The details are to be indicated in th
35. leased as follows i 80 value shall be released on supply against proof of despatch shipment of the cranes ii Remaining 20 along with installation amp commissioning charges shall be paid after successful commissioning and acceptance by OIL at site OIL may consider making 100 payment of the cranes towards supply against proof of dispatch shipment provided bidders agree to pay interest 1 above prevailing Bank Rate CC rate of State Bank of India for 20 of the value of cranes and also submit Bank Guarantee for the equivalent amount plus interest valid till successful commissioning of rig package at site This is in addition to the 10 of the order value towards Performance Security as per the tender requirement SDG2583P14 08 Page 24 of 45 18 0 SAMPLE COPY OF FORM 21 amp 22A Reference para 15 0 G f above A Following is a sample copy similar to FORM 21 of Indian Motor Vehicle Act only The certificate to be issued by supplier shall contain following minimum information SALE CERTIFICATE Certified that cccigccessesavdsvdscederieeisvenverssceves cence brand name of the vehicle has been delivered Dy US to v ccsiecsssscsscaseissecessssess OM EEEE EIA TA date Name f th UG core xin ora seare naan iasa ein ERE Addie sirasiiiastestecidacns tastes ea sansaines EEA EEE seas edn aaeet The details of the vehicles are as under 1 Class of vehicle hh eeeeec ccc eeceeccceeeeseeeeeeeees 2 Maker s name amp
36. led information of Load Charts number of parts falls means of control type of actuator operating speed line pull size and length of hoist rope dimensions etc amongst other details b Technical leaflets brochures on i Engine s Transmission Gearbox Suspensions Axles Steering Brake wheels etc ii Hydraulic system includin pump motor control and other valves etc iii Derricking system Gn Telescopic system v Hoisting system vi Out rigger system vii Safety system and viii other technical details Technical information leaflet brochure on the Safe Load Indicator system List of tools to be supplied under Standard Tool Kit List of items that akal be supplied under engine fault diagnostic tool 2 two separate list of tools to be Sappl ei for reference only not for bid evaluation moan under Special Tool Kit with price 2 years maintenance spares list with unit price for reference only not for bid evaluation aoe h Any other documents literatures drawings mentioned elsewhere in this tender ga G Following shall be submitted along with each crane Certificate of origin Warranty guarantee certificate Maximum Safe Working Load certificate Test certificates for Hoist rope Hook amp Pulleys etc as applicable Emission norms compliant certificate of engine s Sale Letters in Form 21 amp 22 A sample copy provided at para 18 0 etc as mpap S SDG2583P14 08 Page 22 of 45 require
37. local transport at Duliajan and other expenses of suppliers commissioning personnel during their stay at Duliajan Assam India All Income Service Corporate Taxes etc towards the services provided under installation commissioning shall be borne by the supplier and will be deducted at source at the time of releasing the payment Bidder should also confirm about providing all these services in the Technical Bid 3 Successful bidder shall offer the cranes for Pre despatch shipment Inspection by OIL s executives Pre despatch Shipment Inspection charges if any must be quoted separately on lumpsum basis which shall be considered for evaluation of the offers The to and fro fares boarding lodging and other enroute expenses of OIL s personnel shall be borne by OIL SDG2583P14 08 Page 13 0 Il 1 0 2 0 3 0 4 0 Bidders must categorically indicate the Installation Commissioning and Pre despatch Shipment Inspection charges in their offers and must confirm about providing the same in their Technical bids Liquidated damage Supplier s competent personnel must arrive at Duliajan within 15 days from the date of intimation by OIL and complete the installation and commissioning job thereafter within the time frame mentioned in the tender OIL on the other hand shall inform the party immediately on receipt of the goods at Duliajan Liquidated damage will be levied for any failure on the part of the supplier in completing the in
