Home
Tender Document - Oil India Limited
Contents
1. 9 ECM of the offered engine 10 Fuel lift pump 11 Sensor related to gear shifting Transmission 12 Wheel drum 13 Centre bearing Drive line 14 Ball ends for drag links 15 Instruments all gauges 16 Repair kit for winch operating spool 17 Tyre 18 Rim 19 Repairing kit for BOP 20 Rams and Inserts for BOP 21 Repairing kit for Oil Saver 14 4 RECOMMENDED SPARES i The bidder is to furnish a list of spares amp components that will be required for regular operation and maintenance overhauling etc throughout the life of the equipment complete with price of each item Annual consumption of each spare should be furnished The bidder should also provide detailed spare list of all the items including bought out items in the operation and maintenance manuals The list should include a spare parts list along with OEM part numbers make amp model of the equipment and contact postal address of OEM for all items of the whole unit The price quoted for recommended spares will not be taken in to account for bid evaluation The bidder has to submit a complete spare parts list for the whole unit sub grouping major component in the following format as shown with example DG5711P15 08 Page 17 of 41 Name of the Description Part No ID Frequency Remark component sub of the item No of com Of the replacement item in day Hrs Draw works Bearings XX Donaldson YY Timken SKF Hydraulic System
2. small roof mounted fan inside the cabin h Suitably positioned ergonomically designed swivel type operator s seat finished with leather or vinyl and fixed to the floor of the cabin i One 01 bench type cushioned seating arrangement with back rest finished with leather or vinyl behind the operator s seat j Suitable wiper system with fluid spray arrangement for cabin s windshield k Suitable stairs ladders for easy access to the cabin 4 0 BOP Manual as well as hydraulically operated TWIN RAM BOP 3 inch bore 5000 psig working pressure having connection Top BOX API 3 5 inches 88 9 mm OD Line Pipe Thread 8 TPI Bottom BOX API 3 5 inches 88 9 mm OD Line Pipe Thread 8 TPI a Pipe ram with rubber seal for 1 3 4 inchO D sinker bar b Ram with rubber seal for 5 8 inch sand line c Provision shall be made to operate the BOP through the unit hydraulics controlled from the Operator s cabin d Additional One 01 no of Suitable Hydraulic Hand pumps hoses and quick connections with BOP Hydraulic BOP shall be provided e The supplier has to provide necessary connection attachment for mounting the BOP directly to the Christmas Tree of following specification i Christmas tree Assembly 5000 psi W P 2 9 16 inch x 2 9 16 inch double arm single string conforming to API specification 6A latest edition PSL 1 PR 1 and U AA ii Christmas tree Assembly 10000 psi W P 2 9 16 inch x 2 9 16 inch double ar
3. Fire Extinguisher amp First Aid Box inside the drivers cabin as well as operator s cabin N Suitable spark arrestor for engine exhaust for operation in oilfield area O Safe Operating Procedure for rigging up hydraulic mast shall be displayed in written English Language at accessible notice to the operators P Procedure for guying the mast should be displayed in written English Language at accessible notice to the operators Q Controls for mast hoist outrigger and auxiliary winch shall be outside operator s cabin at suitable place in the rear portion of the platform The control unit shall be enclosed in a suitable lockable box The operator and operation of the control panel shall be free from obstruction of any moving object 13 0 UNITIZATION AND COMPLETION The above unit shall be fully assembled unitized and completed with best industrial practice This shall include the following items Installation of all electrical systems Installation of all pneumatic systems Installation of all hydraulic systems iv All operating oils coolants and other operating fluids will be drained prior to shipment v All fixtures to ship complete with the unit vi Steel toolbox DG5711P15 08 Page 13 of 41 vii All tanks Fuel Hydraulic oil etc shall be fitted with suitable filter and locking arrangement viii All labor to complete unit ix Workmanship should be of good quality and appearance Following is a partial l
4. transmission power take off transfer case if any axle suspension steering brake etc b Detail dimensional layout drawing s illustrating Drivers Cabin amp position of all major components amp their mounting on the vehicle c Details on mast raise amp lowering mechanism mast raised position locking devices load bearing details in mast raised and operating conditions etc for OIL s acceptance d List of tools that shall be supplied under Standard Tool Kit for general maintenance of the unit e Specific description Part Nos Make etc amp Unit Price of each and every spares for bid evaluation as detailed in the Operational critical Spares List provided in Para 14 2 above f List of Recommended Spares in Para 14 3 and 14 4 above g Checklist as per enclosed format shall be furnished along with the bid h Detail instrument layout drawing and control panel drawing i List of instruments with technical literature part catalogue C Following documents are to be submitted along with supply unit a Sale Letter Pollution amp Roadworthy Certificate in similar format of Form 21 amp 22A of Indian Motor Vehicle Act sample copies enclosed Engine Emission Norms Certificate etc as required under Indian Motor Vehicle Act for registration of the unit in the name of Oil India Limited b Final Chassis Built Up Vehicle Content Record documents from chassis manufacturer c Specification Sheet of unit indic
5. Filter Element 10 Nos 2 Water Separator Filter Element 10 Nos 3 Engine Oil Filter Element 10 Nos 4 Air Filter Element 10 Nos 5 Water Corrosion Filter Element 05 Nos 6 Fan Belt 02 Nos 7 Alternator Belt 02 Nos 8 Compressor Belt 02 Nos 9 Incase of single Serpent Belt belt covering water pump compressor amp alternator 02 Nos 10 Water Pump Repair Kit 02 Sets 11 Water Hose 02 Nos 12 Engine Mounting 01 Set B TRANSMISSION 1 Transmission Filter Element 04 Nos 2 Transmission Mounting 02 Sets 3 Gear Selector one inside driver s Cabin 01 No 4 Harness from cabin shifter to actuator at gear box 01 Set 5 Gear Shifter unit one at gear box 01 No C TRANSFER CASE if any amp POWER TAKE OFF PTO 1 Oil Filter Element if any 04 Nos 2 Mounting 01 Sets 3 Oi Seal 02 Nos 4 PTO actuator Seal Kit 02 Sets D FRONT AXLE 1 Wheel Stud with Nuts 30 Nos 15 nos for each front axle 2 Axle Stud with Nuts 10 Nos for powered axle 3 Wheel Hub Oil Seal 02 Sets 4 Wheel Hub Bearing 01 Set set comprising of items for one wheel E REAR AXLE 1 Wheel Stud with Nuts 30 Nos 2 Axle Stud with Nuts 20 Nos 3 Wheel Hub Oil Seal i 02 Sets 4 Wheel Hub Bearing 02 Sets 5 Differential Oil Seal 02 Sets 6 Differential Filter Element if any 02 Nos set comprising of items for one wheel different
6. Mechanical Electrical Pneumatic and Hydraulic systems including relevant instrumentation details should be provided The bids and the accompanied technical documentation must be in English language only The bids with other than English language must have an English version Bidder must undertake that the provision for supplying spares including bought out items of the equipment will be continued for next ten 10 years from the certified date of completion successful field commissioning of the unit The bidders are to confirm categorically the commissioning clause as mentioned in 17 0 of Technical Specification BID SUBMISSION amp DOCUMENTATIONS A Bidders response to all NIT stipulations should clearly be defined maintaining the same sequence as in the NIT Bidder shall furnish specific details specifications of all major components systems with Make amp Model etc Submission of technical leaflet catalogue alone is not sufficient General Response like As per NIT Specifications Technical Leaflet Noted Accepted or in any similar fashion is not encouraged Quoting only the NIT stipulation without any confirmation of acceptance of the same and or without any confirmation of offering the same is also not acceptable DG5711P15 08 Page 21 of 41 B Following documents shall be submitted along with bid for evaluation a Technical leaflets with detailed specifications Make amp Model of chassis engine
