Tender Document - Oil India Limited
Tender Document - Oil India Limited
Tender Document - Oil India Limited
Create successful ePaper yourself
Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.
<strong>Oil</strong> <strong>India</strong> <strong>Limited</strong><br />
(A Govt. of <strong>India</strong> Enterprise)<br />
P.O. Duliajan – 786602, Assam<br />
Telephone No. (91-374) 2800491<br />
Fax No: (91-374) 2800533<br />
Email: material@oilindia.in ; erp_mm@oilindia.in<br />
<strong>Tender</strong> No. : SDG2354P12/09 of 14.06.2011<br />
<strong>Tender</strong> Fee : INR 4,500.00 OR USD 100.00<br />
Bid Security Amount : INR 7,35,100.00.00 OR USD 15,980.00<br />
(or equivalent amount in any currency)<br />
Bidding Type<br />
: SINGLE STAGE TWO BID SYSTEM<br />
Date of Pre-Bid Conference : 6 th September 2011<br />
Bid closing date<br />
: As mentioned in Basic data of above –tender in the OIL’s e-portal<br />
Bid Opening date : -do -<br />
Venue of Pre-Bid Conference : Kolkata, West Bengal, <strong>India</strong><br />
Performance Guarantee<br />
: Applicable<br />
OIL INDIA LIMITED invites Global <strong>Tender</strong>s for items detailed below:<br />
Item No. /<br />
Mat. Code<br />
10<br />
OC000242<br />
Material Description QTY. UOM<br />
Supply, Installation, Testing and Commissioning of 125 KVA Natural Gas<br />
Engine driven Generating sets with Acoustic Enclosure as per the<br />
following Annexure:<br />
a) Detailed specification – Annexure - I.<br />
b) Bid Rejection Criteria (BRC) and Bid Evaluation Criteria – Annexure- II.<br />
c) Technical & Commercial Check list vide Annexure - III.<br />
8 Nos.<br />
Notes:<br />
1.0 A Pre-Bid Conference with the Parties will be held in Kolkata (<strong>India</strong>) on 6 th September, 2011 to discuss on the<br />
technical specifications and other terms and conditions of the tender. Parties who are interested to participate in<br />
the Pre-Bid Conference / tender can purchase the tender document and intimate their contact details for<br />
informing exact venue and time of the Pre-Bid conference nearer the time.<br />
2.0 Clarification on the technical specifications and other terms & conditions of the Genset shall be provided to the<br />
parties during the Pre-bid Conference. Parties should come fully prepared to the Pre-bid Conference and submit<br />
their queries to OIL in the Pre-bid Conference for clarification. The set of queries may also be sent to OIL at<br />
least 7 (seven) days before the Pre-bid Conference for study by OIL.<br />
3.0 Any changes in the technical specifications and other terms & conditions of the Genset arising out of discussion<br />
in the Pre-bid Conference shall also form part of the tender document.<br />
<strong>Tender</strong> No. SDG2354P12/09 Page 1 of 28
4.0 Parties, immediately after the purchase of the <strong>Tender</strong> documents, shall inform OIL at the following address<br />
about their participation in the Pre-Bid Conference with details of the persons to enable OIL to make<br />
arrangement for the Pre-Bid Conference.<br />
HEAD – MATERIALS<br />
OIL INDIA LIMITED<br />
P.O DULIAJAN, PIN – 786 602<br />
DIST. DIBRUGARH (ASSAM) INDIA<br />
FAX NO. : 91 - 374 – 2800533<br />
E-Mail : mmfd1@oilindia.in / material@oilindia.in<br />
Special Notes :<br />
1.0 The tender will be governed by “General Terms & Conditions” for e-Procurement as per Booklet No.<br />
MM/GLOBAL/E-01/2005 for E-procurement (ICB <strong>Tender</strong>s) including Amendments & Addendum to<br />
“General Terms & Conditions” for e-Procurement.<br />
2.0 Technical Check list and Commercial Check list are furnished vide Annexure – III. Please ensure that<br />
both the check lists are properly filled up and uploaded along with Technical bid.<br />
3.0 The item qualifies for Nil duty / Deemed Export benefits. For Deemed Export benefits, please refer<br />
Addendum to the General terms and conditions for Global tender.<br />
4.0 Please note that all tender forms and supporting documents are to be submitted through OIL’s e-<br />
Procurement site only except following documents which are to be submitted manually in sealed envelope<br />
super scribed with tender no. and due date to The Head Materials, Materials Department, <strong>Oil</strong> <strong>India</strong><br />
<strong>Limited</strong>, Duliajan- 786602, Assam on or before the Bid Closing Date and Time mentioned in the <strong>Tender</strong>.<br />
a) Original Bid Security.<br />
b) Details Catalogue and any other document which have been specified to be submitted in<br />
original.<br />
5.0 The tender is invited under SINGLE STAGE-TWO BID SYSTEM. The bidders are<br />
required to submit both the “TECHNICAL” and “COMMERCIAL” bids through electronic<br />
form in the OIL’s e-<strong>Tender</strong> portal within the Bid Closing Date and Time stipulated in the e-<br />
<strong>Tender</strong>. Please ensure that Technical Bid / all technical related documents related to the tender<br />
are to be uploaded in the c-Folder link (collaboration link) under Un-priced Bid Tab Page only.<br />
Please note that no price details should be uploaded as c-Folder link (collaboration link) under<br />
Un-priced Bid Tab Page. Details of prices as per Bid format / Commercial bid can be uploaded<br />
as Attachment in the attachment link Search and Add under “Unpriced Bid” under<br />
“General Data”. A screen shot in this regard is given below. Offer not complying with above<br />
submission procedure will be rejected as per Bid Rejection Criteria mentioned in Annexure-II<br />
(Refer Clause 1.0 of (B) Commercial).<br />
<strong>Tender</strong> No. SDG2354P12/09 Page 2 of 28
C-FOLDER LINK<br />
Details of prices as per Bid format /<br />
Commercial bid can be uploaded in<br />
this Attachment<br />
6.0 The Integrity Pact is applicable against this tender .OIL shall be entering into an Integrity Pact with<br />
the bidders as per format enclosed vide Annexure XII of the tender document. This Integrity Pact<br />
proforma has been duly signed digitally by OIL’s competent signatory. The proforma has to be<br />
returned by the bidder (along with the technical bid) duly signed (digitally) by the same signatory<br />
who signed the bid, i.e., who is duly authorized to sign the bid. Any bid not accompanied by Integrity<br />
Pact Proforma duly signed (digitally) by the bidder shall be rejected straightway. Uploading the<br />
Integrity Pact with digital signature will be construed that all pages of the Integrity Pact has been<br />
signed by the bidder’s authorized signatory who sign the Bid.<br />
OIL’s Independent External Monitors at present are as under:<br />
(I) SHRI N. GOPALASWAMI,I.A.S ( Retd) ,<br />
Former Chief Election Commissioner of <strong>India</strong><br />
E-mail Id : gopalaswamin@gmail.com<br />
(II) SHRI RAMESH CHANDRA AGARWAL , IPS( Retd)<br />
Former Director General of Police<br />
E-mail Id : rcagarwal@rediffmail.com<br />
7.0 Bidders are requested to examine all instructions, forms, terms and specifications in the bid. Failure<br />
to furnish all information required as per the bid or submission of offers not substantially responsive<br />
to the bid in every respect will be at the bidders risk and may result in the rejection of its offer<br />
without seeking any clarifications.<br />
<strong>Tender</strong> No. SDG2354P12/09 Page 3 of 28
Annexure – I<br />
SUPPLY, INSTALLATION, TESTING, COMMISSIONING AND HANDING OVER OF 2 Nos. 125 KVA GAS<br />
ENGINE DRIVEN GENERATING SET WITH ACOUSTIC ENCLOSURE.<br />
1.0 SCOPE OF SUPPLY:<br />
The scope of supply by the bidder shall be of 125 KVA, 415 Volts, 3 Phase, 50 Hz Industrial type,<br />
Natural Gas Engine driven Generating set with all accessories.<br />
The generating sets shall be the primary source of power for its application. The rating applies to<br />
supplying continuous power at variable load for unlimited annual hours. A 10% overload is allowed for<br />
up to 1 hour in every 12 hours.<br />
2.0 GAS ENGINE :<br />
The gas engine should be a four stroke, naturally aspirated / turbo charged, radiator cooled engine,<br />
rated for continuous power and capable of developing a net minimum of 145 HP at 1500 rpm with a<br />
maximum compression ratio of 10.5 : 1. The engine should comprise of the following sub systems<br />
2.1 ENGINE SUB SYSTEM<br />
a) Cooling System:<br />
The cooling system of water cooled engine should comprise of an engine mounted water pump, an<br />
industrial type heavy duty radiator/ heat exchanger suitable for operation in ambient temperature of 48<br />
Deg C and a blower fan.<br />
(i) The engine jacket water cooling system should be a closed circuit design with provision for filling,<br />
expansion, and de-aeration. The cooling pump should be driven by the engine. Auxiliary coolant pump<br />
required for heat exchanger or separate circuit after cooling should also be engine driven. Coolant<br />
temperature should be internally regulated to disconnect external cooling system until operating<br />
temperature is achieved.<br />
(ii) Radiator, Engine Mounted: Heat rejected to the engine jacket water shall be discharged to the<br />
atmosphere through a close coupled radiator. The radiator shall be sized to cool the engine<br />
continuously while operating at full rated load and at site conditions of 48 Deg C ambient.<br />
(iv) Blower Fan: The radiator cooling fan shall be a blower type driven from the engine. Air shall be drawn<br />
from the engine side and exhausted through the radiator core with no more than 12.7 mm (0.5 Inch) of<br />
water external restriction in addition to core restrictions.<br />
(v) Fan and Belt guarding: The fan, fan drive, and fan belts shall be covered with punched steel mesh<br />
guarding for personnel protection.<br />
b) Air Intake System:<br />
The air intake system should comprise of a heavy duty engine air cleaner mounted on the engine with a<br />
vacuum indicator and air intake manifold with dry element requiring replacement no more frequently<br />