38. n amp maintenance of the cranes to OIL s personnel during commissioning free of charge 17 0 IMPORTANT POINTS TO NOTE 17 1 a It shall be bidder s endeavour to offer the following items as per makes indicated against each item other reputed makes are also however acceptable in case of operational or design requirements justify so Engine Caterpillar Cummins Ashok Leyland Mercedes Benz Hydraulic Pump Motor Rexroth Denison Vickers Sauer Denfross Dynamatic SDG2583P14 08 Page 23 of 45 17 2 Technologies Directional amp other valves Rexroth Denison Vickers Parker Bucher Transmission ZF Tadano Transfer Case if any Fabco Dana Spicer Tadano Brake System Wabco Bendix b All offered specifications features etc must clearly be indicated in the bid in addition to the Checklist maintaining the same sequence as in this NIT submission of Technical Leaflet alone is not sufficient Similarly bidder s response to technical details documents etc as stipulated should clearly be defined Response like As per NIT Specifications Technical Leaflet Noted Accepted or in any similar fashion will not be accepted c The cranes will be used in the state of Assam in India and will follow Indian Motor Vehicle Rules as applicable in the state of Assam in India d Deviation s from NIT requirements should be clearly indicated in the bid under separate heading Payment Term Payment shall be re
39. ng time indicated in the tender plus transit time 8 months for evaluation purpose SDG2583P14 08 Page 40 of 45 5 0 To ascertain the inter se ranking the comparison of the responsive bids will be made as under subject to corrections adjustments given herein 6 1 When only foreign bidders are involved Comparison of bids will be done on the basis of TOTAL VALUE which is estimated as under A Total material cost of Cranes other than SI No B below B Costof Spares refer Annexure A1 of Specification C Grand Total Material Cost A B D Packing amp FOB Charges E Total FOB Port of Shipment value C D above F Ocean Freight Charges upto Kolkata India G Insurance Charges 1 of Total FOB Value vide E above H Banking Charges 0 5 of Total FOB Value vide E above in case of payment through Letter of Credit If confirmed L C at buyer s account is required 1 5 of Total FOB Value will be loaded I Total CIF Kolkata Value E F G H above J Pre shipment Inspection charges if any K Training charges if any L Installation amp Commissioning charges M Total Value I J K L above N Total value in words NOTE Banking charge in the country of the foreign bidder shall be borne by the bidder 6 2 When only domestic bidders are involved or when more than one domestic bidders are in contention in case of mixed response Comparison of bids will be d
40. oading verification as necessary g Inspection of the Parts Catalogue Maintenance amp Service Manuals Schematics etc and other documents for their compliance to NIT requirements as applicable h Verification of all test certificates for crane unit and other assemblies amp sub assemblies i Any other points as felt necessary comes up during inspection j o shall take note of any minor modification s for operational requirement as well as in hose layout suggested by the inspection team amp comply with the same with no extra cost k The minutes of the inspection process would be prepared at the end of the inspection amp jointly signed by both the parties at site l Supplier shall confirm in writing compliance of all the points raised in the minutes of inspection as well as any other subsequent addition deletion following SDG2583P14 08 Page 20 of 12 0 13 0 14 0 15 0 deliberation with the inspection team after arrival at Duliajan m Supplier shall effect despatch of the units to OIL Duliajan INDIA only on receipt of OIL s acceptance despatch advice after completion Pre despatch inspection and successful completion of all additional jobs modification or such other jobs as pointed out during Pre despatch inspection DELIVERY Notwithstanding any clause s on delivery mentioned elsewhere in this tender document bidders are required to quote their best delivery for OIL s acceptance COMMISSION