7. Total FOB Port of Shipment value A B C above Ocean Freight Charges up to Kolkata India Insurance Charges Total CIF Kolkata value D E F Pre dispatch shipment Inspection charges if any Installation Commissioning charges Training Charges Total Value G H I J above Total value in words Gross Weight Gross Volume Commercial Bid Format SUMMARY for Indigenous Bidders Cost of Swabbing Rig Unit Third Party inspection charges if any Packing and Forwarding Charges Total Ex works value A B C above Excise Duty with Cess Please indicate applicable rate of Duty Sales Tax Please indicate applicable rate of Tax Total FOR Despatching station price D E F above Road Transportation charges to Duliajan Insurance Charges Total FOR Duliajan value G H above Pre dispatch shipment Inspection charges if any Installation Commissioning charges Training Charges Total Value J K L M above Total value in words Gross Weight Gross Volume DG5711P15 08 Page 35 of 41 1 0 The item covered under this tender shall be used by OIL in the PEL ML areas 2 0 3 0 I 1 0 1 0 2 0 3 0 issued renewed after 01 04 99 and hence applicable Customs Duty for import of goods shall be ZERO Indigenous bidders should quote Deemed Export prices Excise Duty under Deemed Export exempted Installation Commissioning charges must be quoted separately on lumpsum basis which shall be considered for eval
8. felt necessary for two 02 years maintenance for future reference procurement only not for bid evaluation B1 3 OILSAVER amp BOP SI DESCRIPTIONS DOCUMENT ENCLOSED REMARKS No Yes or No IF ANY 1 Technical literature with detailed specifications of Oil saver and BOP 2 Technical literature with detailed specifications BOP 3 List of tools that shall be supplied under Standard Tool Kit for general maintenance BOP amp Oil saver 4 Specific description Part Nos Make etc and Unit Price of each and every spares for Oil saver and BOP 5 List of additional spares as felt necessary for two 02 years maintenance for future reference procurement only not for bid DG5711P15 08 Page 29 of 41 evaluation Signature Name Designation DG5711P15 08 Page 30 of 41 This 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 siisciccisnciitiviciciiciieanncnieeainerdianieaiieds brand name of the vehicle has been delivered by us tO cccceseceeecseseneeeees ON oriana date Name of the buyer deussnesncseatepeccamenycaneeseoepunesaeumnnneeeseeaecbeaammmiaebecenoanace Addr ss euch Si caecintct at Annat n bebe A auch EKA OE EATER ARETE tira ex EEEE REEE The details of the vehicles are as under 1 Class of vehicl
9. given below Any offer not complying with above submission procedure will be rejected as per Bid Rejection Criteria mentioned in the tender Display RFx Response i Edit Print Preview Technical RFx Respbnsel Closg RFx Response Number 60006452 RFx Number TEST2 Sta RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx A Go to this Tab Technical RFx Response for Uploading Techno commercial Unpriced Bid Service and Delive Event Parameters Currency Indian Rupee Incoter Detailed Price Information Price w ith Conditions Go to this Tab Notes and Attachments for Uploading Priced Bid Status and Statist Created C Created E Last Processed C Terms of Payment 9010 90 against despatch 10 after re Last Processed E Details Send E Mail Call Clear Function Number Name Valid fr GJ The table does not contain any data DG5711P15 08 Page 2 of 41 Note KK 6 0 7 0 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 Edit RFx Response Submit Read Only Print Preview Check Technical RFx Respo se Cose Save Bid on EDIT Mode a Status Withdrawn Submission Deadline 13 04 2013 11 00 00 INDIA RFx Response Number 60006452 RFx Number TEST2 i RFx Response Version N
10. particularly met by the bidders without which the offer will be considered as non responsive and rejected A TECHNICAL 1 0 Bidder s Qualification 1 1 The bidder shall be an Original Equipment Manufacturer OEM having experience in manufacturing of Swabbing Rig Unit OR The bidder shall be an Authorized Dealer of OEM of Swabbing Rig Unit 2 0 Bidder s Experience 2 1 In case the Bidder is an Original Equipment Manufacturer OEM of Swabbing Rig Unit the following criteria shall be met by the Bidder The OEM shall have the experience of successful completion including commissioning of the equipment of at least one 01 order in the last five 05 years preceding from the bid closing date of this tender against supply installation amp commissioning of Swabbing Rig Unit The OEM shall submit copies of Purchase order together with any or combination of the following documents related to the Purchase order viz invoice bill of lading commissioning report from the clients and or any documentary evidence which confirms that the bidder s past supply has been successfully executed 2 2 In case the Bidder is an Authorized Dealer of the Original Equipment Manufacturer OEM of Swabbing Rig Unit the following criteria shall be met by the Bidder 2 2 1 The Bidder shall be in the business of supply installation and commissioning of Swabbing Rig for the last five 05 years preceding from the bid closing date of this tender Ad
11. system 30 Towing Hooks at Front amp Rearoftuck T 31 Make of Starter Alternator etc ofengine T A1 2 HYDRAULIC PUMPS SI PARAMETERS REQUIREMENTS BIDDER S REMARKS No OFFER To IF ANY indicate details or yes no as applicable 1 Make Model main hydraulic pump 2 Make model of other pumps 3 Maximum capacity draw works drive pump 4 Type of hydraulic circuit for each pump 5 Main hydraulic pump control Electrical hydraulic mechanical 6 Other pumps control Electrical hydraulic mechanical 7 Circuit drawing attached for all pumps Yes No 8 Identification mark for hoses 9 Make of hydraulic hoses A 1 3 HYDRAULIC MOTORS SI no Parameters requirements Bidder s offer To Remarks if any indicate details as applicable 1 Make amp model of Main draw works motor 2 Make amp model of motor for auxiliary winch operation and other applications A1 4 OPERATOR S CABIN SI No Parameters requirements Bidder s offer To Remarks indicate details or If any yes no as applicable 1 Aluminum cabin frame with wall roof and flooring 2 Captain s chair for operators cabin 3 One rear bench in the operators cabin 4 Front shield in the cabin for operators viewing to the top of the mast while SDG5711P15 08 Page 26 of 41 erected 5 Front shield wiper with bottom fluid spray provided 6 Emer
12. unrestricted movement of personnel with average height of six 06 feet It shall be suitably designed with large rectangular windshield glass for proper viewing of mast draw works entire working platform well head etc during operation of the unit Two nos sliding type lockable door with slide open close window shall be provided at each sides of the cabin Suitable rain gutter shall be provided b Overall size of the cabin shall be suitable for easy movement of work personnel besides having control panel gauges amp instruments seating arrangement etc inside it The Bidder shall furnish all dimensional information of the Operator s cabin in the technical bid document c Heavy duty air conditioner of adequate capacity shall be fitted for operator cabin DG5711P15 08 Page 7 of 41 d The cabin shall be equipped with a hydraulic lift system such that the cabin may be raised during operation to suitable height for allowing the operator to have a full amp clear view of the job during operation e Aluminum interior and exterior paneling with suitable thermal insulation in between Non slippery flooring of suitable materials as per design f Suitable lockable door on either side of the cabin total two doors Side windows glass paneling as per design g Adequate numbers of light inside cabin for proper illumination Two 02 search lights at top corners of the cabin facing wellhead for night operations In addition two 02
13. ONS B1 1 TRUCK DOCUMENT DESCRIPTIONS ENCLOSED REMARKS IF ANY Yes or No DG5711P15 08 Page 28 of 41 Technical leaflets with detailed specifications Make amp Model of chassis engine transmission transfer case if any PTOs suspension axle steering wheel amp rim brake etc Detailed dimensional layout drawing illustrating Driver s Cabin and all major items components Specific description Part Nos Make etc and Unit Price of each and every spares as detailed in para 14 2 in the Automobile Spare Parts List Specific description Part Nos Make etc and Unit Price of each and every spares as detailed in para 14 3 in the Automobile Spare Parts List_ List of additional spares as felt necessary for two 02 years maintenance but not covered in the Automobile Spare Parts List provided in the NIT with Description Part Nos Make etc including Unit Rate for future reference procurement only not for bid evaluation B1 2 HYDRAULIC PUMP MECHANICAL GEAR BOX amp PTO SI DESCRIPTIONS DOCUMENT REMARKS No ENCLOSED Yes or IF ANY No 1 Technical literature with detailed specifications of hydraulic pumps control valves and accumulator 2 Detailed hydraulic circuit drawing illustrating pumps control valves and actuators 3 Technical literature with detailed specifications of PTO mechanical gear box if any 4 List of additional spares as