than 500 hours or once each year.<br />
c) Electric Starting System:<br />
The engine should have an electric starting system comprising of a Maintenance Free Heavy Duty<br />
Battery pack of reputed make having a minimum capacity 180 ampere hours with a alternator mounted<br />
on the engine for a battery charging and a 12 or 24 Volt starter (preferably of LUCAS TVS/DELCO<br />
REMY make), starter relay, and automatic reset circuit breaker to protect against butt engagement.<br />
Batteries shall be maintenance free, lead acid type mounted near the alternator. Batteries should be<br />
housed in a hard rubber or polypropylene case with provision for venting. Required cables should be<br />
furnished and sized to satisfy circuit requirements.<br />
<strong>Tender</strong> No. SDG2354P12/09 Page 4 of 28
d) Battery Charger:<br />
The battery charger is to be a solid-state device with adjustable float voltage control. It is to be a<br />
constant voltage device with current limit, and it is to include an equalize switch which will allow the<br />
battery to be overcharged for maintenance purpose.<br />
e) Ignition System :<br />
The ignition system should be a shielded ignition comprising Altronic III/V Engine driven ignition timer,<br />
Ignition Coil, High Tension and Low Tension Wiring Harness, Transformer and Spark Plugs shall<br />
incorporate gold palladium electrodes for reliability and life ( Preferably STITT/ CHAMPION make)<br />
f) Exhaust System :<br />
(i)The exhaust system should comprise of water cooled exhaust manifold, stainless steel exhaust<br />
flexible connection, residential type exhaust silencer, spark arrestor and piping connections<br />
(ii) Heavy walled piping of schedule 40 with radii of 90° bend at least 1½ times the pipe diameter.<br />
Piping should be installed with appropriate insulation and shielding.<br />
(iii) Piping should be supported and braced to prevent weight or thermal growth being transferred to the<br />
engine and flexible expansion fittings provided to accommodate thermal growth.<br />
g) Fuel System :<br />
The fuel system should comprise of *Governor (Preferably WOODWARD make), carburetor (Preferably<br />
IMPCO make ), main line and secondary line gas pressure regulator ( Preferably VANAZ/FISHER<br />
make ) , gas filter and related linkages. The first stage regulator is to have an inlet pressure rating of<br />
20 psig and outlet pressure rating of 7 psig and outlet pressure rating.<br />
*Governor: The engine governor shall be Mechanical / Mechanical-Hydraulic / Electronic Speed Control<br />
with EG Electro-Hydraulic actuator or Barber Coleman Equal. Speed drop shall be extremely adjustable<br />
from 0 (isochronous) to 10% from no load to full rated load. Steady state frequency regulation shall be<br />
+ / - 0.5 percent.<br />
Fuel inlet line to the engine shall be having stainless steel flexible connection to take care of<br />
vibration/shock if any, in the system.<br />
h) Lubricating System:<br />
The lubricating system should comprise of lubricating oil pump, lubricating oil filter with a replaceable<br />
paper element, lubricating oil cooler, lubricating oil pan and crankcase breather.<br />
(i) The lubricating oil pump shall be a positive displacement type that is integral with the engine and<br />
gear driven from the engine gear train. The system shall incorporate full flow filtration with bypass valve<br />
to continue lubrication in the event of filter clogging.<br />
(ii) The bypass valve must be integral with the engine filter base of receptacle.<br />
i) Instrument Panel:<br />
The engine mounted instrument panel shall consist of a shock-mounted formed and welded enclosure.<br />
Provide Metric marked gauges as above.<br />
The instrument panel should include the following:<br />
a) Lubricating <strong>Oil</strong> pressure gauge<br />
b) Lubricating oil temperature gauge<br />
c) Water temperature gauge<br />
d) Starting Switch<br />
e) Ignition Switch<br />
f) Mechanical/Digital tachometer and hour meter<br />
g) Circuit Breaker<br />
h) Ampere meter<br />
i) Electric service meter<br />
j) Engine Safety Controls:<br />
<strong>Tender</strong> No. SDG2354P12/09 Page 5 of 28
Engine mounted safety shut off/trip system for tripping the engine in the event of<br />
a) Low lubricating oil Pressure<br />
b) High cooling water temperature<br />
c) Engine over speed<br />
d) Over crank<br />
k) Other Features :<br />
a) flexible coupling / direct coupling<br />
b) AVM Pad.<br />
c) flywheel with housing<br />
d) lifting eyes<br />
e) coupling guard if applicable<br />
f) guards over belt drives ( blower fan, water pump drive pulley, timing pulley)<br />
g) standard painting<br />
h) suitable hand throttle control<br />
i) mechanical hour meter<br />
j) SAE standard rotation.<br />
k) Gas shut off valve for engine fuel gas line should close automatically when the engine is stopped.<br />
N.B: Provision of guards over belt drives and couplings has become mandatory as per<br />
recommendation of OISD (<strong>Oil</strong> Industry Safety Director) & DGMS ( Director General of Mines & Safety )<br />
2.2 GENERAL NOTES ON ENGINE :<br />
a) The engine shall conform to ISO : 3046 specifications and shall be rated for continuous power with<br />
an over load power rating of 110% of the continuous power corresponding to engine application for a<br />
period of 1 hr within a period of 12 hrs operation.<br />
b) The engine governing should be in accordance with Class A Governing specified in BS : 3109 : 1985<br />
( or latest)<br />
c) The bidder should submit the following information along with relevant performance rating Curves<br />
and engine product catalogue:<br />
i) Gross HP developed at rated RPM<br />
ii) Deduction for fan and other ancillary equipment.<br />
iii) Net HP developed at rated RPM<br />
iv) Specific fuel consumption at rated power as well as at 110%, 75%, 50% and 25% of rated load<br />
d) A suitable selected flexible coupling should be incorporated to transfer power from the engine to the<br />
alternator. A guard should be provided to cover the same to meet OISD norms<br />
e) The generating set should be suitable for operation at the following site condition:<br />
Maximum Temperature : 48 DEG C<br />
Minimum Temperature : 05 DEG C<br />
Maximum Humidity at 21 DEG C : 100 %<br />
at 35 DEG C : 95 %<br />
at 41 DEG C : 70 %<br />
Maximum Altitude above sea level : 150 Meter<br />
f) Composition of Fuel Gas:<br />
The engine should be capable of developing required BHP as detailed in para 2.0 above with fuel<br />
composition given below:<br />
<strong>Tender</strong> No. SDG2354P12/09 Page 6 of 28
CONSTITUTION<br />
% VOLUME<br />
Methane 89.442<br />
Ethane 4.267<br />
Propane 2.083<br />
Butane- Pentane 6 - 3<br />
Nitrogen 1.5<br />
Carbon-dioxide 0.434<br />
Iso-Butane 0.641<br />
N-Butane 0.892<br />
Iso-Pentane 0.353<br />
N-Pentane 0.271<br />
Hexane 0.672<br />
Gravity 0.655<br />
Gross Calorific Value 1300- 1100 BTU/CFT<br />
Net Calorific Value 1200- 1045 BTU/CFT<br />
g) The fuel gas system shall consists of a minimum of following components but shall not be limited to<br />
these :<br />
a) Main line pressure regulator.<br />
b) Pressure relief safety valve.<br />
c) Gas scrubber tank.<br />
d) Gas fuel filter.<br />
e) Interconnecting gas piping from main line pressure regulator to engine.<br />
f) The gas conditioning & piping should be carried out in such a way as to prevent condensate carry<br />
over to engine.<br />
g) The make of the engine should be restricted to the following make only :<br />
CUMMINS/CATERPILLER/WAUKESHA<br />
3.0. ALTERNATOR:<br />
1. Make : Stamford/Kirloskar/Crompton/NGEF/Kato/Caterpillar<br />
2. Rated Output : 125 kVA<br />
3. Rated Voltage : 415 Volts ± 6%<br />
4. Phase : 3 phase - 4 wire<br />
5. Frequency : 50 Hz ± 3%<br />
6. No. of Poles : 4<br />
7. RPM : 1500<br />
8. Rated power factor : 0.8 lagging<br />
9. Conductor Material. : Copper<br />
10. Type : Industrial<br />
<strong>Tender</strong> No. SDG2354P12/09 Page 7 of 28
11. Duty : Continuous base load duty<br />
12. Class of insulation : Class F / H<br />
13. Phase sequence : UVW (Phase sequence and direction of rotation shall be<br />
clearly marked on the alternator.)<br />
14. Connection : Y ( Star )<br />
15. Site Condition : Temp.= 5 - 40 deg C, RH = 95%, Alt = 150 Meter<br />
16. Alternators Internal Protection (Enclosure) : IP 23<br />
17. Alternators Terminal Box protection : IP 54<br />
18. Cooling : Air cooled by integral fan<br />
19. Excitation system : Brush less, self excited and self regulated.<br />
The brush less alternator shall be composed of 3-phase AC exciter with rotating diodes, pilot exciter<br />
and static voltage regulator with voltage adjuster potentiometer, main field windings and stator<br />
windings. At nominal speed the exciter must produce sufficient residual voltage in order to ensure<br />
perfect excitation.<br />
20. Automatic Voltage Regulation : The machine shall be voltage regulated & shall maintain a voltage<br />
accurate to ± 0.5% to ± 1.0% in any condition between no load & full load even if its speed fluctuates<br />
by ± 4%.<br />
AVR should be mounted in the control panel with rubber washers to arrest vibration. AVR should have<br />
under speed, over excitation protection features with LED display.<br />
21. Permissible voltage variation at rated : + 2 % speed, and power factor<br />
22. Voltage swing (transient response) : When rated load is suddenly switched ON voltage dip shall<br />
be limited to 5-10% and will be corrected within 0.2 to 0.7 sec.<br />
23. Permissible Engine Speed variation : When the speed of engine is 1.2 times for two minutes, the<br />
alternator should be capable of withstanding it without any damage.<br />
24. Permissible frequency variation at rated : + 2 % speed and power factor<br />
25. Period for taking load from start impulse : 5 sec<br />