41. olant temperature etc with necessary instruments for crane operating controls Inclination indictor shall be provided to show the inclination of the crane with respect to ground surface level Shall be provided with wiper motor and wiper arms adjustable type wide angle rear view mirrors sun visors Horn for alerting co workers etc Shall be provided with a suitable medium size fan with protection cage in the operator cabin Shall be provided with wind shield glass clear lighting provision and adjustable type wide angle rear view mirrors wiper motor Horn Sunvisor etc Shall be provided with heat resistant ceiling roof and noise resistant insulation material Shall be provided with a suitable approach ladder steps for climbing up the operator s cabin 3 2 12 Shall be provided with an adjustable comfortable seat with belt as per modern 3 2 13 3 2 14 3 2 15 design for enabling the operator to work for long hours comfortably Load charts and hand signal charts should be provided inside the operator s cabin which can be easily visible for the operator All controls for crane operation viz Joysticks Control levers foot controls for engine throttle swing brake etc shall be provided in the operator s cabin The floor of the cabin shall be slip resistance 3 3 HYDRAULIC SYSTEM 3 3 1 3 3 2 All the crane operation like hoisting boom derricking boom extension slewing outriggers extension retraction shal
42. on preferably single plate dry type clutch should be provided The bidder has to provide the details in their offer 4 3 Transmission Gear box shall have adequate number of forward speed and 1 one reverse speed for working in bad drilling location and long distance movement The bidder shall have to provide the details of make model etc of the gear box in their offer with technical brochure Transmission shall preferably be of either ZF Tadano or other such reputed make SDG2583P14 08 Page 12 of 4 4 Axles 4 4 1 Adequate number of heavy duty axles suitable for crane application shall be provided in the front and rear The total numbers of axles number of drive axles number of steer axles shall be furnished by the bidder 4 4 2 The bidder shall clearly mention in their bid the details of Axles offered i e Single Axles Tandem Axles etc indicating their make model and load carrying capacities 4 4 3 The actual load per Axle line shall be clearly indicated in the offer The axle load distribution diagram for the offered Crane shall be provided by the bidder We prefer to have 8 x 4 drive lines 4 4 4 The Axles shall be of reputed make like DANA MERITOR SISU ZF Ashok Leyland YORK BPW FUWA or equivalent The technical brochures of the axles fitted in the crane may be provided 4 4 5 Also the details of propeller shaft and differential are to be indicated in the bid The Technical Brochures for the same may be provided 4 5 S
43. one on the basis of TOTAL VALUE which is estimated as under A Total material cost of Cranes other than SI No B below B Costof Spares refer Annexure A1 of Specification C Grand Total Material Cost A B D Packing and Forwarding Charges SDG2583P14 08 Page 41 of 45 6 3 7 0 E Total Ex works value C D above F Excise Duty including Cess Please indicate applicable rate of Duty amp Cess G Sales Tax Please indicate applicable rate of Tax H Total FOR Despatching station price E F G above I Road Transportation charges to Duliajan J Insurance Charges 0 5 of Total FOR Despatching Station Value H above K Total FOR Duliajan value H I J above L Pre shipment Inspection charges if any M Training Charges if any N Installation amp Commissioning charges O Total Value K L M N above P Total value in words NOTE Excise Duty in case of the indigenous bidder is EXEMPTED When both foreign and domestic bidders are involved The Total Value of domestic bidder inclusive of customs duty on imported raw material and components etc and applicable terminal excise duty on the finished products and Sales Tax excluding inland transportation to destination and Insurance charges worked out as per Para 6 2 above and Total Value of the foreign bidder worked out as per Para 6 1 above excluding inland transportation to destination will be compared No
44. or hoist and cable follower SDG2583P14 08 Page 11 of 45 3 7 Slewing system 3 7 1 The Slew System provided shall have smooth controlled drive with locking system 3 7 2 Slew system shall be provided with Bi directional hydraulic slew motor mounted to a planetary reducer for 360 degree continuous smooth swing in either direction 3 7 3 Hydraulic 360 degree slew system in either direction shall be provided with foot operated brake from operator s cabin 3 7 4 Shall be provided with suitable positive locking arrangement for locking the superstructure in suitable position for movement of the crane 3 8 Hook amp Hook Block Assembly 3 8 1 Multi sheave Hook Block with rope guard and rotating hook with sling catcher Necessary means shall be provided to secure the Hook with chassis to prevent swinging while travelling 3 8 2 Adequate capacity standard hook and hook block shall be provided with safety latch and compatible with the wire rope 3 8 3 Standard accessories and Optional accessories shall be mentioned clearly in the offer with price 3 9 Counter Weight 3 9 1 Removable type beautifully designed matching counter weight shall be provided for maximum ratings of the crane 3 9 2 Weight of the counter weight shall be indicated in the bid 4 0 CARRIER TRAVELLING SPCIFICATIONS 4 1 Engine for Carrier Please refer Engine specification of SUPER STRUCTURE as per Para 3 0 4 2 Clutch It should be compatible for the indented applicati