14. Oo Oil India Limited A Govt of India Enterprise E P O Duliajan 786602 Assam India Telephone No 91 374 2800491 Fax No 91 374 2800533 Email matdmmfd oilindia in amp erp_mm oilindia in Tender No amp Date SDG 5711 P15 08 of 17 12 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 1 Supply and commissioning of a Swabbing Rig 1 No mounted on an oilfield truck along with a draw works complete with 5 8 sand line reel telescopic mast with crown sheave assembly operator control console weight indicator and other necessary rigging up tools inclusive of necessary spares as per the following Annexures a Detailed specification Annexure AA b Bid Rejection Criteria BRC and Bid Evaluation Criteria Annexure BB 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 DG5711
15. P15 08 Page 1 of 41 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 benefits 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 5 0 a Original Bid Security b Detailed Catalogue and any other document which have been specified to be submitted in original 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 A screen shot in this regard is
16. Pump motor XY 10000 Rexroth and so on X1Y1 500 do Instrumentation Reel depth Part no Make and part items display etc no of the subunits are also to be provided ii The bidders must submit a written undertaking along with the bid that they would be able to supply all the requisite spares and consumables including bought out items for a minimum period of ten 10 years from the Certified date of completion successful field commissioning of the unit 15 0 INSPECTION CUM ACCEPTANCE A Third Party inspection of the unit is to be carried out for all the component of the unit by OIL approved TPI agency viz M s Lloyds M s Bureau Veritas M s IRS M s RITES or M s DNV only The scope of 3 party inspection shall be as under a Witness the manufacturing and assembly b Witness the functional and performance tests C Review of inspection procedure d Any other requirement of the inspection agency to satisfy of the equipment as per applicable standards B Pre shipment inspection shall be carried out by OIL by representative of user as well as service dept viz Instrumentation Transport Dept etc at manufacturing site The supplier shall inform OIL at least two 02 months ahead for such inspection to enable OIL to send its Inspectors OIL will depute four 4 engineers The supplier to indicate inspection charges OIL will bear the expenses towards traveling and accommodation etc of the OIL s inspectio
17. Top BOX API 3 5 inches 88 9mm OD Line Pipe Thread 8 TPI 6 Bottom BOX API 3 5 inches 88 9mm OD Line Pipe Thread 8 TPI 7 Remote control provision BOP 8 Equalizer valve and rams BOP 9 Control of BOP hydraulic manual A1 7 SPARES Sl Parameters Bidder s offer Remarks No Commitment of supply of spares as per the list in the Annexure l A1 8 OTHER FITTINGS AND ACCESSORIES SI Items in details description Bidder s offer Remarks if any No to indicate details or yes no as applicable 1 Sufficient Side marker lights Hazard warning lights rear amp side reflectors Air horn in additional to electric horn etc for safe movement of the unit on road 2 Suitable Reversing Audio Alarm with Blinker lights at rear of the unit 3 Well covered amp non conducting material wrapped Vertical Exhaust located behind and projected above the top of the drivers cabin attached with flip flop exhaust cover 4 Well covered Battery Box Standard Tool Kit in a portable box for general maintenance of the truck heavy duty grease gun wheel wrench amp handle Two 02 Nos min 30 MT capacity hydraulic jack with handle Two 02 Nos stopper block for rear wheels 6 Fire Extinguisher amp First Aid Box inside the driver s cabin 7 Suitable spark arrestor for engine exhaust for operation in oilfield area PartB DOCUMENTATI
18. ailed elsewhere in this tender document To keep the unit fully operational in case of failure of any item during the warranty period it shall be the supplier s responsibility to arrange replacement repairing at site at their cost including customs freight etc within a period of maximum three 03 weeks from the date of notification of such failure and warranty for such items shall be extended accordingly 19 0 TECHNICAL MANUAL AND CERTIFICATION FOR OPERATION AND MAINTENANCE OF THE UNIT The following Manuals amp Catalogues in printed form in English UK shall be supplied along with the unit in addition to the supply of the same in CD or DVD Supply of the manuals catalogues only in Compact Disk is not acceptable Manuals Part Catalogues provided shall be Custom Illustrated Manuals Catalogues for the particular vehicle and equipment only not a general Composite Manual Catalogue A Four 04 sets of printed Spare Parts Catalogue and Workshop amp Service Manual for all components systems of truck chassis like engine transmission axles brakes suspension electrical amp pneumatic systems etc with complete schematics of electrical amp pneumatic circuits B Two 02 sets of Operator s manual for vehicle C The bidder has to supply four 04 sets of operating maintenance and spare parts manual for operation and maintenance of the Swabbing Unit showing all sub assemblies instrument sensors wiring diagram hydraulic schemati
19. am brake acting on all wheels B Parking Emergency Brake Parking Brake with failsafe operating system through hand operated shifter valve It shall automatically get engaged in the event of low no air pressure C All Emergency Parking Brake Servos shall have manual release mechanism Screw Type to release the brake manually in case of low no air pressure for maintenance D Adequate numbers of air tanks to cater supply of air to different pneumatic operations All tanks shall have Drain Plugs E Suitable air dryer is to be provided F All wheel brake drums shall have Dust Cover G Buzzer warning for low air pressure FUEL TANK Two 02 fuel tanks each of minimum 100 US gallon 380 Lts capacity Suitable strainer at the opening of the tank to prevent entry of foreign materials amp locking arrangement shall be provided DRIVER S CABIN Factory built semi forward original built amp supplied with chassis by chassis manufacturer ergonomically designed floating steel aluminum driver s cabin Sleeper Cab complete with all standards fittings Sitting capacity inside the cabin should preferably be three 03 including the driver OPERATOR S CABIN Ergonomically designed air conditioned operator s cabin fabricated with following broad features specifications a Spacious operator s cabin just behind driver s cabin facing towards rear of the unit The cabin shall be such that it can accommodate and allow
20. ation all details viz Make amp Model of chassis engine transmission etc GVWR Axle Capacity Axle Loading Wheelbase etc number of Axles wheels amp tyres etc overall dimensions turning radius etc d Certificate of Origin for the chassis in original from chassis manufacturer Amongst others the certificate shall contain following information i Make amp Model of Chassis ii Vehicle Identification Number VIN i e Chassis No iii Month amp Year of Manufacture of the chassis iv Make amp Model of Engine v Serial No of Engine vi Month amp Year of Manufacture of the engine DG5711P15 08 Page 22 of 41 e As built wiring diagram of control panel f Notwithstanding any clause mentioned elsewhere in the NIT the invoice for the complete unit shall be submitted in two 02 parts separately as under i Invoice for truck chassis it shall include the cost of the truck chassis with driver s cabin only ii Invoice for Swabbing rig unit it shall include cost of all equipment of swabbing rig unit tools accessories etc subsequently fitted in the original truck chassis as well as supplied separately along of the unit g Operation and maintenance manual of Instrumentation and control system 23 0 STANDARDS The complete pumping unit shall be built under the quality standards of a BS III EURO III or Equivalent Emission Norms for vehicle b ASME standards The operations of this u