26. Motor starting ability : 200 % for 20 sec.<br />
27. Overload capacity : Should be capable of sustaining a 10 % overload for one hour in any 12<br />
hours operation.<br />
28. Unbalanced current carrying capacity : 20 %<br />
29. Short circuit current withstand capacity: Alternator should be capable of sustaining short circuit<br />
current 3 to 4 times of full load current for 3 seconds.<br />
30. Over voltage : The alternator should be capable of operation over a range of 110 % of rated voltage<br />
31. Mounting : Foot mounted on anti vibration pads<br />
32. Amplitude of vibration at no load : 100 micron<br />
3.1 GENERAL NOTES ON ALTERNATOR:<br />
1. The alternator shall be of proven design.<br />
<strong>Tender</strong> No. SDG2354P12/09 Page 8 of 28
2. Alternator and AVR shall be suitable for humid and corrosive atmosphere.<br />
3. Alternator’s winding terminals shall be connected to 4 terminals of suitably rated tinned copper bars<br />
of appropriate length, mounted on sheet moulding compound (SMC) supports, in the cable terminal<br />
box.<br />
4. Cable entry arrangement: The alternator terminals & terminal box shall be suitable for terminating 2<br />
nos of 4 core , 120 sq.mm PVC insulated and PVC sheathed armoured copper cable. All cables from<br />
the alternator shall be terminated through suitably sized single compression glands on a detachable<br />
gland plate at the bottom of the reverse entry terminal box and connections will be made through<br />
properly rated tinned copper sweating sockets crimped rigidly to the copper conductors.<br />
5. Earthing system for the alternators (body and neutral) shall be as per the IS: 3043.<br />
6. 2 nos. of earth studs shall be provided on both sides of the alternator.<br />
7. Two nos. lifting hooks shall be provided for lifting the alternator.<br />
8. The following information shall be provided:<br />
i. Unbalanced current carrying capacity<br />
ii. Efficiency of the alternator at 25 %, 50 %, 70 % and 100 % load.<br />
iii. Power factor of the alternator at 25 %, 50 %, 70 % and 100 % load.<br />
iv. Motor starting capability.<br />
v. Dimensional drawings.<br />
9. Name plate (Rating plate): Nameplate shall be fixed on the Alternator frame containing the following<br />
minimum information in English language.<br />
Manufacturers name, Applicable standards, Serial no., Type, Frame reference, Rated output, Rated<br />
power factor, Duty, Rated frequency, Rated voltage, No. of phases, Type of connection, Rated stator<br />
current, Rated speed in rpm, Class of insulation, Excitation current and voltage at rated output, Phase<br />
rotation, Temperature rise, Year of manufacture.<br />
3.2 STANDARDS<br />
The alternator shall conform to the following standards:<br />
IS : 12065------ Noise limit<br />
IS : 12075------Vibration<br />
IS : 4722------- Governing Standards<br />
IS : 4691------- Enclosure<br />
IS : 6362------- Cooling<br />
IS : 2253------- Mounting<br />
3.3 TESTING OF ALTERNATOR AT MANUFACTURER’S WORKS:<br />
All the routine tests and load tests of the alternator (along with the control panel) shall be witnessed by<br />
OIL engineers at manufacturer’s works. The routine test of the alternator will include the following<br />
minimum tests/measurements: -<br />
1. Measurement of winding resistances for generator armature, field, exciter armature and exciter field.<br />
2. Measurement of insulation resistance tests (before and after HV tests) for generator armature and<br />
field, exciter armature and field.<br />
3. High voltage (HV) test.<br />
4. Phase sequence test.<br />
5. Voltage regulation test.<br />
6. Vibration measurement.<br />
7. Measurement of noise level.<br />
8. Overload test.<br />
<strong>Tender</strong> No. SDG2354P12/09 Page 9 of 28
3.4 DOCUMENTS :<br />
1. The following <strong>Document</strong>s / drawings shall be submitted with the offer<br />
# GA drawing<br />
# Technical literature of alternator<br />
# Catalogues of various components<br />
2. The successful bidder shall obtain approval for the drawings prior to manufacturing of alternator and<br />
ten sets of following documents shall be submitted along with the supply<br />
# GA drawing<br />
# Technical literature of alternator<br />
# O&M manual<br />
# Catalogues of various components<br />
# All test certificates<br />
# List of recommended spares for two years<br />
3. One set of the above <strong>Document</strong>s shall be furnished with the equipment.<br />
4.0 SWITCHGEAR & CONTROLS:<br />
Switchgear & Controls will consist of the following:<br />
1. Generator Control Panel<br />
2. Change Over Switch<br />
4.1 GENERATOR CONTROL PANEL:<br />
The generator control panel shall be sheet steel clad, self supporting, floor mounting with vibration<br />
dampers, cubicle type, dust and vermin proof made of 14G MS CR sheet and built upon rigid<br />
framework, having front and rear hinged doors with danger plate fitted on both sides, lifting lugs on top,<br />
ventilation louvers with perforated sheet on both sides, bottom detachable gland plates, double earthing<br />
studs on two sides, complete with suitably sized zinc plated & passivated double nuts and spring<br />
washers; as fully described below :<br />
It shall broadly have the following compartments / sections.<br />
1) Incomer / Bus bar Section.<br />
2) Generator Protection Section.<br />
3) Generator control section<br />
4) Engine control section<br />
A) Incomer / Bus bar Section: This section shall have:<br />
# 1 No. 250 A 4P, 415V, CFS unit, fused 400 A (Make: Siemens/GEPC/Havells/L&T)<br />
# 1 No. 250 A, 4 pole, 415V, Moulded Case Circuit Breaker, 50 kA, with adjustable overload so that<br />
overload can be set at full load current of the alternator, with remote tripping facility with 230 volt shunt<br />
tripping. (Make: Siemens/ /Merlin Gerin/ Legrand).<br />
# MCCB should trip on the following faults with indication<br />
i) Over current & Earth fault<br />
ii) Short circuit<br />
iii) Earth leakage<br />
iv) Over voltage<br />
v) Under voltage<br />
vi) Incorrect phase rotation<br />
# 1 set TP & N electrolytic grade, high conductivity, copper bus-bars, conforming to as per IS: 5082,<br />
rated 250 amps and supported at required intervals to withstand short circuit fault levels up to 50 KA.<br />
<strong>Tender</strong> No. SDG2354P12/09 Page 10 of 28
Bus-bar support shall be non- hygroscope SMC / FRP and the bus-bar shall be insulated with heat<br />
shrinkable PVC sleeves.<br />
# Cable entry arrangement: All cables to the panel will enter through a detachable gland plate at the<br />
bottom of the panel. All cables will be terminated through suitably sized single compression glands and<br />
connections will be made through properly rated terminal strips and tinned copper sweating sockets<br />
crimped rigidly to the copper conductors.<br />
B) Generator Protection Section: This section shall have:<br />
# Earth leakage relay with CBCT, (Make: Merlin Gerin /Legrand/); ELR shall be adjustable (sensitivity:<br />
0-500 mA, time: 0-500 ms)<br />
# 1 No 3 phase Voltage Monitoring Relay for the following protections<br />
(Make: Telemecanique or eqv.)<br />
I. Over voltage - 110 %<br />
II. Under voltage - 85 % with 1- 10 seconds time setting<br />
III. Incorrect phase rotation<br />
# Suitably rated CTs, class 5P10 for above (Make: Kappa or Eqv.)<br />
All relays shall be mounted in front of the panel.<br />
C) Generator Control Section: This section shall have:<br />
i) Meters:<br />
# 1 - M.I. Voltmeter, 96 sq. mm, 0 - 500 V (Make: AE or eqv.)<br />
# 1 - Voltmeter selector switch (Make: Kaycee or eqv.)<br />
# 1 - M.I Ammeter, 96 sq. mm, 0-300 Amps, C.T. operated (Make: AE or eqv.)<br />
# 1 - Ammeter selector switch (Make: Kaycee or eqv.)<br />
# 1 - Digital frequency meter, 48 X 96 mm, scaled 0-100 Hz, suitable for 240 V AC operation, with a<br />
single pole ON / OFF switch (Make: AE or eqv.)<br />
# 1 - kW meter, Dynamometer type, 3ph, 3 ele, 96 sq.mm, 0 - 200 kW (Make: AE or eqv.)<br />
# Suitably rated CTs, class I for ammeter, kW meter and PF meter (Make: Kappa or eqv.)<br />
All meters shall be mounted in front of the panel.<br />
ii) Indications:<br />
Indications for the following are to be provided<br />
(a) Engine running<br />
(b) Power supply on<br />
(c) Power supply off<br />
(d) Over current and earth fault indication with reset push button<br />
(e) Over / under voltage indication with reset push button<br />
(f) Over / under frequency indication with reset push button<br />
(g) Engine fault<br />
(h) Indication for testing of healthiness of trip circuit<br />
All indication lamps shall be of LED type (Make: Vinay or eqv.) and shall be mounted in front of the<br />
panel.<br />
iii) Fuses:<br />
All meters, indication lamps shall be protected by adequate nos of HRC instrument fuses of suitable<br />
rating (Make: GEPC or eqv.).<br />
iv) Auxiliary relays:<br />
Auxiliary Relay / Contactors will be provided as per requirement of the control circuit. (Make:<br />
Siemens/Telemechanique/L&T)<br />
D) Engine control section: This section shall have:<br />
# Digital RPM meter - 1 No.<br />
<strong>Tender</strong> No. SDG2354P12/09 Page 11 of 28
# Engine trip indications: Engine should be stopped with the help of heavy-duty 24V D.C. fuel solenoid<br />
on following conditions.<br />
a) Engine over speed<br />
b) Low lube oil pressure<br />
c) High water temperature<br />
d) Over crank<br />
Indication of each of the trips shall be provided in the front door of the Engine control section. Suitable<br />
relay/ timer arrangement shall be provided wherever required.<br />
# Push buttons for<br />
(a) Accept<br />
(b) Reset<br />
(c) Engine stop<br />
(d) Lamp test<br />
# Hooter/alarm to indicate Engine trip on fault<br />
4.2 CHANGE OVER SWITCH (OFF LOAD):<br />
1 No. 250 Amp, 4-pole Change over switch (off load), (Siemens / Havells make), shall be mounted in a<br />
separate compartment inside the acoustic enclosure. One incoming will be connected to the alternator<br />