45. oss Weight O Gross Volume iii Commercial Bid Format SUMMARY for Indigenous Bidders A Total material cost of Cranes other than SI No B below B Costof Spares refer Annexure A1 of Specification C Grand Total Material Cost A B D Packing and Forwarding Charges E Total Ex works value C D above F Excise Duty including Cess Please indicate applicable rate of Duty amp Cess G Sales Tax Please indicate applicable rate of Tax H Total FOR Despatching station price E F G above SDG2583P14 08 Page 38 of 45 1 Road Transportation charges to Duliajan 39 of 45 J Insurance Charges K Total FOR Duliajan value H 1 J above L Pre shipment Inspection charges if any M Training Charges if any N Installation amp Commissioning charges O Total Value K L M N above P Total value in words Q Gross Weight R Gross Volume NOTES 1 The pump covered under this tender will be used by OIL in the PEL ML areas issued renewed after 01 04 99 applicable Customs Duty for import of goods shall be ZERO Indigenous bidders shall be eligible for Deemed Export and should quote Deemed Export prices Excise Duty under Deemed Export exempted 2 Installation Commissioning charges must be quoted separately on lumpsum basis which shall be considered for evaluation of the offers These charges should include amongst others to and fro fares boarding lodging
46. price preference will be allowed to indigenous bidders except that for capital goods the domestic manufacturers would be accorded a price preference to offset CST to the extent of 4 or actuals whichever is less subject to 30 local content norms as stipulated for World Bank Funded project to the satisfaction of OIL When more than one domestic bidders fall within price preference range inter se ranking will be done on Total Value basis Note If the Government of India revises these evaluation criteria the same as applicable on the bid closing date will be adopted for evaluation of the offers Other terms and conditions of the enquiry shall be as per General Terms and Conditions for Global Tender However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria BEC BRC mentioned here contradict the Clauses SDG2583P14 08 Page 42 of 45 in the General Terms amp Conditions of Global Tender of the tender and or elsewhere those mentioned in this BEC BRC shall prevail COMMERCIAL CHECK LIST 1 Whether bid submitted under Two Bid System Whether ORIGINAL Bid Bond not copy of Bid Bond submitted as per Revised format attached If YES provide details a Amount b Name of issuing Bank c Validity of Bid Bond d Whether Bid Bond is valid till 3 Whether offered firm prices 4 Whether quoted offer validity of 180days from the date of closing of tenders
47. r Bid directly from agent other than dealer or distributor is not acceptable OEM i e crane manufacturer as above must be continuously in crane manufacturing business for last 10 ten years preceding Bid Closing Date Documentary evidence copies of order executed to be enclosed The model of crane offered must be under production available in the market for minimum last I one year as on Bid Closing Date In support bidder must submit copies of executed orders as well as a list of parties with detail addresses to whom of particular model of cranes were supplied during last 5 five years as on Bid Closing Date Bids with qualifying conditions like the product is under development and would be supplied at the time of etc will be summarily rejected Bids must confirm supply of workshop manual parts catalogue and all software in English language only Offer must be for full quantity of cranes i e 7 seven Nos minimum 40 MT capacity Brand New Truck mounted diesel hydraulic telescopic boom cranes Capacities of the crane at different outreach on fully extended outriggers and front jacks amp 360 slew SDG2583P14 08 Page 35 of 45 Outreach Capacity of the crane At 3 0 mtrs operating radius with minimum10 0 mtrs Minimum 40 0MT basic boom length At 5 0 mtrs operating radius with minimum 15 0 Minimum 20 0MT mtrs boom length 9 Rating Not above 85 10 Boom length Not l