21. by supplier shall contain following minimum information CERTIFICATE OF COMPLIANCE WITH POLLUTION STANDARDS SAFETY STANDARDS OF COMPONENTS AND ROAD WORTHINESS Gertified that errre EAER brand name of the vehicle bearin Chassis number 00005 and Engine number 00essseeeseseeees complies with The sence name of Emission Standard Euro Il etc Emission standard as well as other Safety amp Road Worthiness Standards as per provisions of the Sara ard A ta ble ai 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 cccccceceeeeeceeeeeceeecceeeseceeeeceeeeueuens name of Motor Vehicles Act of country of origin Signatures of Manufacturer Body Builder DG5711P15 08 Page 32 of 41 ANNEXURE BB BID REJECTION CRITERIA BRC BID EVALUATION CRITERIA BEC I BID REJECTION CRITERIA BRC The bids must conform to the specifications and terms and conditions given in the tender Bids shall be rejected in case the item s offered do not conform to the required minimum maximum parameters stipulated in the technical specifications and to the respective international national standards wherever stipulated Notwithstanding the general conformity of the bids to the stipulated specifications and terms and conditions the following requirements shall have to be
22. cs with colour code and entire requisite spare parts with Part No Preferable OEM part DG5711P15 08 Page 20 of 41 20 0 21 0 21 1 21 2 21 3 21 4 21 5 21 6 22 0 D Two 02 sets of Operation and maintenance manual for control amp instrumentation system E Four 04 copies of all relevant test and quality control certificates of the manufacturing and testing of all unit functions and parameters shall be supplied F Four 04 sets of all relevant test and calibration certificate for each instrument shall be supplied along with the unit G All test certificates test reports third party inspection report and other certificates shall be provided separately as a set in a compiled manner COMMISSIONING OF THE UNIT SHALL NOT BE CONSIDERED AS COMPLETE UNTIL amp UNLESS ALL ABOVE PRINTED MANUALS CATALOGUES ARE RECEIVED DEVIATIONS FROM THE SPECIFICATIONS The bidder shall enclose comprehensive list of intended deviations from the technical specifications of any clearly highlighting the reasons thereof along with the bid Deviations from the Technical specifications are intended the same shall be confirmed in the offer However OIL reserves the right for acceptance or rejection of the deviation s CONFORMITY TO THE TENDER SPECIFICATIONS Bidder must fill the Technical datasheet enclosed with the offer The total axle capacity shall be at par with the GVW with all equipment Detailed specifications of
23. d and indicated in technical bid 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 10 Whether Price Bid submitted as per Price Schedule refer Para 12 0 of BRC 11 Whether quoted all the items of tender 12 Whether indicated the country of origin for the items quoted 13 Whether technical literature catalogue enclosed SDG5711P15 08 Page 39 of 41 14 Whether confirmed acceptance of tender Payment Terms Is For Foreign Bidders Whether offered FOB FCA port of despatch including sea air worthy packing amp forwarding 16 For Foreign Bidders Whether port of shipment indicated To specify 17 For Indian bidders Whether indicated the place from where the goods will be dispatched To specify 18 For Indian bidders Whether road transportation charges up to Duliajan quoted 19 For Indian Bidders only Whether offered Ex works price including packing forwarding charges 20 Whether Indian Agent applicable 21 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 22 Whether weight amp volu
24. dder will be required to furnish a Performance Bank Guarantee 10 of the order value The Performance Bank Guarantee must be valid for 6 six months from the date of successful commissioning of the equipment Bidder must confirm the same in their Technical Bid Offers not complying with this clause 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 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 DG5711P15 08 Page 34 of 41 8 0 No offers should be sent by Telex Cable E mail or Fax Such offers will not be accepted 9 0 Validity of the bid shall be minimum 180 days from the bid closing date Bids with lesser validity will be rejected 10 0 Bids containing incorrect statement will be rejected 11 0 Offers received without Integrity Pact duly signed by the authorised signatory of the bidder will be rejected 12 0 i A B C D E F G H 1 J K L M N ii A B C D E F G H I J K L M N O P Q NOTE Commercial Bid Format Summary for Foreign Bidders Cost of Swabbing Rig Unit Third Party inspection charges if any Packing amp FOB Charges
25. dicate details or yes no as applicable REMARKS IF ANY Make amp Model of Chassis Max Permissible Gross Vehicle Weight GVWR Drive Right hand system Wheelbase Overall Dimensions Width Height amp Length of complete unit Ground Clearance Laden Weight Total weight of the unit a Make amp Model b Max Output Power c Max Output Torque 8 Engine d Naturally Aspirated or Turbo Charged e Emission Norms f Control System Electronic os a Make amp Model 9 hee b No of gears c High Low provision 10 Make Model amp Type of Transmission Shifter 11 Make amp Model of Transfer Case if any 12 Total number of PTOs in operation 13 Make amp Model of PTOs 14 Make Model amp Type of Steering System 15 Minimum Turning Radius 16 Make Model amp Type of Front Suspension 17 Make Model amp Type of Rear Suspension a Front 18 Axle Capacity b Rear a Front 19 Axle Loading actual loading 5 Bear a Front 20 Type Size of Wheel amp Tyre B Fea 21 Type of Service Brake S Z cam or not Type of Wheel Brake a Front 22 Servos screw type manual aa Aste not i b Rear 23 Fuel Tank capacity 24 Number of fuel tank 25 Seating Capacity inside Driver s cabin 26 Reversing Alarm with Blinker Lights DG5711P15 08 Page 25 of 41 Electrical fittings equipment suitable for oilfield Bf area 28 Speedometer Odometer in Metric KM calibration a geme or ower masea o o
26. ditionally the bidder shall have the experience of supply installation amp commissioning of atleast one 01 Swabbing Rig during the last five 05 years preceding from the bid closing date of this tender The bidder shall submit copies of Purchase order together with any or combination of the following documents related to the Purchase order viz invoice bill of lading commissioning report from the clients and or any documentary evidence which confirms that the bidder s past supply has been successfully executed DG5711P15 08 Page 33 of 41 2 2 2 2 2 3 B 1 0 2 0 3 0 4 0 5 0 6 0 7 0 The bidder shall submit proof of valid authorization dealership certificate issued by the OEM the principal with backup warranty guarantee along with the technical bid The Principal i e OEM must have experience of manufacturing Swabbing Rig in the last five 05 years preceding from the bid closing date of this tender The OEM s documentary evidence in this regard shall be provided in the form of copies of Purchase order together with any or combination of the following documents related to the Purchase order viz invoice bill of lading commissioning report from the clients and or any documentary evidence which confirms that the bidder s past supply has been successfully executed COMMERCIAL Bids are invited under Single Stage Two Bid System Bidders shall quote accordingly under Single Stage Two Bid System Pleas
27. e anette ee etecececeaeeeeeeeaeaeeeeeeeeaeanaees 2 Maker s name amp address hace cc ec ec ec ee etee eee eeeee tees eeeeeeeeeeneeees 3 Chassis No gcbdinntegends nen celetees comiaeamecseorseiasaad 4 Engine No qj g i ARPER Eea ar E apona REAA 5 Horse power or cubic capacity ha kecececeeeeeeeeeteeeeseeeeeeeeseeeeeeeeneeees 6 Fuel used g q s hisregupninraeimiidonerdemanchestenraaccceneds 7 Number of cylinders lh aececececeeeteteeeteeeeeeeteeeeeeeeeeeneeees 8 Month and year of manufacturing eee ee eeee cee ee ee eeeeeee eee tees eeeeeeneeees 9 Seating capacity including driver ssessessssesresrsrerrrrerrsrrsrerrsrere 10 Unladen weight hance c ttt t tte e eee e eee ca neta ee eeeee een eaeeees 11 Maximum axle weight number and description of tyres a Front axle e hesensnivancaveenchivesbecsnticeemicemecense b Rear axle axles habe cette ee et eee eeeeeee ee eeneeeeeeeaeaeneeees c Any other axle eadunoetsSengeawcdloreeatieideaceccenoeeetecase 12 Colour s of the body j scpeerieeccdiesindvieseeeilainacensneieian 13 Gross vehicle weight nasassasrarrnrrsrnerrrrsrernrrerrsrnerrrrsrertt 14 Type of body q q q amp pdg sintucnisrrxnacnereieescenrereeniaaaasaanae Date sececceccneresuswes Signature of the manufacturer dealer DG5711P15 08 Page 31 of 41 This is a sample copy similar to FORM 22 A of Indian Motor Vehicle Act only The certificate to be issued