power from the MCCB with 2 Nos 4C ,120 sq mm PVC insulated and PVC sheathed armoured copper<br />
cable. The other incomer will be left for connecting other source of power. The outgoing of the<br />
changeover switch will be connected to the PMCC. All Terminations will be done through suitably sized<br />
single compression glands in detachable gland plates and connections will be made through properly<br />
rated terminal strips and tinned copper sweating sockets crimped rigidly to the copper conductors.<br />
Earthing arrangement will be provided with double earthing studs on two sides and will be connected to<br />
the earth bus with suitably sized zinc plated and passivated double nuts and spring washers.<br />
4.3 GENERAL NOTES ON SWITCH GEAR:<br />
1. The Control Panel shall be designed, manufactured and tested as per the latest applicable codes<br />
and standards and stringent quality control checks to be carried out at every stage.<br />
2. Copy of CPRI test certificate for type test of the panels will be furnished along with supply.<br />
3. The control wiring shall be done with PVC insulated flexible copper wires of 2.5 sq.mm and each<br />
wire shall have a ferrule numbers. The entire wiring will be properly dressed and tested.<br />
4. All control wires shall be brought to terminal strips and from there taken to different controls/devices.<br />
All connections shall be done through properly rated lugs.<br />
5. Suitable inscription plates should be provided for the indication lamps, push buttons, selector<br />
switches, terminal strips etc.<br />
6. The panels will be so placed in the enclosure that sufficient space shall be available in the front and<br />
rear of the panels for inspection & maintenance works on the panels.<br />
7. Neoprene gaskets to be provided wherever required.<br />
8. Earth Strips of 50 X 6 mm GI shall be provided as earth bus at the rear of the switchgear for the<br />
earth connections complete with adequate Nos of zinc plated and passivated studs, nuts, and spring<br />
washers.<br />
4.4 TESTING OF PANEL AT MANUFACTURER’S WORKS:<br />
All the routine tests and load tests of the panel (along with the genset) shall be witnessed by OIL<br />
engineers at manufacturer’s works. The routine test of the panels will include the following minimum<br />
tests/measurements: -<br />
<strong>Tender</strong> No. SDG2354P12/09 Page 12 of 28
1. Physical checks & Operation check of all components<br />
2. HV tests<br />
3. Insulation tests (before and after HV tests).<br />
4.5 DOCUMENTS:<br />
A. The following drawings shall be submitted with the offer<br />
# GA drawing showing all details<br />
# Power and control circuit diagrams<br />
# Bill of materials with catalogues of various components<br />
# Copy of CPRI test certificate for type test of the panels<br />
B. The successful bidder shall obtain approval for the drawings prior to manufacturing of<br />
equipment/panel and four sets of the following documents shall be submitted with the supply<br />
# GA drawing showing all details<br />
# Bill of materials with catalogues of various components<br />
# Power and control circuit diagrams<br />
# List of recommended spares for two years<br />
# All test certificates including copy of CPRI test certificate for type test of the panels<br />
C. One set of Power and control circuit diagrams shall be furnished with the equipment.<br />
5.0 ACOUSTIC ENCLOSURE :<br />
The salient features of the acoustic enclosure shall be as follows:<br />
The generating set comprising of engine coupled with alternator, control panel etc for each set should<br />
be placed inside an acoustic enclosure having the following salient features :<br />
i. The acoustic enclosure should be of modular construction with the provision to assemble and<br />
disassemble easily at site. There should also be adequate provision of taking out the equipment for<br />
maintenance / repairing jobs and reinstalling the same after necessary corrective action<br />
ii. The engine generator shall be factory enclosed in not less than a 12 gauge cold rolled steel<br />
enclosure constructed with corner posts, uprights and headers. The roof shall aid in the runoff of water<br />
and include a drip edge. The weather- proof and corrosion resistant acoustic enclosure should be duly<br />
surface treated, phosphated and finally powder coated for long lasting finish. The sheet metal<br />
components should preferably be hot dip, seven tank pretreated before powder coating with special<br />
pure polyester based powder<br />
iii. The sound proofing of the enclosure should be done with self extinguishing high quality rock wool /<br />
mineral wool conforming to IS 8183. The rock wool should be further covered with fiber glass tissue<br />
and perforated sheet. The silencer must be such that sound level is 75 dbA at 1 meter from the<br />
enclosure surface.<br />
iv. Exhaust silencer shall be provided of the size as recommended by the manufacturer and shall<br />
attenuate the sound to the level noted above. It shall be supplied with a flexible , seamless, stainless<br />
steel exhaust connection as well as with all internal pipe work. A rain cap will be supplied to terminate<br />
the exhaust pipe. These components must be properly sized to assure operation with minimum back<br />
pressure and high sound when installed. The canopy should be finished in synthetic enamel paint<br />
incorporating rust inhibitors and aluminum sprayed silencers and spark arrestors to guarantee a<br />
superior and long lasting finish.<br />
v. There should be carefully designed inlet and outlet baffles / attenuators with corresponding weather<br />
louvers and bird mesh allowing sufficient air flow, for the set to operate even under the harshest<br />
ambient conditions whilst maintaining specified noise levels. Suitably sized blower should be<br />
incorporated to meet total air requirement.<br />
<strong>Tender</strong> No. SDG2354P12/09 Page 13 of 28
vi. The temperature inside the enclosure should be suitable for human comfort. The temperature of<br />
exhaust line should not exceed the self ignition temperature of fuel gas. A high temperature trip<br />
system ( to shut down the engine by cutting off fuel supply to the engine through the solenoid valve )<br />
with variable setting connected to a thermostatically controlled blower must be provided for eliminating<br />
excessive heat dissipated by the engine within the acoustic enclosure. Suitable continuous on line<br />
Temperature Monitoring and Control System with Alarm and Shut Down Mechanism should be<br />
provided.<br />
(a) When the concentration of gas inside the acoustic enclosure reaches 10 % of LEL of gas, audio<br />
visual alarm should activate and automatic preventive measure should activate to reduce the<br />
concentration of leakage gas. These preventive measures include switching on heavy duty exhaust fan<br />
to disperse leakage gas or stoppage of gas leakage itself.<br />
(b) When the concentration of gas inside the acoustic enclosure reaches 15 % of LEL of gas ( or any<br />
other suitable rating ), the alternator main circuit breaker should trip automatically and subsequently the<br />
engine should be shut down instantaneously by automatic device ( i.e., cutting off power supply to the<br />
fuel solenoid valve.)<br />
vii. A separate Blower of suitable size should be provided and it will be in operation even if the<br />
thermostatically controlled blower stops / fails.<br />
viii. There should be a provision of emergency shut down of the generating set ( Prime Mover ) from<br />
outside the enclosure .<br />
ix. The enclosure should be complete with power and control wiring between control panel and<br />
alternator and other components like blowers etc with proper size copper cable. The cables should be<br />
terminated using gland and tinned copper sweating sockets and run through guard pipe.<br />
x. The enclosure should have the sufficient space in and around the generating set to facilitate<br />
maintenance and operation of the set<br />
xi. Acoustic Enclosure’s base frame should incorporate necessary facilities for handling and inter<br />
location transfer through oil field trucks and its overall dimension should not exceed 9M x 2.5 M x 2.5M<br />
( Length x Width x Height).<br />
xii. The control panel for the Generating set should be installed separately on the same skid inside the<br />
same acoustic enclosure. The connection from the alternator and control panel should be carried out<br />
with 3.5 core 120 sq. mm PVC insulated, PVC sheathed armored copper cable and cable should be<br />
terminated with proper size of tinned copper sweating socket and cable glands at alternator and panel<br />
end.<br />
xiii. All the terminal boxes/Junction boxes etc, the battery and self starter connection terminals / and its<br />
components should be housed inside DGMS approved intrinsically safe enclosure.<br />
NOTE:SPECIFICATION OF CONTINUOUS ON LINE GAS MONITORING SYSTEM<br />
Detector / Gas Sensor : Actual Nos of Sensors to be decided based on locations where there is<br />
possibilities of gas leakage inside the acoustic enclosure.<br />
Type : IR (Infrared), suitable for detection of NATURAL GAS ( By Volume CH4 : 89.538 %, N2 : 1.004<br />
%, CO2 : 0.543 %, C2H6 : 4.132 %, C3H8 : 2.491 %, Others : 2.292 % )<br />
Range : 0 to 100 % LEL<br />
Operating Temperature : 0 to 50 Deg C<br />
Display : 4 digit LCD Display<br />
Alarm Setting : Variable<br />
Shut down setting : Variable<br />
Control system : Suitable control system to be provided for alarm and safety shut down of the engine<br />
<strong>Tender</strong> No. SDG2354P12/09 Page 14 of 28
Sensor calibration : Adjustment of Zero & Span on-site Non Intrusive one man calibration, should have<br />
facility to calibrate the instrument on spot without disconnecting from power supply by using any<br />
portable hand held intrinsically safe calibrator.<br />