48. side inside cabin ee O O O O BETRE 1 a E EE 12 Overall Length CO o 13 Overall Width o o y 14 Overall Height ooo G o O 15 Ground Clearance o o o ooo G o O 16 Minimum Turning Circle Radius o e Enginel es ueniar F Carrier c Max Output Power ee ee d_Max Output Torque Naturally Aspirated Turbo e Charged es Engine 2 a Make as ea SDG2583P14 08 Page 30 of 45 if any b Model c_Max Output Power a d_ Max Output Torque ee es Naturally Aspirated Turbo Charged 18 Oumiggers Ta Make ee b Model a en Number of extension positions 8 Full intermediate etc Independent as well as simultaneous operation i j Fail safe locking arrangement o 0 f Boom a Make E b Model a ee c Full Power or not a d Full hydraulic actuator or with a ae rope chain mechanism e Basic Length D ed f Maximum Length Oooo g No of sections ee o O h Boom section type es O i Boom extension time o o O j Boom retraction time o o O 1 Maximum Boom Tip Height ee Make of Hoist Motor Model of Hoist Motor Single hoist Power lowering amp hoisting SDG2583P14 08 Page 31 of 45 Automatically applied failsafe brake f Standard number of Falls for maximum load lifting arrangement g Hoist cable diameter h Hoist cable length Hoist Speed 21 Slew a 360 degree continuous full capacity slew in either direction b_ Free Slew arrangement ee ee c__Pin type slew lock cab lock
49. stallation and commissioning of the units 0 5 per full week or part thereof to a maximum of 10 of the total installation commissioning charges BID EVALUATION CRITERIA The bids conforming to the specifications terms and conditions stipulated in the enquiry and considered to be responsive after subjecting to the Bid Rejection Criteria will be considered for further evaluation as per the Bid Evaluation Criteria given below COMMERCIAL The evaluation of bids will be done as per the Commercial Bid Format SUMMARY detailed vide Para 12 0 of BRC If there is any discrepancy between the unit price and the total price the unit price will prevail and the total price shall be corrected Similarly if there is any discrepancy between words and figure the amounts in words shall prevail and will be adopted for evaluation For conversion of foreign currency into Indian currency B C selling Market rate declared by State Bank of India one day prior to the date of price bid opening shall be considered However if the time lag between the opening of the bids and final decision exceed 3 three months then B C Selling Market rate of exchange declared by SBI on the date prior to the date of final decision shall be adopted for conversion and evaluation Offers not complying with the payment terms indicated in the tender shall be loaded with one percent above the prevailing Bank rate CC rate of State Bank of India for duration of commissioni
50. such as front head light assembly tail light assembly parking light assembly side indicators hazard warning light assembly wiper motor wind shield washer etc 4 13 2 Test lamps shall be provided near the engine operated by one switch at the driver s cabin and another switch at the side of the test lamps at appropriate locations 4 13 3 Rotating type emergency beacon light shall be provided outside the cabin at appropriate location 4 13 4 Necessary and adequate lights search lights in sufficient quantity should be provided in the super structure Operator cabin to enable the crew to work in the night in case of emergency 4 13 5 The crane shall be provided with necessary marker lights at appropriate places including boom to indicate its presence while travelling in the night 45 SDG2583P14 08 Page 15 of 4 13 6 Batteries shall be kept in a separate box and a have a cover on the terminals that is not connected to ground b be protected against inadvertent movements 4 13 7 A Heavy duty battery isolation switch shall be provided to the crane to shut off the system 45 4 14 Outriggers amp Jack 4 four Nos hydraulically operated outriggers with horizontal riggers jacks and one additional hydraulically operated front rigger jack for full capacity load lifting through 360 degree slew Independent as well as simultaneous control for outrigger adjustments shall be provided Outriggers shall be of reputed mak