28. e assembly operator control spares 1 0 2 0 2 1 2 2 2 3 console weight indicator and other necessary rigging up tools inclusive of necessary APPLICATION Intervention of Vertical wells and deviated wells S bend J bend extended reach Horizontal for carrying out of the following through tubing well servicing jobs Swabbing operation Fishing operation to recover wire line slick line fish in the hole Run in and pull out of sucker rods with downhole pump assembly Fluid to be handled Crude oil Plain Water Acid Saline Water high density slurries of sand bauxite resin etc EQUIPMENT DETAIL TRUCK CHASSIS Brand New Truck chassis manufactured not prior to six 06 months from the date of issuance of Letter of Intent LOI It shall be of make Kenworth International Peterbilt or Volvo and shall be suitable for operation in rough terrain typical oil field roads and desert environment The offered model shall be state of art and conforming to international quality standard norms having specifications fittings accessories etc as under DIMENSION COMPLETE UNIT Overall Width Should not be more than 2 6 meter Overall Height Should not be more than 4 0 meter Overall Length As per design Ground Clearance Maximum ground clearance is required for this unit to avoid hitting of retrofitted undercarriage components while travelling on uneven roads in oilfield areas It shall be bidder s endeavor t
29. e 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 and conditions Bidder not complying with above submission procedure will be rejected Bid security of US 39 000 00 or Rs 17 54 000 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 10 03 2016 dd mm yy Bids with lesser validity of Bid Bond shall 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 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 6 six months from the date of commissioning against any defects arising from faulty materials workmanship or design Defective goods materials or parts notified by OIL shall be replaced immediately by the supplier at the suppliers expenses Successful bi
30. ed for evaluation COMMERCIAL The evaluation of bids will be done as per the Price Schedule 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 DG5711P15 08 Page 36 of 41 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 4 0 Offers not complying with the payment terms indicated in the NIT shall be loaded with One percent above the prevailing Bank rate CC rate of State Bank of India for evaluation purpose 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 5 1 When only foreign bids are involved Comparison of bids will be done on the basis of TOTAL VALUE which is estimated as under A Cost of Swabbing Rig Unit B Third Party inspection charges if any C Packing am
31. ed in the drum Minimum single line pull capacity of the draw works at the top layer should be 10 MT 10 000 kg Operating speed range of the drum shall be 3 m min through 300m min at any depth during any operation while RIH or POOH The drive of the draw works shall be through mechanically driven system or hydraulic system having PTO hydraulic pump and motor etc having failsafe brake system In addition there shall be suitable mechanical brake band caliper type brake pneumatic servo brake system for the draw works Draw Works shall have suitable automatic spooling arrangement with manual override for smooth and uniform spooling of Sand line on drum INSTRUMENTATION amp CONTROL SYSTEM The Instrumentation amp control system shall include however not limited to the following minimum requirement a The instrumentation amp control system for the truck mounted swabbing rig shall be latest state of the art technology that provides line speed gross and net line weight the depth of tools etc DG5711P15 08 Page 9 of 41 The system shall have automatic safety shutoffs to prevent the rig from exceeding preset depths and line tension The system shall have facilities to provide real time reports of depth well head pressure and tension etc 7 1 SPOOLING amp MEASUREMENT a b 9 Counter head assembly shall consist of measuring wheel with integral tension amp depth measurement in SI units Te
32. em needed for Swab rig operation 10 0 PLATFORM amp MOUNTING a Suitable platform covered with non slippery chequered plate flooring on the rear chassis covering the entire area to the extent possible as per design The platform shall be fixed to the chassis through U or I bolts with adequate number of cross members b All major components namely Draw Works mast A frame if any lift cylinder s outriggers etc shall be mounted directly to the chassis in no case this shall be mounted to the platform or cross members c Foldable walkway at either side of the platform for easy accessibility amp movement d Hand rail along e Suitable Pullout Ladder for safe amp easy access to the operator s cabin f Suitable and sufficient storage compartments with proper locking arrangement under the platform for storing various tools amp accessories 11 0 HYDRAULIC SYSTEM PTO driven two 02 independent hydraulic systems for operation of the unit as under A For operation of Draw Works Chain sprocket system with PTO for mechanical system or suitable independent hydraulic system to drive the draw works as per design The drive of the draw works shall be through suitable hydraulic system as per design The variable displacement pump control shall be mechanical hydraulic type NOTE Make of the hydraulic Pumps amp Motors shall be of Sauer Danfoss Denison Rexorth Dynapower Parker Eaton SDG5711P15 08 Pa
33. g into an Integrity Pact with the bidders as per format enclosed vide Annexure XII 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 the bid i e who is duly authorized to sign the 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 DG5711P15 08 Page 3 of 41 OIL s Independent External Monitors at present are as under I SHRI N GOPALASWAMLI A S Retd Former Chief Election Commissioner of India E mail Id gopalaswamin gmail com Il SHRI RAMESH CHANDRA AGARWAL IPS Retd Former Director General of Police E mail Id rcagarwal rediffmail com 8 0 Pre Bid Conference A A Pre Bid Conference with the Parties will be held at New Delhi India on 6 February 2015 to discuss on the technical specifications and other terms and conditions of the tender All the Parties who purchase the Tender Document within the closing date of sale of the tender will be eligible to attend the Pre Bid Conference The exact venue and time of the Pre Bid conference will be intimated to the Par
34. ge 11 of 41 12 0 B Make of the Hydraulic hose and end connector The make of the Hydraulic hoses shall be of Parker Gates Eaton Dayco Eastman Power Grip Yuken For operation of mast outriggers etc Suitable independent hydraulic system for operation of mast telescopic amp folding operations outriggers auxiliary winch spooler arm BOP operation etc shall be provided In addition this hydraulic system shall be used in any other hydraulic operation equipment used in the unit as per design requirement The system shall be suitable for operation of all above operations equipment simultaneously as and when situation demands Other features of the hydraulic system a Simple Lockable hydraulic tank s mounted preferably on top of the platform for easy access visibility and maintenance b Temperature gauge level gauge etc as per design c Suitable tags colour markings on either of the hydraulic hoses piping etc for easy identification Detailed technical specifications of all hydraulic components like pump motor valves cylinders etc should be furnished OTHER FITTINGS amp ACCESSORIES A Sufficient Side marker lights Hazard warning lights rear amp side reflectors Air horn in additional to electric horn etc for safe movement of the unit on road B While all lights shall be covered to the extent possible with suitable guard to prevent damage all electrical fittings components connections