Detectors must be suitable for hazardous environment i.e., Zone 1 & Zone 2 hazardous area as per<br />
OMR, 1984.<br />
Approval for Detectors / Sensors : Valid DGMS approval certificate must be provided with the offer.<br />
5.1 ENCLOSURE ILLUMINATION:<br />
A separate circuit shall be provided for lighting of the acoustic part of the enclosure. There shall be only<br />
2 Nos DGMS approved intrinsically safe tube light fitting with control from non acoustic part of the<br />
enclosure. Armoured cable and FLP cable glands should be used for wiring purpose inside the acoustic<br />
enclosure.<br />
Make of Luminaire : Baliga / FCG / SUDHIR<br />
NOTE :<br />
1. Bidders should submit layout drawing of the acoustic enclosure indicating positions of engine,<br />
alternator, control panel etc along with the wiring diagram of the package and will have to be approved<br />
by OIL before execution of the order.<br />
2. Enclosure design should be such that for any major maintenance activities the enclosures from any<br />
side can be easily dismantled and re-erected.<br />
3. Generating set comprising of Engine, Alternator, Control Panel and other auxiliaries should be<br />
placed inside an acoustic enclosure ( approved by ARAI, Pune/ NPL, New Delhi/ NSTL, Visakapatnam/<br />
FCRI, Palghat / NAL, Bangalore) and the unit should be mounted to a common base frame. The set<br />
should have proper arrangement for easy loading /unloading to facilitate ease in transportation.<br />
4. A panel viewing window should be provided to facilitate visual monitoring of the equipment from<br />
outside.<br />
5.2 EARTHING ARRANGEMENT:<br />
1 ) The earthing scheme for the unit should be as per BIS-3043.<br />
2) Two nos. 50x6mm GI straps shall be suitably fixed on the floor of the unit skid as main earth bus.<br />
Alternator earth terminals, control panel earth terminals ,COS earth terminals ,enclosure and truck<br />
chassis shall each be connected through two nos. separate 25 x 5 mm GI straps to both the main<br />
straps with independent connections at separate points. All Galvanization thickness shall be min. 85<br />
micron as per BIS.<br />
3) The neutral of the alternator will be connected to the neutral bus thru the incomer cable. The neutral<br />
bus will be connected by two nos. of heavy duty PVC insulated ,PVC sheathed ,Flexible ,single core<br />
cables of 50 sqmm size to main earth straps at two independent points .The earth cables shall be<br />
suitably supported and protected to avoid any damage and shall be run in galvanized non-flexible<br />
conduits. Both ends of the cables shall be terminated with lugs and suitably protected against<br />
mechanical damage. Make of cables: Finolex / Havells.<br />
4) Both the main earth straps shall extend up to the back side of the enclosure and each strap will be<br />
provided with two nos of zinc coated terminal studs, 15 mm dia at the ends of the straps for connection<br />
to system earth. Two nos.of earthing cables of size & type mentioned in point no.3 above and of<br />
adequate length shall be provided and one end of each cable shall be connected with tinned copper<br />
lugs to the studs of the two straps for external earthing .The free ends of these cables shall be crimped<br />
with heavy duty, tinned copper tubular lugs.<br />
<strong>Tender</strong> No. SDG2354P12/09 Page 15 of 28
5) Six nos of 100 mm Ø,3 mtr. long earth electrodes designed as per BIS will be driven to earth and<br />
interconnection to each other shall be made thru 2 nos of 50X6mm GI straps. All connections will be<br />
made by using two nos of suitably sized zinc plated and passivated nuts and bolts.<br />
6) Brick work enclosure of internal dimensions and as instructed by Engineer in charge shall be<br />
constructed around each earth electrodes .L=600 mm, B = 600 mm ,depth= 400 mm<br />
6.0 GENERAL NOTES :<br />
a. The offer will not be acceptable if the party do not quote for all items of the tender and supply,<br />
installation, commissioning of all items and cables.<br />
b. In their offer the bidder must mention their detailed comments point-wise against each point of tender<br />
specifications. Any deviation from the tender specification shall be specifically mentioned. Specific type<br />
and make of equipment should be mentioned. All the information required as per tender specifications<br />
must be submitted.<br />
c. In the event of an order the bidder will submit to OIL within one month of placement of order all<br />
documents and drawings as required against each item.<br />
d. The manufacture of the equipment is to be started only after written approval of the drawings/<br />
documents by OIL as mentioned in tender against all equipment.<br />
e. Bidder will provide with the offer the list of tools and equipment available with the bidder to carryout<br />
the installation and commissioning work as per tender.<br />
f. The bidder will be responsible for safety of its personnel and safety of all the equipment. All the safety<br />
gadgets required for safely carrying out the job shall be provided by the bidder.<br />
g. Bidder will be responsible for safe custody of all the items before handing over to OIL.<br />
h. Handing over to OIL means supply, installation and commissioning of all items as per order and<br />
submission of all the documents and drawings as per order.<br />
i. The bidder to strictly ensure that all the cut ends of cables, packing materials, leftover items are<br />
removed from site after completion of work.<br />
j. No environmental damage shall be done while carrying out the job.<br />
k. All the test reports must be signed by licensed electricians, jointers and supervisors who have carried<br />
out the installation and commissioning work as per order.<br />
7.0 SKID :<br />
The skid should be of oilfield type and fabricated from sufficiently strong steel section for carrying the<br />
generating set from one place to another from time to time. The engine and alternator should be<br />
unitized and mounted on the skid before dispatch. The generator housing shall be one piece and<br />
mount directly to the engine flywheel housing without bolted adopter.<br />
8.0 PAINTING :<br />
All metal surface shall be thoroughly cleaned and degreased. The under surface shall be prepared by<br />
applying a coat of phosphate paint and a coat of yellow zinc chromate primer. After preparation of<br />
under surface, the panel shall be spray painted with two coats of epoxy based final paint. Panel finish<br />
shall be free from imperfections like pin holes orange peels, run off paint etc.<br />
9.0 SPARE PARTS :<br />
The bidder should provide a list of recommended spares for 2 years normal operation and maintenance<br />
of the Gen-sets / control panels / Coupling / Air Compressor / Cooling Towers and other accessories<br />
indicating item description, part number, quantity and price along with the quotation. The Prices of such<br />
spares should not change for next 2 years from the date quotation. However, the cost of these spares<br />
will not be considered for bid evaluation purpose.<br />
<strong>Tender</strong> No. SDG2354P12/09 Page 16 of 28
The bidders must submit a written undertaking that they would be able to supply all the requisite spares<br />
and consumables (including bought out items) for a minimum period of 10 (ten) years from the Certified<br />
date of completion / successful field commissioning of the unit. Original Equipment Manufacturer's<br />
undertaking must be forwarded for the items not manufactured by the bidder.<br />
10.0 PARTS LIST, INSTRUCTION MANUAL & DRAWING :<br />
A. The supplier should provide two sets each of the manuals and books listed below for each unit:<br />
1.OPERATING INSTRUCTIONS- with description and illustration of all switchgear controls and<br />
indicators and engine<br />
and generator controls.<br />
2. PARTS BOOKS- that illustrate and list all assemblies, subassemblies and components, except<br />
standard fastening hardware ( nuts, bolt, washers etc.).<br />
3. PREVENTIVE MAINTENANCE INSTRUCTIONS- on the complete system that cover daily, weekly,<br />
monthly, biannual, and annual maintenance requirements and include a complete lubrication chart.<br />
4. ROUTINE TEST PROCEDURES- for all electronic and electrical circuits and for the main AC<br />
generator.<br />
5. TROUBLESHOOTING CHART- covering the complete generator set showing description of trouble,<br />
probable cause and suggested remedy.<br />
6. RECOMMENDED SPARE PARTS LIST- showing all consumables anticipated to be required during<br />
routine maintenance and test.<br />
7. WIRING DIAGRAM AND SCHEMATICS- showing function of all electrical components.<br />
8. One set of drawing showing installation details of the generating set, oilfield type skid, wiring diagram<br />
for the control panel ( inclusive of float charger ) and wiring drawing between the alternator and control<br />
panel should be provided with each generating set. All control panel diagram and schematic diagram<br />
are to be sent to us before supply of order materials.<br />
9. The bidders should provide installation diagram of the set and performance data sheet along with the<br />
quotation.<br />
10.The supplier should provide along with the set<br />
i) Dynamic load<br />
ii) Static load<br />
iii) Any unbalanced load<br />
B. All manuals and books described above shall be contained in rigid plastic pouches and in digital<br />
form along with the genset.<br />
11.0 INSPECTION AND TEST :<br />
a) The plant and materials may be subjected for inspection during manufacture at the purchaser’s<br />
discretion but such inspection shall not relieve the supplier of his responsibility to ensure that the<br />
equipment supplied is free from al manufacturing and other defects and conform to correct<br />
specifications. The supplier will be notified in advance, if it is intended to inspect plant or material.<br />