51. tor O1 No 3 Headlamp Assembly 04 Nos i HYDRAULICS 1 Hydraulic Pump 01 Set 2 Hydraulic Filters 05 Sets 3 Strainer if any 02 Nos 1 No each of all types of pumps fitted in a crane SDG2583P14 08 Page 28 of 45 45 j MISCELLANEOUS l Qperator s Cabin Mounting 02 Sets 2 Boom Length Cable of SLI 03 Nos system NOTE i In case of any difference in spares for left amp right side components viz left amp right wheel studs tie rod ends head lamps etc the specified quantities will be divided into 2 two equal parts ii Bidder shall also quote separately for any additional spares with similar details as felt necessary but not covered in this list for future reference procurement not for bid evaluation SDG2583P14 08 o Page29of ANNEXURE A2 CHECKLIST Reference Clause No 15 0 D of Technical Specification TO BE SUBMITTED ALONGHWITH THE BID Part A TECHNICAL SI BIDDER S OFFER No PARAMETERS REQUIREMENTS To give details orYes na No as applicable 1 Make amp Model of crane Maximum Capacity at 3 0 mtr radius with basic boom e fully extended outriggers and 360 slew Capacity at 5 0 m radius with 15 0 m boom amp fully extended outriggers and 360 slew Minima Base oom Tengt A Maximum boom length Maximum height of reach without fly jib a Maximum operating radius Rating not above 85 2 Drive Preferably x Drive e Right hand drive steering on right
52. ty of Air reservoirs shall be provided to give a minimum of four brake applications with pressure drop from cut out to cut in pressure Brake system accessories shall be of reputed makes like WABCO or BENDIX or equivalent The details are to be indicated in the bid preferably with diagram _ N U Maximum Travel Speed Not less than 50 kmph Gradeability Should be minimum 25 The bidder should provide the details of the gradeability of their offered crane Ground Clearance Approximately 25 00 cm Steering 4 11 1 The crane shall be provided with hydraulically assisted power steering system The steering system shall be of reputed make and major components like steering box power cylinders hydraulic pump valve etc should preferably be available in India The details of the steering system offered in the crane shall be clearly indicated in the offer 4 11 2 The hydraulic system shall be provided with safety relief valves to protect the system 4 11 3 Steering system and its accessories shall be of reputed make like ZF or RANE or equivalent reputed make Driver s Cabin in the carrier 4 12 1 Shall be full width cab of steel structure with laminated windscreen glass 4 12 2 It should have adequate seating capacity for co workers 4 12 3 The driver s seat shall be of adjustable type The driver co workers seat shall be comfortable and should have cushioned head rest Driver seat belt is to be provided 4 12 4 Only right
53. uspension system The crane shall be provided with heavy duty suspension system both in the front and rear for enabling the crane to work in underfoot drilling locations where dragging of the crane by heavy duty oilfield vehicles is quite common The suspension provided both in the front and rear shall be of reputed make It should be capable of withstanding Jerk loads during long distance movement in the ardours oilfield roads The details of make models capacities of suspension offered both in the front and rear shall be indicated in the bid along with drawing brochure etc 4 6 Wheels and Tyres _ 6 1 Suitable size pneumatic tyres which are available readily in the INDIAN market shall be provided 4 6 2 We prefer to have 11 00 x 20 or 12 00 x20 tubed tyres Single giant tyre s will not be accepted The technical details of rim make model etc may be provided with supporting Documents Drawings 4 6 3 Also Spare wheel tyre tube flap amp rim assembly assembly should be mounted at appropriate location on the crane which shall not interfere while handling objects 4 7 Brake System 4 7 1 Pneumatic brake system shall be provided with Dual circuit compressed air system 7 2 Service brake should preferably be failsafe type on all wheels 7 3 Pneumatic system should preferably be provided with air dryer system A A SDG2583P14 08 Page 13 of 45 4 8 4 9 4 10 4 11 4 12 A N _ Sufficient quanti
Download Pdf Manuals
Related Search
Related Contents
MANUEL D`INSTALLATION, D`OPÉRATION ET D NI-488.2M User Manual for Windows 95 Lenovo ThinkPad W500 ILI型ECO蛍光ランプ取扱説明書 (pdf:1MB) AOC 2236VW Sunrise Medical J2 User's Manual Guida dell`utente Suunto Vyper2 VF160 (dt.) - Mega Audio FWH14DSL Copyright © All rights reserved.
Failed to retrieve file