35. gency kill switch for engine A1 5 DRAW WORKS AUXILIARY WINCH AND MAST SI PARAMETERS REQUIREMENTS BIDDER S OFFER REMARKS No To indicate details IF ANY or yes no as applicable 1 Make amp Model and capacity of draw works assembly 2 Weight without sand line loaded 3 Drive double motor or single motor 4 Maximum pull capacity High low gear 5 Overall Dimensions Width Height amp Length of complete draw works 6 Auxiliary winch amp motor Make model and capacity 8 Draw works a Speed High Low b Flow HP requirement C Max Output Torque at rated flow d Type of braking e Lubrication system f Control System g Maximum single line pull of the draw works at the top layer 9 Hydraulic a Make amp Model motor Draw b Type and controls works C Type of braking and fail safe system 10 Mast a Height from ground in ft b Number of guying c Max load capacity while properly guyed d Sheave assembly for traveling block and auxiliary winch e Single mast telescopic mast 11 Make Model and type of load cell 12 Fail safe mechanism of draw works A1 6 BOP Bidder s offer Remarks 1 BOP a Hydraulic b Manual SDG5711P15 08 Page 27 of 41 2 Operating a Working Pressure pressure b Test Pressure 3 Ram type 4 Make Model amp Type of BOP 5
36. ial F DRIVELINE Propeller Shaft 1 UJ Cross Spider amp Bearing 01 Set DG5711P15 08 Page 15 of 41 set comprising of different UJ crosses complete for both front amp rear drivelines G STEERING 1 Steering Oil Filter Element 02 Nos 2 Steering Pump Repair Kit 01 Set 3 Steering Box Cylinder Repair Kit 01 Sets 4 Tie Rod End for both sides 02 Sets H BRAKE amp PNEUMATICS 1 Foot Brake Valve Repair Kit 02 Sets 2 Servo diaphragm for Front Wheel 04 Nos 3 Servo diaphragm for Rear Wheel Servo 08 Nos 4 Air Dryer Filter Element 08 Nos 5 Repair Kit for all Pneumatic Valves Relay valve 01 Set each Circuit Protection valve quick release valve etc L ELECTRICAL 1 Engine Starter 01 No 2 Alternator 01 No J SPARES FOR SWABBING RIG 1 Main hydraulic Pump z 01 no 2 Draw works Motor 5 01 no 3 Sand line spooling assy Complete 01 set 4 Weight indicator assembly complete 01 set 5 Directional control valve Draw Works 01 no 6 Repair Kit for Derrick Cylinder 02 Set 7 Repair Kit for Telescopic Cylinder 02 Set 8 Hydraulic filters for all type of filters in the system 04 nos each K SPARES FOR OTHER EQUIPMENT 1 Repairing kit for BOP 02 sets 2 Rams and Inserts for BOP 02 sets 3 Repairing kit for Oil Saver 3 02 sets 4 Repairing kit for Hydraulic Hand Pumps 02 sets 5 Repairing kit for traveling block assembly 02 sets 6 Repairing kit fo
37. ingly suitable locking load bearing device shall be provided to keep the mast in raised position as well as to bear the induced load during operation of the unit Suitable hydraulic cylinder operated two 02 section telescopic mast of all steel construction Lattice type mast is not acceptable Fifty 50 feet hook height 50 feet from ground level Capacity of the mast shall be 40MT 40 000 Kg at fully extended position when anchored with guy line DG5711P15 08 Page 10 of 41 e Three 03 sheave crown block system with 4 four parts or 6 six parts of line falls with multi pulley traveling block 40 MT capacity for deployment of Sucker Rod Pump running in pulling out operation f Crown sheave assembly diameter not less then 20 inch g Guy line length should be adequate for anchoring at angle within 26 to 42 degree h Adequate number of Guy lines for utmost capacity as per design i Mast capable of withstanding wind speed of minimum 80 km hr j Hydraulically operated suitable outriggers amp Jacks as per design to level amp to stabilize the unit at rigged up condition 9 0 AUXILIARY WINCH One number of hydraulically operated auxiliary winch with suitable wire rope in sufficient length and capacity Wire rope shall be able to lift loads up to 1 ton capacity and required to be provided at suitable position This auxiliary winch shall be used for lifting of tools amp equipment like BOP Oil Saver and any other it
38. ist of examples a Flame cut edges shall be ground smooth Sharp corners and edges to which operators and mechanics are vulnerable shall be ground smooth b Bolt holes shall be drilled not torch cut c Welds shall be of good quality and of sufficient strength d Use self locking nuts e All hoses will be well supported with support type clamps f All hose assemblies will have swivel ends g All hoses will be protected by well secured rubber sleeves to prevent rubbing by frame etc tagged for easy identification h All reservoirs constructed of steel plate with level gauge cleanouts vent fill cap etc i Noise level for the complete unit in running condition should not cross 90 0 db SELF PROPELLED OIL FIELD TRUCK MOUNTED SWABBING RIG UNIT 14 0 SPARES 14 1 COMMISSIONING SPARES The Supplier has to supply all the spare parts required for initial commissioning of the Unit 14 2 OPERATIONAL CRITICAL SPARES Supplier shall supply the following operational critical spares along with the supply of the Unit Bidders shall include the price of these spares in the cost of the Swabbing Rig Unit and therefore bidders need not quote separately the price of these spares i AUTOMOBILE SPARE PARTS LIST Following spares in specified quantity as indicated shall be supplied along with the unit Specific description Part Nos Make etc shall be clearly indicated in the bid A ENGINE DG5711P15 08 Page 14 of 41 1 Fuel
39. ll be available DG5711P15 08 Page 19 of 41 at Duliajan Assam within fifteen 15 days of the intimation given by OIL for commissioning the unit 17 2 Bidder must quote for commissioning charges which should include the to and fro charges food amp lodging and daily charges of the personnel OIL will provide accommodation on payment basis subject to availability However OIL will provide local transportation to the commissioning personnel 17 3 Bidders should quote Commissioning charges if any separately for bid evaluation purposes The charges should be shown in Commercial bid only 17 4 The unit shall be deemed to be commissioned at Duliajan Assam after three 03 successful field operations at suitable locations wells within a period of one 01 month after arrival of the Supplier s Commissioning Engineer 18 0 GUARANTEE WARRANTY Notwithstanding any Guarantee Warranty clause s mentioned elsewhere in this tender document the complete unit shall be under guarantee warranty by the supplier for a minimum period of one 01 year from the date of successful field commissioning of the unit at site OIL reserves the right to inspect test and if necessary reject any part parts after delivery at site including incomplete manuals catalogues etc in case of any fault on the part of the supplier It shall in no way be waived by the reason that the unit item was previously inspected and passed by OIL as per Inspection Clause det
40. m single string conforming to API specification 6A latest edition PSL 3 amp trim UA DG5711P15 08 Page 8 of 41 5 0 6 0 7 0 Oil Saver with Releasing Attachment Wireline oil saver series H Guiberson or similar make fitted with releasing attachment should be supplied along with the BOP suitable for 5 8 inch sand line To provide Type C releasing attachment for safe simple automatic release for GUIBERSON or similar make Wireline Oil Savers It should be released automatically when the rope socket contacts from bellow The supplied Type C Guiberson or similar make releasing attachment should be compatible with the supplied Oil Saver Releasing attachment connection Connection Bottom PIN 3 5 OD API Line Pipe Thread 8 TPI to be compatible with BOP TOP Box Oil saver shall be operated with the help of hydraulic hand pump with thirty 30 feet hose of suitable pressure rating One 01 no of Suitable Hydraulic Hand pumps hoses and quick connections with Oil Saver shall be provided along with the unit in addition to the hand pump supplied along with BOP Draw works Capacity of the draw works is 40 MT with Composite sheave mechanism Hydraulically operated multiple soeed Sand Line Draw Works assembly of Steel drum with capacity for 12000 feet of 5 8 sand line shall be installed in the unit 6 x 7 Sand line of Right Regular lay of size 5 8 inch of length 12 000 feet shall be supplied and install
41. me of items offered indicated 23 Whether confirmed to submit PBG as asked for in tender 24 Whether agreed to submit PBG within 30 days of placement of order 25 For Indian Bidders only Whether indicated import content in the offer a For Indian Bidders only Whether deemed export quoted 27 For Indian Bidders only Whether all applicable Taxes amp Duties have been quoted 28 Whether all BRC BEC clauses accepted and supporting documents submitted as applicable Whether Integrity pact as per enclosed format with digital signature uploaded and whether all clauses of the pact has been accepted exactly as per format 29 Whether Installation and commissioning pre dispatch inspection and 30 training have been confirmed and charges quoted 31 Whether quoted as manufacturer SDG5711P15 08 Page 40 of 41 32 Whether quoted as authorized dealer To Specify 33 If quoted as an authorized dealer a Whether submitted valid and proper authorization letter from manufacturer confirming that bidder is their authorized dealer for the product offered OFFER REF NAME OF THE BIDDER DG5711P15 08 Page 41 of 41