b) Pre dispatch inspection of the sets shall be carried out by us at the works of manufacture. Load<br />
testing of the generator sets for output and performance shall be carried out in presence of the<br />
purchaser or his representative appointed for the purpose and to his satisfaction. If natural gas to run<br />
the engine for load testing is not available at manufacturer’s works, the generating set must be tested<br />
at purchaser’s premises and accordingly supplier to depute service engineer to commission the set at<br />
purchaser’s premise. The purchaser, in such case, will provide fuel gas and arrangement for loading<br />
<strong>Tender</strong> No. SDG2354P12/09 Page 17 of 28
the generator. All other appliances, apparatus, labor etc. necessary for the tests shall have to be<br />
provided by the supplier at his cost.<br />
c) The generating set shall be acceptable to the purchaser only after satisfactory load test.<br />
Note:- Inspection/testing charges, if any, shall be quoted separately which shall be considered for<br />
evaluation of the offers. To and fro fares, boarding/ lodging and other en-route expenses of<br />
OIL’s Inspection team for carrying our inspection shall be borne by OIL.<br />
12.0 TEST CERTIFICATES :<br />
The supplier shall submit detailed records and certificates of the foregoing tests to the purchaser. The<br />
certificates/records shall be supplied in quadruplicate and those for electrical equipment shall be<br />
endorsed “suitable for use in the climatic conditions specified” . Supplier should also certify that spark<br />
plug cables are protected and possibility of spark is completely eliminated.<br />
13.0 PACKING :<br />
The packing shall be sufficiently robust to withstand rough handling. Boxes/packing cases containing<br />
electrical equipment shall be water proof lined. All the matters on the control panel should be packed<br />
separately for mounting at site or mounted in such a manner to prevent transit damage.<br />
14.0 INSTALLATION , COMMISSIONING, TESTING AND HANDING OVER :<br />
Installation and Commissioning of the generating set and control panels shall be carried out by the<br />
bidder in the presence of OIL representatives at its fields at Duliajan, Assam (<strong>India</strong>). Services of<br />
qualified and competent personnel from equipment manufacturer is essential during installation and<br />
commissioning of the generating sets. Persons engaged for installation, testing and commissioning of<br />
alternator and control panel should have valid electrical license issued by State Licensing Board.. A<br />
person who is authorized for supervision of all electrical works should have valid supervisory license.<br />
Materials such as line pipes, fittings necessary for fabricating fuel/ water lines, supports for engine<br />
exhaust shall be provided by OIL . However bidder has to arrange welding and cutting facilities that<br />
may be required during installation and commissioning the generating sets. OIL will provide necessary<br />
statutory permits for welding and cutting jobs in classified areas as and when required.<br />
Installation / commissioning charges should be quoted separately which shall be considered for<br />
evaluation of the offers. These charges should included amongst others to and from fares, boarding/<br />
lodging and other expenses of the commissioning engineers during their stay at Duliajan, Assam<br />
(<strong>India</strong>). All Personal, Income and Service Tax etc. towards the services provided by the supplier shall<br />
be borne by the supplier and will be deducted at source. Bidders should also confirm about installation/<br />
commissioning in the Technical Bid.<br />
Notes :<br />
a) Once commissioned at designated site the generating set will be subjected to a trial run<br />
(reliability run) on available load for a minimum period of 72 hrs continuously and on<br />
satisfactory performance shall be subsequently handed over to OIL.<br />
b) OIL will give 14 days advance notice prior to installation to the successful bidder.<br />
c) Installation / commissioning charges should be quoted separately which shall be considered for<br />
evaluation of the offers. These charges should included amongst others to and from fares,<br />
boarding/ lodging and other expenses of the commissioning engineers during their stay at Duliajan,<br />
Assam (<strong>India</strong>). Bidders should also confirm about installation/ commissioning in the Technical Bid.<br />
<strong>Tender</strong> No. SDG2354P12/09 Page 18 of 28
15.0 RESPONSIBILITY:<br />
The responsibility for performance to the specifications shall not be divided among individual<br />
component manufacturers, but must be assumed solely by the primary manufacturer. This includes<br />
generating system design, manufacture, test, and having a local supplier responsible for service, parts<br />
and warranty for the total system.<br />
16.0 AFTER SALES SERVICE :<br />
Bidder should indicate the availability of nearest after sales service centre along with the details of infra<br />
structural capabilities. The nature of after sales service, which can be provided by the supplier, during<br />
initial erection and commissioning as also subsequent operation should be clearly stated in the<br />
quotation.<br />
17.0 SERVICE AND WARRANTY:<br />
(i) The manufacturer shall have a local authorized dealer who can provide factory trained servicemen,<br />
the required stock of replacement parts, technical assistance, and warranty administration.<br />
(ii) The manufacturer’s authorized dealer shall have a parts and service facility within 300 km of the<br />
jobsite.<br />
(iii) The generator set supplier shall have factory trained service representatives and tooling necessary<br />
to install and commission all provided equipment.<br />
The warranty period for the Gen set and ancillary equipment should be a minimum of 18 months from<br />
the date of dispatch/ shipment or 12 months from the date of commissioning of the equipment<br />
whichever is earlier. Any defects in the Engine or Alternator during warranty period shall be replaced by<br />
the supplier at his cost without any extra charge to OIL.<br />
iv)The bidder must undertake and confirm from OEMs that the equipment to be supplied are not going<br />
to become obsolete for the next 10 years and provisioning of spares can be continued.<br />
18.0 DATA SHEET FOR ENGINE :<br />
MAKE<br />
MODEL<br />
NUMBER OF CULINDER<br />
ASPIRATION<br />
COMPRESSION RATIO<br />
SIZE ( BORE & STROKE)<br />
DISPLACEMENT<br />
DUTY<br />
GROSS HP AT 1500 RPM<br />
DEDUCTION FOR FAN, ALD & TEMP.<br />
NETT HP AVAILABLE AT 1500 RPM<br />
SPECIFIC FUEL CONSUMPTION<br />
# 100% LOAD<br />
# 75% LOAD<br />
# 50% LOAD<br />
LUB OIL CONSUMPTION( LT/HR)<br />
ENGINE SUMP CAPACITY<br />
ENGINE RADIATOR/ HEAT EXCHANGER CAPACITY( LTS)<br />
MAKE & TYPE OF GOVERNOR<br />
LENGTHX WIDTH X HEIGHT<br />
<strong>Tender</strong> No. SDG2354P12/09 Page 19 of 28
19.0 DATA SHEET FOR ALTERNATOR :<br />
Make :<br />
Rated Output :<br />
Phase :<br />
Frequency :<br />
No. of Poles :<br />
RPM<br />
Rated power factor :<br />
Conductor Material. :<br />
Type :<br />
Duty :<br />
Class of insulation : :<br />
Connection :<br />
Site Condition :<br />
Alternators Internal Protection (Enclosure) :<br />
Alternators Terminal Box protection :<br />
Cooling :<br />
Excitation system :<br />
Automatic Voltage Regulation :<br />
Permissible voltage variation at rated :<br />
speed, and power factor<br />
Voltage swing (transient response) :<br />
Permissible Engine Speed variation :<br />
Permissible frequency variation at rated :<br />
speed and power factor<br />
Period for taking load from start impulse :<br />
Motor starting ability :<br />
Overload capacity :<br />
Unbalanced current carrying capacity :<br />
Short circuit current withstand capacity :<br />
Over voltage :<br />
Mounting :<br />
Amplitude of vibration at no load :<br />
20.0 DATA SHEET OF PANEL AND INSTRUMENTS :<br />
1 MAIN SWITCH<br />
a) Make<br />
b) Rating<br />
c) Cat No/ Type<br />
2 MCCB<br />
a) Make<br />
b) Rating<br />
c) Cat No/Type<br />
<strong>Tender</strong> No. SDG2354P12/09 Page 20 of 28
3 Earth Leakage Relay<br />
a) Make<br />
b) Range<br />
c) Cat No/Type<br />
4 Voltage Monitoring Relay<br />
a) Make<br />
b) Range<br />
c) Cat No/Type<br />
5) Digital RPM Meter<br />
a) Make<br />
b) Range<br />
c) Cat No.<br />
6)COS<br />
a) Make<br />
b) Rating<br />
c) Cat No<br />
All the components including CT, indicating meters, fuses, push buttons etc shall be as per NIT<br />
General Notes for Bidders :-<br />
(Bidders should confirm each & every point clearly. Deviations, if any, should be highlighted in the quotation.)<br />
1.0 Materials shall be brand new, unused & of prime quality.<br />
2.0 Pre-dispatch/Shipment Inspection & Testing charges, if any, must be quoted separately on lump sum basis<br />
which shall be considered for evaluation of the offers. To and fro fares, boarding/ lodging and other enroute<br />
expenses of OIL’s Inspection team for carrying our inspection shall be borne by OIL.<br />
3.0 Installation & Commissioning :<br />
3.1 The successful bidder will be required to install and commission the unit by their competent service engineer.<br />
3.2 Installation/ Commissioning charges must be quoted separately on lumpsum basis which shall be considered<br />
for evaluation of the offers. Total Nos. of days required for commissioning shall also be clearly indicated by the<br />
bidders.<br />
3.3 While quoting Installation/Commissioning above, bidder should take into account all charges including to and fro<br />
fares, boarding/lodging, local transport at Duliajan, Assam and other expenses of supplier's personnel during<br />
their stay at Duliajan. OIL may provide accommodation on Chargeable basis subject to availability. Bidder<br />
should confirm about providing all these services in their Bid. However, OIL reserves the right to avail such<br />