42. n team The Inspection cum Acceptance process would include the following minimum steps tasks but not limited to a Physical verification inspection of all the items fittings accessories including all Parts Catalogue Maintenance amp Service Manuals Final Chassis Built Up Vehicle Content Record documents etc and actual loading on axles The supplier shall arrange driver operator weighing facility and any other infrastructure during the process of inspection as and when required b Operational testing of the complete unit including the truck part C Operational testing of each and every component of the unit as applicable necessary SDG5711P15 08 Page 18 of 41 d Supplier shall have to take note of any minor modification s for operational requirement suggested by the inspector and comply with the same at no extra cost e The inspection report would be prepared at the end of the inspection and jointly signed by both the parties f Supplier shall confirm in writing compliance of all the points raised in the inspection report as well as any other subsequent additions changes following deliberation with the inspector after arrival at Duliajan g Supplier will affect dispatch of the unit only on receipt of OIL s dispatch advice 16 0 TRAINING TO OIL PERSONNEL ON HYDRAULIC SWABBING RIG OPERATION 16 1 The supplier shall have to provide training to OIL personnel in two 02 phases A During the pre dispatch inspection vi
43. nit shall be covered under the i Government of India Ministry of Labour ii Directorate General of Mines Safety Dhanbad India 24 0 PAYMENT TERM Payment shall be released as follows i 80 value shall be released on supply against proof of despatch shipment of the goods ii Remaining 20 along with installation amp commissioning charges shall be paid after Successful commissioning and acceptance by OIL at site DG5711P15 08 Page 23 of 41 25 0 OIL may consider making 100 payment 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 goods and also submit Bank Guarantee for the equivalent amount plus interest valid till successful commissioning of at site This is in addition to the 10 of the order value towards Performance Security as per the tender requirement The item 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 NOTE No price should be indicated in the technical bid DG5711P15 08 Page 24 of 41 TECHNICAL CHECK LIST PartA TECHNICAL A1 1 SI NIO oF AJO NJj TRUCK CHASIS BIDDER S OFFER PARAMETERS REQUIREMENTS To in
44. nsion measurement using electronic strain type load cell and with back up of Anchor type mechanical Weight Indicator with load cell to indicate hook load of the four part line pulley block shall be fitted in the unit Depth measurement with encoder connected to electronic display in control panel shall be fitted in the unit Back up mechanical depth assembly including right angle drive speedometer cable and an electronic digital display panel in operator s cabin shall be provided Hydraulically operated Heavy duty automatic spooler mechanism with provision for manual override shall be provided in the unit and the control shall be from the operator s cabin The control amp instrumentation power requirement shall be 12 24 VDC in case of DC and 230 110 V 50 Hz for AC where inverter is required Diagnosis tools including license software if any shall be provided NOTE The functioning of the Electronic and Mechanical system for depth measurement and weight indicator shall be independent of each other Failure of any of the systems should not affect the functioning of the other system 8 0 MAST amp OUTRIGGER Hydraulically operated two 02 nos section telescopic and foldable mast unit of 40 MT 40 000 Kg capacity with following features a Mast should be on the top of the vehicle during road movement Design of the folding system shall be such that the lift cylinder s are not under load during mast raised condition Accord
45. o mount subsequently fitted undercarriage components i e other than originally mounted components at maximum possible height It should not be less than approx 20 cm The ground clearance will not be applicable within 1 mtr distance of Axles ENGINE Water cooled diesel engine of adequate power in the range 350 450 HP at around rated rpm suitable for road drive as well as swabbing operation and other operations as mentioned in Para 1 0 above The engine shall conform to BS III EURO III or equivalent Emission Norms and of make Caterpillar Cummins Volvo International only SDG571 1P15 08 Page 5 of 41 2 4 2 5 2 6 2 7 TRANSMISSION Fully automatic transmission of Allison Volvo make suitable for road drive and draw works sand line drum operations compatible with the engine output shall be provided Suitable Transfer Case amp PTO s for hydraulic system as per design and requirement shall be provided The operating system for the Transfer Case PTO s shall be through pneumatic actuator s DRIVE amp STEERING Drive 6 x 6 Dis engageable front axle Steering Right hand drive Hydraulic Power Assisted Steering steering wheel on the right hand side of the truck Minimum Turning Circle Radius As per design SUSPENSION GVW amp AXLES A Front Heavy Duty Multi Leaf Spring Suspension of suitable Suspension design with Shock Absorbers B Rear Rocker Beam Walking Beam sus
46. p FOB Charges D Total FOB Port of Shipment value A B C above E Ocean Freight Charges up to Kolkata India F Insurance Charges 1 on total FOB value G Banking Charges 0 5 of Total FOB Value vide H above in case of payment through Letter of Credit If confirmed L C required 1 5 of Total FOB Value will be loaded H Total CIF Kolkata value D E F G I Pre despatch shipment Inspection charges if any J Installation Commissioning charges K Training Charges L Total Value H Il J K above M Total value in words NOTE Banking charge in the country of the foreign bidder shall be borne by the bidder 5 2 When only domestic bids are involved Comparison of bids will be done on the basis of Total Value which is estimated as under A Cost of Swabbing Rig Unit B Third Party inspection charges if any C Packing and Forwarding Charges D Total Ex works value A B C above E Excise duty as applicable DG5711P15 08 Page 37 of 41 F Sales Tax as applicable G Total FOR Despatching station Value D E F above H Transportation charges I Insurance charges 0 5 of Total FOR Despt Station Value G above J Assam entry tax K Total FOR Duliajan value G H l J above L Pre despatch shipment Inspection charges if any M Installation Commissioning charges N Training Charges O Total Value K L M N above P Total value in words NOTE E
47. pension Suspension C Laden Weight As per design Front Axle As per Design Capacity Rear Axle As per Design Capacity D Rear Axles shall have Inter Axle Lock amp Differential Lock facility E Laden Weight of the unit shall be within Maximum Permissible Gross Vehicle Weight i e sum of Axle Capacities of all axles i e GVWR of the unit Laden Weight means Weight of the complete unit with all equipment amp fittings i e weight of the chassis with driver s cabin weight of Drawworks permanently mounted on the unit weight of the mast weight of all anchoring guy lines accessories spare wheels hydraulic amp diesel oil etc Accordingly Laden Weight is the sum of actual loading on each individual axle WHEELS amp RIMS Suitable wheels 02 Nos at Front Axle 08 Nos at Rear Axles of adequate size and ply rating with two 02 sets of complete spare wheel even in case of same front amp rear wheels Wheel rim shall be of single piece non split type rim Super Single tyre is not acceptable It shall be bidder s endeavor to offer front and rear wheels of same size amp type If not possible for design constraint spare wheels as stated above should be supplied Suitable lifting amp mounting arrangement facility for spare wheels shall be provided DG5711P15 08 Page 6 of 41 2 8 2 9 2 10 3 0 BRAKE A Service Brake Multiple Circuit Pneumatic S Cam Z c
48. r crown sheave assembly 02 sets L INSTRUMENTATION SPARES 1 All sensors used for control amp instrumentation system 01 set 2 Display Unit control unit relay fuse etc used in control panel 01 set 3 Inverter converter for control power requirement 01 No NOTE a All spares in specified quantity as indicated above shall be supplied along with the unit SDG5711P15 08 Page 16 of 41 Specific description Part Nos Make etc of each and every item shall clearly be indicated in the bid In case of any difference in spares for left amp right wheel studs axle studs etc the specified quantities will be divided into two 02 equal parts Bidder shall also quote separately for any additional spares with similar details as felt necessary for two 02 years trouble free operation and maintenance but not covered in this list for future reference procurement not for bid evaluation 14 3 Following items shall be quoted by the bidder separately in the prescribed format which may be procured against a separate order from the successful bidder Price quoted for this list shall not be considered for bid evaluation Srl Name of the part Part Number Cost per unit No 1 Engine oil cooler 2 Air Compressor 3 Engine position sensor 4 Engine oil pressure sensor 5 Coolant Temperature sensor 7 Accelerator Pedal position sensor 8 Engine Harness
49. shall be suitable to operate in oilfield area C Gauges amp meters including Engine Tachometer amp Hour meter as per standard inside drivers cabin Speedometer amp Odometer with metric KM calibration only Two 02 Nos fan inside driver s cabin D It shall be bidders endeavor to provide the Engine Oil Pressure amp Temperature meters Air pressure meter Transmission oil pressure amp Temperature meters if any with high low warning buzzers E Suitable Reversing Audio Alarm with Blinker lights at rear of the unit F Suitable Air Dryer with replaceable type filter element for truck s pneumatics G Well covered amp non conducting material wrapped Vertical Exhaust located behind and projected above the top of the driver s cabin DG5711P15 08 Page 12 of 41 Suitable heavy duty front amp rear Towing Hook capable of pulling towing the unit from bogged down situation in slushy areas in oilfields from front as well as rear Electrical equipment like starter alternator etc shall be of Lucas Delco Remy make J Engine start only in transmission neutral position K Suitable electrical Master Switch to disengage all electrical circuits from battery L Well covered Battery Box Standard Tool Kit in a portable box for general maintenance of the truck heavy duty grease gun wheel wrench amp handle Two 02 Nos min 30 MT capacity hydraulic jack with handle Two 02 Nos stopper block for rear wheels M
50. sit of OIL s engineers the supplier shall arrange comprehensive training at their manufacturing plant works for a period of minimum one 01 week on Qperation amp Maintenance Troubleshooting and Working Principle of following system items used in the unit amongst other relevant subjects i Engine and its Electronic Controller System ii Transmission Transfer Case and their control systems iii Brake amp ABS including their electronic control system iv Power assisted steering system including hydraulic pump and gearbox v Pneumatic system for brake transmission PTO shifters including different valves vi Maintenance of draw works and hydraulically operated mast vii Hydraulic system and its schematics viii Control Panel ix Swabbing rig operation amp trouble shooting B During installation and commissioning of the unit at Duliajan India the commissioning engineer shall have to provide field training to OIL Engineers and technicians on Maintenance troubleshooting Working Principle and repair replacement of different equipment 16 2 Bidders should quote their training charges if any separately for bid evaluation purposes 17 0 COMMISSIONING 17 1 The Supplier shall depute their competent commissioning personnel for initial start up and commissioning of the complete unit including the truck part to OIL s satisfaction at OIL s operating site at Duliajan India The Supplier s commissioning engineer sha
51. ties at a later date B Clarification on the technical specifications and other terms amp conditions shall be provided to the parties during the Pre bid Conference Parties should come fully prepared to the Pre bid Conference and submit their queries to OIL in the Pre bid Conference for clarification More than two persons will not be allowed from each party and they should depute representatives who are competent enough and authorized to take spot decision The set of queries may also be sent to OIL well in advance for study by OIL C Any changes in the technical specifications and other terms amp conditions arising out of discussion in the Pre bid Conference shall also form part of the tender document D Parties immediately after the purchase of the Tender documents shall inform OIL at the following address about their participation in the Pre Bid Conference with details of the persons to enable OIL to make arrangement for the Pre Bid Conference HEAD MATERIALS OIL INDIA LIMITED P O DULIAJAN PIN 786 602 DIST DIBRUGARH ASSAM INDIA FAX NO 91 374 2800533 E Mail matdmmfd oilindia in materials oilindia in DG5711P15 08 Page 4 of 41 TECHNICAL SPECIFICATIONS ANNEXURE AA SELF PROPELLED OIL FIELD TRUCK MOUNTED SWABBING RIG UNIT Supply and commissioning of a Swabbing Rig mounted on an oilfield truck along with a draw works complete with 5 8 sand line reel telescopic mast with crown sheav
52. uation of the offers These charges should include amongst others to and fro fares boarding lodging local transport at Duliajan and other expenses of supplier s 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 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 Engineers shall be borne by OIL Bidders must categorically indicate the Installation Commissioning Training and Pre despatch Shipment Inspection charges in their offers and must confirm about providing the same in their Technical bids BID EVALUATION CRITERIA BEC 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 TECHNICAL All materials as indicated in the material description of the tender should be offered If any of the items are not offered by the bidders the offer will not be consider
53. umber 2 RFx Version Number 5 RFx Owner WIPRO_TEST1 Total Value 0 00 INR Area for uploading Techno Commercial Unpriced Bid Adda Clear Assigned To Category Text Preview Area for uploading Priced Bid Assigned To Category Description File Name Version Processor Checkec 5 The table does not contain any data Sign Attachment Add Attachment Edit Description Versioning Delete Create Qual The Techno Commercial Unpriced Bid shall contain all techno commercial details except the prices The Price bid must contain the price schedule and the bidder s commercial terms and conditions For uploading Price Bid first click on Sign Attachment a browser window will open select the file from the PC and click on Sign to sign the Sign On Signing a new file with extension SSIG will be created Close that window Next click on Add Atachment a browser window will open select the SSIG signed file from the PC and name the file under Description Assigned to General Data and clock on OK to save the File 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 enterin
54. xcise Duty in case of the indigenous bidder is EXEMPTED 5 3 When both Foreign and Domestic bids 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 5 2 above and Total Value of the foreign bidder worked out as per Para 5 1 above excluding inland transportation to destination will be compared 6 0 Other terms and conditions of the Tender 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 in the General Terms and Conditions for Global Tender and or elsewhere those mentioned in this BEC BRC shall prevail DG5711P15 08 Page 38 of 41 COMMERCIAL CHECK LIST TENDER NO SDG 5711 P15 08 1 Whether bid submitted under Two Bid System 2 Whether ORIGINAL Bid Bond not copy of Bid Bond submitted If YES provide details a Amount b Name of issuing Bank c Validity of Bid Bond d Whether Bid Bond is valid till e Whether Bid Bond is submitted as per Revised format 3 Whether offered firm prices 4 peu quoted offer validity of 180 days from the date of closing of tenders 5 GSS quoted a firm delivery perio
Download Pdf Manuals
Related Search
Related Contents
MANUAL DE INSTRUCCIONES 日本語ダウンロード User interface for providing consolidation and access Leica Rugby 810 Guide d`installation du système d`exploitation Windows Acnodes APW 5220 User's Manual Mode d`emploi SU グラフィガード - 株式会社オーデック EQ-150 - Optimus Copyright © All rights reserved.
Failed to retrieve file