services at its own discretion.<br />
<strong>Tender</strong> No. SDG2354P12/09 Page 21 of 28
4.0 Tax & Duties:<br />
(i) All taxes, stamp duties and other levies imposed outside <strong>India</strong> shall be the responsibility of the<br />
Bidder/Seller and charges thereof shall be included in the offered rates.<br />
(ii) All Taxes & levies imposed in <strong>India</strong>, for the services including installation & commissioning, training,<br />
shall be to the Bidder/Seller's account.<br />
(iii) Income Tax on the value of the Services rendered by the Bidder /Seller in connection with installation,<br />
commissioning, training etc. shall be deducted at source from the invoices at the appropriate rate under<br />
the I.T. Act & Rules from time to time.<br />
5.0 The minimum FOB/FCA charges in case of partial order for reduced quantity/ items shall have to be indicated<br />
by the bidder. In case this is not indicated specifically, the charges quoted would be prorata calculated and the<br />
same will be binding on the bidder.<br />
6.0 Payment : Payment shall be released as follows:<br />
i) 80 % of the supply made by the supplier shall be paid against proof of despatch/shipment of the goods.<br />
ii) Remaining 20 % of the supply value along with commissioning charges shall be paid after successful<br />
commissioning and acceptance of the unit by OIL.<br />
iii) OIL may also consider making 100 % payment towards supply of the units against proof of despatch<br />
provided bidders agree to pay interest for 20 % of the order value and also submit Bank Guarantee for the<br />
amount equivalent to 20 % of the order value. This is in addition to the 10 % of the order value towards<br />
Performance Security as per the NIT requirement.<br />
Any offer not complying with the above shall be loaded at one percent above the prevailing Bank Rate (CC rate)<br />
of State Bank of <strong>India</strong> for evaluation purpose.<br />
7.0 <strong>Oil</strong> <strong>India</strong> Purchase Order No. must be engraved on the body of the item. Bidder must confirm the same<br />
categorically in their quotation.<br />
7.1 To ascertain the substantial reponsiveness of the bid OIL reserves the right to ask the bidder for<br />
clarification in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses<br />
in toto must be received on or before the deadline given by the company, failing which the offer will be<br />
summarily rejected.<br />
7.2 The items covered by this enquiry shall be used by <strong>Oil</strong> <strong>India</strong> <strong>Limited</strong> in the PEL/ML areas which are<br />
issued/renewed after 01/04/99 and hence Nil Customs Duty during import will be applicable. Indigenous<br />
bidder shall be eligible for Deemed Export Benefit against this purchase. Details of Deemed Export are<br />
furnished vide Addendum to MM/GLOBAL/E-01/2005 attached.<br />
7.3 Other terms and conditions of the tender shall be as per “General Terms & Conditions” for e- Procurement<br />
as per Booklet No. MM/GLOBAL/E-01/2005 for E-procurement (ICB <strong>Tender</strong>s). However, if any of the<br />
Clauses of the Bid Rejection Criteria (BRC) / Bid Evaluation Criteria (BEC) mentioned here contradict the<br />
Clauses in the “General Terms & Conditions” for e-Procurement as per Booklet No. MM/GLOBAL/E-<br />
01/2005 for E-procurement (ICB <strong>Tender</strong>s) of the tender and/or elsewhere, those mentioned in this BEC /<br />
BRC shall prevail.<br />
<strong>Tender</strong> No. SDG2354P12/09 Page 22 of 28
Bid Rejection Criteria (BRC) & Bid Evaluation Criteria (BEC)<br />
Annexure – II<br />
(I)<br />
BID REJECTION CRITERIA (BRC)<br />
The bid must conform to the specifications and terms and conditions given in the enquiry. Bid will be<br />
rejected in case the items offered do not conform to all the required technical parameters stipulated in the<br />
technical specifications and to the respective international / national standards wherever stipulated.<br />
Notwithstanding the general conformity of the bids to the stipulated specifications and terms and conditions,<br />
the following requirements shall have to be particularly met by the bidders, without which the offer will be<br />
considered as non-responsive and rejected.<br />
(B) TECHNICAL :<br />
1.0 The gas engine should be a four stroke , naturally aspirated , radiator cooled engine , conforming to<br />
ISO 3046 / BS 5514 / IS 10000 standards and capable of developing a net minimum of 145 BHP at<br />
1500 rpm with a maximum compression ratio of 10.5 : 1.<br />
2.0 The Alternator must be brushless type<br />
3.0 Bidders should have the experience of successfully completing at least 3(Three) orders in the last<br />
10(Ten) years preceding from the bid closing date of this tender against supply, installation,<br />
commissioning and testing of Gas Engine driven Generating sets of capacity 125 kVA or above for<br />
offered Genset along with the Control Panels and accessories in PSUs, Central Govt. or any other<br />
Public <strong>Limited</strong> Company. <strong>Document</strong>ary evidence in this regard must be provided along with the<br />
quotation failing which offer will be rejected.<br />
4.0 Bidder should be an OEM or authorized dealer of OEM for the engine or alternator or the complete<br />
generating set or an OEM approved assembler of generating sets or his authorized representative.<br />
(OR)<br />
If the bidder is an OEM of engine or their authorized dealer then he must purchase the Alternator from<br />
OEM of Alternator or their authorized dealer and vice versa and necessary documentary certificates<br />
from the OEM must be submitted along with the offer.<br />
(OR)<br />
If the bidder is an OEM approved assembler of generating sets, he must purchase the engine and the<br />
Alternator from OEM or their authorized dealers. <strong>Document</strong>ary evidence in this regard must be<br />
enclosed with the offer failing which offer will be rejected.<br />
5.0 The bidder must undertake and confirm from OEM’s that the equipment to be supplied are not going to<br />
become obsolete for the next 10 years and provisioning of spares can be continued.<br />
(B) COMMERCIAL :<br />
1.0 Bids are invited under Single Stage Two Bid System. Bidders shall quote accordingly under Single Stage<br />
Two Bid System. Any offer not complying with the above will be rejected straightaway.<br />
<strong>Tender</strong> No. SDG2354P12/09 Page 23 of 28
2.0 Bid security of US $ 15,980.00 or ` 7,35,100.00 shall be furnished as a part of the TECHNICAL BID (refer<br />
Clause Nos.9.0 & 12.0 (Section A) of “General Terms & Conditions” for e-Procurement as per Booklet No.<br />
MM/GLOBAL/E-01/2005 for E-procurement (ICB <strong>Tender</strong>s)). Any bid not accompanied by a proper bid<br />
security in ORIGINAL will be rejected without any further consideration. For exemption for submission<br />
of Bid Security, please refer Clause No. 9.8 (Section A) of “General Terms & Conditions” for e-Procurement<br />
as per Booklet No. MM/GLOBAL/E-01/2005 for E-procurement (ICB <strong>Tender</strong>s). The Bid Security shall be<br />
valid for 270 days from the date of bid opening.<br />
3.0 Validity of the bid shall be minimum 6 months (180 days) from Bid closing date. Bids with lesser validity will<br />
be rejected.<br />
4.0 Bidders must confirm that Goods, materials or plant(s) to be supplied shall be new of recent make and of<br />
the best quality and workmanship and shall be guaranteed for a period of eighteen months from the date of<br />
shipment/dispatch or twelve months from the date of commissioning whichever is earlier against any<br />
defects arising from faulty materials, workmanship or design. Defective goods/materials or parts rejected by<br />
OIL shall be replaced immediately by the supplier at the supplier’s expenses and no extra cost to OIL.<br />
5.0 Successful bidder will be required to furnish a Performance Bank Guarantee @10% of the order value. The<br />
Performance Bank Guarantee must be valid for one year from the date of receipt/acceptance of goods or<br />
18 months from the date of shipment whichever is earlier. Bidder must confirm the same in their Technical<br />
Bid. Offers not complying with this clause will be rejected.<br />
6.0 Bidders are required to submit the summary of the prices in their commercial bids as per bid format<br />
(Summary), given below:<br />
(i) Commercial Bid Format ( SUMMARY ) for Foreign Bidders :<br />
(A) Total Material value of the Gen set with Accessories<br />
(B) Cost of Commissioning spares, if any<br />
(C) Grand Total Material value, ( A + B )<br />
(D) Packing & FOB Charges up to port of shipment<br />
(E) Total FOB (Port of Shipment) value, ( C + D ) above<br />
(F) Ocean Freight Charges up to Kolkata, <strong>India</strong><br />
(G) Insurance Charges<br />
(H) Total CIF Kolkata value, ( E + F + G )<br />
(I) Pre-despatch Inspection & Testing ( by OIL personnel) charges, if any<br />
(J) Installation & Commissioning charges<br />
(K) Total Value, ( H + I + J ) above<br />
(L) Total value in words :<br />
(M) Gross Weight :<br />
(N) Gross Volume<br />
(ii) Commercial Bid Format ( SUMMARY ) for Indigenous Bidders :<br />
(A)<br />
(B)<br />
(C)<br />
(D)<br />
(E)<br />
Total Ex-factory Material value of Gen set with Accessories<br />
Cost of Commissioning spares, if any<br />
Grand Total Material value<br />
Packing and Forwarding Charges<br />
Total Ex-factory (packed) Material value<br />
<strong>Tender</strong> No. SDG2354P12/09 Page 24 of 28
(F) Central Sales Tax, (Please indicate applicable rate of Tax)<br />
(G) Total FOR Despatching station price<br />
(H) Road Transportation charges to Duliajan<br />
(I) Insurance Charges<br />
(J) Assam Entry tax<br />
(K) Total FOR Duliajan* value<br />
(L) Pre-despatch Inspection & Testing ( by OIL) charges, if any<br />
(M) Installation & Commissioning charges<br />
(N) Total Value, ( K + L + M ) above<br />
(O) Total value in words :<br />
(P) Gross Weight :<br />
(Q) Gross Volume :<br />
NOTE :<br />
1. Cost of individual items must be quoted separately.<br />
2. The items covered under this enquiry shall be used by OIL in the PEL/ML areas issued/renewed<br />
after 01/04/99 and hence, applicable Customs Duty for import of goods shall be ZERO.<br />
Indigenous bidders must quote Deemed Export prices. Excise Duty under Deemed Export<br />
exempted.<br />
*(Transit Insurance will be borne by OIL in case of other than FOR destination orders and hence<br />
should not be included in offered rates. However, in case of FOR destination orders, the transit<br />
insurance shall be arranged and paid by successful bidder.)<br />
7.0 Pre-Despatch / Shipment Inspection & Testing charges, if any, shall be quoted on lumpsum basis separately<br />
which shall be considered for commercial evaluation of the offers. However, all to and fro fares,<br />
boarding/lodging and other expenses of OIL’s Inspection Engineer(s) shall be borne by OIL.<br />
Installation/Commissioning and Training charges must be quoted separately on lumpsum basis which shall be<br />
considered for evaluation of the offers. These charges should include amongst others to and fro fares,<br />
boarding/lodging, local transport at Duliajan and other expenses of supplier’s commissioning/training personnel<br />
during their stay at Duliajan, Assam(<strong>India</strong>).<br />
Bidders must categorically indicate the above charges in their commercial offers and must confirm the same in<br />
their Technical bids.<br />
8.0 OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Annexure XII of the<br />
tender document. This Integrity Pact proforma has been duly signed digitally by OIL’s competent signatory. The<br />
proforma has to be returned by the bidder (along with the technical bid) duly signed (digitally) by the same<br />
signatory who signed the bid, i.e., who is duly authorized to sign the bid. Any bid not accompanied by<br />
Integrity Pact Proforma duly signed (digitally) by the bidder shall be rejected straightway. Uploading the<br />
Integrity Pact with digital signature will be construed that all pages of the Integrity Pact has been signed by the<br />
bidder’s authorized signatory who sign the Bid.<br />
(II) BID EVALUATION CRITERIA (BEC) :<br />
Bids conforming to the specifications, terms and conditions stipulated in the tender and considered to be<br />
responsive after subjecting to the Bid Rejection Criteria will be considered for further evaluation as per the<br />
Bid Evaluation Criteria mentioned in Section D of “General Terms & Conditions” for e- Procurement as per<br />
Booklet No. MM/GLOBAL/E-01/2005.<br />
<strong>Tender</strong> No. SDG2354P12/09 Page 25 of 28
CHECK LIST<br />
Annexure-III<br />
THE CHECK LIST MUST BE COMPLETED AND RETURNED WITH YOUR OFFER. PLEASE ENSURE THAT ALL THESE POINTS<br />
ARE COVERED IN YOUR OFFER. THESE WILL ENSURE THAT YOUR OFFER IS PROPERLY EVALUATED. PLEASE TICK<br />
MARK 'YES' OR 'NO' TO THE FOLLOWING QUESTIONS, IN THE RIGHT HAND COLUMN.<br />
( A) TECHNICAL CHECK LIST<br />
1. Whether quoted as OEM of Engine and whether documentary YES/NO<br />
evidence submitted?<br />
2. Whether quoted as OEM of Alternator & whether documentary YES/NO<br />
evidence submitted?<br />
3. Whether quoted as Authorized Dealer of OEM (Engine/Alternator) YES/NO<br />
and whether documentary evidences submitted?<br />
4. Whether quoted as Assembler, OEM of Gen Set manufacturer or YES/NO<br />
authorized dealer of OEM (Gen Set Manufacturer)?<br />
5. Whether separately highlighted any deviation from the technical YES/NO<br />
specification?<br />
6. Whether detail specification of Alternator with manufacturer’s YES/NO<br />
technical literature/catalogue enclosed?<br />
7. Whether test certificate of Alternator and Control Panel will be YES/NO<br />
submitted?<br />
8. Whether two sets of installation/ commission, Maintenance Manual YES/NO<br />
shall be submitted?<br />
9. Whether spare parts for 10 years shall be supplied? YES/NO<br />
10. Whether power and Wiring diagram of Alternator Control Panel YES/NO<br />
submitted?<br />
11. Whether bill of Materials of Control Panel submitted? YES/NO<br />
12. Whether confirmed that control panel drawing shall be approved by YES/NO<br />
OIL before manufacturing in the event of placement of order?<br />
13. Whether offered engine is as per NIT? YES/NO<br />
14. Whether quoted for supply, installation, commissioning & handing YES/NO<br />
over of genset?<br />
Offer reference<br />
Name of the Bidder<br />
<strong>Tender</strong> No. SDG2354P12/09 Page 26 of 28
( B ) COMMERCIAL CHECK LIST<br />
ANNEXURE III<br />
THE CHECK LIST MUST BE COMPLETED AND RETURNED WITH YOUR OFFER. PLEASE ENSURE THAT ALL THESE<br />
POINTS ARE COVERED IN YOUR OFFER. THESE WILL ENSURE THAT YOUR OFFER IS PROPERLY EVALUATED. PLEASE<br />
SELECT "Yes" OR "No" TO THE FOLLOWING QUESTIONS, IN THE RIGHT HAND COLUMN.<br />
COMPLIANCE<br />
Sl#<br />
REQUIREMENT<br />
1.0 Whether bid submitted under Single Stage Two Bid System? Yes / No<br />
2.0 Whether quoted as manufacturer?<br />
2.1 Whether quoted as Supply House / Distributor. To Specify-<br />
2.2 If quoted as Supply House / Distributor,<br />
(a) Whether submitted valid and proper authorization letter from manufacturer confirming that<br />
bidder is their authorized Supply House for the product offered ?<br />
(b) Whether manufacturer’s back-up Warranty/Guarantee certificate submitted?<br />
3.0 Whether ORIGINAL Bid Bond (not copy of Bid Bond) Sent separately? If YES, provide details<br />
(a) Amount :<br />
(b) Name of issuing Bank :<br />
(c) Validity of Bid Bond :<br />
Yes / No<br />
Yes / No<br />
Yes / No<br />
3.1 Whether offered firm prices? Yes / No<br />
3.2 Whether quoted offer validity of Six months from the date of closing of tender? Yes / No<br />
3.3 Whether quoted a firm delivery period? Yes / No<br />
3.4 Whether agreed to the NIT Warranty clause? Yes / No<br />
3.5 Whether confirmed acceptance of tender Payment Terms of 80% against shipment/dispatch Yes / No<br />
documents and balance 20% after successful commissioning along with commissioning charges?<br />
3.6 Whether confirmed to submit PBG as asked for in NIT? Yes / No<br />
3.61 Whether agreed to submit PBG within 30 days of placement of order? Yes / No<br />
3.7 Whether Price submitted as per Price Schedule (refer Para 6.0 of BRC vide Annexure – II)? Yes / No<br />
3.71 Whether all the items of tender quoted? Yes / No<br />
6.72 Whether confirmed that all spares & consumables will be supplied for a minimum period of 10 Yes / No<br />
years?<br />
3.73 Whether cost of Recommended Spares for 2 years of operations quoted? Yes / No<br />
3.8 Whether quoted as per NIT (without any deviations)? Yes / No<br />
3.81 Whether quoted any deviation? Yes / No<br />
3.82 Whether deviation separately highlighted? Yes / No<br />
3.9 Whether indicated the country of origin for the items quoted? Yes / No<br />
3.91 Whether technical literature / catalogue enclosed? Yes / No<br />
3.92 Whether weight & volume of items offered indicated? Yes / No<br />
<strong>Tender</strong> No. SDG2354P12/09 Page 27 of 28
4.0 For Foreign Bidders - Whether offered FOB / FCA port of despatch including sea / air worthy<br />
packing & forwarding?<br />
Yes / No<br />
4.1 For Foreign Bidders – Whether port of shipment indicated. To specify: Yes / No<br />
4.2<br />
For Foreign Bidders only - Whether indicated ocean freight up to Kolkata port (Excluding marine Yes / No<br />
insurance ) ?<br />
4.3 Whether <strong>India</strong>n Agent applicable ? Yes / No<br />
If YES, whether following details of <strong>India</strong>n Agent provided?<br />
(a) Name & address of the agent in <strong>India</strong> – To indicate<br />
(b) Amount of agency commission – To indicate<br />
(c) Whether agency commission included in quoted material value?<br />
5.0 For <strong>India</strong>n Bidders – Whether indicated the place from where the goods will be dispatched. To Yes / No<br />
specify :<br />
5.1 For <strong>India</strong>n Bidders – Whether road transportation charges up to Duliajan quoted? Yes / No<br />
5.2 For <strong>India</strong>n Bidders only - Whether offered Ex-works price including packing/forwarding charges? Yes / No<br />
5.3 For <strong>India</strong>n Bidders only - Whether indicated import content in the offer? Yes / No<br />
5.4 For <strong>India</strong>n Bidders only - Whether offered Deemed Export prices? Yes / No<br />
5.5 For <strong>India</strong>n Bidders only – Whether all applicable Taxes & Duties have been quoted? Yes / No<br />
6.0 Whether all BRC/BEC clauses accepted? Yes / No<br />
7.0 Whether confirmed to offer the equipment for Pre-despatch/shipment Inspection & testing? Yes / No<br />
7.1 Whether Pre-despatch/shipment inspection & testing charges applicable? Yes / No<br />
7.2 If Pre-despatch/shipment inspection & testing charges applicable, whether quoted separately on Yes / No<br />
lumpsum basis?<br />
7.3. Whether confirmed to carry out Installation & Commissioning of the equipment at Duliajan(Assam) ? Yes / No<br />
7.4 Whether Installation & Commissioning charge applicable? Yes / No<br />
7.5 If Installation/ Commissioning and Training charges applicable, whether separately quoted on Yes / No<br />
lumpsum basis?<br />
7.6 Whether to & fro air fares, boarding/lodging of the commissioning personnel at Duliajan, Yes / No<br />
Assam(<strong>India</strong>) included in the quoted charges ?<br />
7.7 Whether confirmed that all Service, Income, Corporate tax etc. applicable under Installation/ Yes / No<br />
Commissioning & Training are included in the prices quoted ?<br />
8.0 Have you signed and submitted Integrity Pact and submitted along with Technical Bid? Yes / No<br />
Offer reference<br />
Name of the Bidder<br />
**************************<br />
<strong>Tender</strong> No. SDG2354P12/09 Page 28 of 28