51
IMPORTANT NOTE BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL HAVE TO PURCHASE THE TENDER DOCUMENTS FROM ANY OF OIL’S DESIGNATED OFFICES GIVEN BELOW. BID DOCUMENTS (NON- TRANSFERABLE) CAN BE PURCHASED TILL ONE DAY PRIOR TO THE RESPECTIVE BID CLOSING DATE ON PAYMENT OF TENDER FEE (NON-REFUNDABLE) OF US$ 100.00 OR RS. 4,500.00 (EXCEPTING PSUS AND SSI UNITS) FROM : _____________________________________________________________________ (A) HEAD - MATERIALS, OIL INDIA LIMITED, P.O. DULIAJAN, ASSAM – 786 602, (B) HEAD - KOLKATA BRANCH, OIL INDIA LIMITED, 4-INDIA EXCHANGE PLACE, KOLKATA – 700 001, (C) SENIOR ADVISER(CONTRACT & PURCHASE), OIL INDIA LIMITED, PLOT NO. 19 SECTOR 16A NOIDA – 201 301 ____________________________________________________________________ PROOF OF PURCHASE OF TENDER DOCUMENTS MUST BE SUBMITTED ALONG WITH THE OFFER FAILING WHICH OFFERS WILL BE TREATED AS UNSOLICITED.

IMPORTANT NOTE - Oil India Limitedoil-india.com/pdf/tenders/global/DFD9458-Cyl Fill-Complete.pdf · IMPORTANT NOTE BID DOCUMENT HAS ... chain conveyor for fully automatic check weighing

  • Upload
    dobao

  • View
    217

  • Download
    0

Embed Size (px)

Citation preview

IMPORTANT NOTE

BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL HAVE TO PURCHASE THE TENDER DOCUMENTS FROM ANY OF OIL’S DESIGNATED OFFICES GIVEN BELOW. BID DOCUMENTS (NON- TRANSFERABLE) CAN BE PURCHASED TILL ONE DAY PRIOR TO THE RESPECTIVE BID CLOSING DATE ON PAYMENT OF TENDER FEE (NON-REFUNDABLE) OF US$ 100.00 OR RS. 4,500.00 (EXCEPTING PSUS AND SSI UNITS) FROM : _____________________________________________________________________

(A) HEAD - MATERIALS, OIL INDIA LIMITED, P.O. DULIAJAN, ASSAM – 786 602, (B) HEAD - KOLKATA BRANCH, OIL INDIA LIMITED, 4-INDIA EXCHANGE PLACE, KOLKATA – 700 001, (C) SENIOR ADVISER(CONTRACT & PURCHASE), OIL INDIA LIMITED, PLOT NO. 19 SECTOR 16A NOIDA – 201 301

____________________________________________________________________ PROOF OF PURCHASE OF TENDER DOCUMENTS MUST BE SUBMITTED ALONG WITH THE OFFER FAILING WHICH OFFERS WILL BE TREATED AS UNSOLICITED.

OIL INDIA LIMITED(A Govt. of India Enterprise)

P.O. Duliajan-786602, Assam.Fax No. 91-374-2800533, E-mail:[email protected]

Tender No. & Date :DFD9458P09/07 14.06.2008

Bid Security Amount : INR 500,000.00 OR USD 12,000.00

Bidding Type :

(or equivalent Amount in any currency)

Two Bid

Bid Closing OnBid Opening On

Performance Guarantee

::

:

13.08.2008 at 13:00 hrs. (IST)13.08.2008 at 13:00 hrs. (IST)

Applicable

OIL INDIA LIMITED have issued Limited tenders to following parties for items detailed below. For GeneralTerms & Conditions, please refer to Document No. MM/GLOBAL/01/2005 available in OIL's web site:

Item No./Mat. Code

Material Description Quantity UOM

100C000179

24 points fully automatic electronic cylinder filling system integratedwith upstream & downstream electronic ancillaries.

Detail specifications are enclosed vide annexure A.

1 NO

INSTALL. & COMMISS.10 INSTALLATION & COMMISSIONING 1 NO

Standard Notes: 1.This tender is invited under Single Stage Two Bid System. For submission procedure, pleaserefer Para 12.0 of General Terms & conditions for Global tender (Document no.MM/GLOBAL/01/2005). Any offer not complying with the above will be rejected straightway.

2. Clause No. 9.8.2 (under Exemption of Bid Security) of Section A of the General Terms &Conditions for Global Tender (Refer Document No. MM/GLOBAL/01/2005) stands deleted.

3. Oil India Purchase Order No. must be engraved on the body of the item. Bidder must confirmthe same categorically in their quotation.

4. Bid Rejection Criteria (BRC) and Bid Evaluation Criteria (BEC) applicable to this tender isenclosed vide Annexure B.

5. Technical Check list and Commercial Check list are enclosed vide Annexure C & D. Biddersshould submit the filled-up check lists duly signed & stamped along with the technical bid.

*****************

Page : 1 / 1

1

ANNEXURE-A TO TENDER NO. DFD9458P09/07

Replacement of 18 point mechanical cylinder filling system with a fully automatic electronic cylinder filling system integrated with upstream & downstream electronic ancillaries. Preamble: Replacement of existing Kosan Crisplant make 18 point mechanical filling machine carousel with a completely new 24 point electronic filling machine carousel system which will include the following:

1. Electronic ‘O’ ring leak detector & central encoding station with pre-check scale in it’s upstream.

2. Dynamic electronic check scale, electronic bung-valve leak test detector, & weight correction machine in its downstream.

3. All the items/equipments of Sl. no.1 & Sl.no.2 integrated together to work as a fully automatic electronic cylinder filling system.

The whole process of cylinder filling in the new electronic cylinder filling system should be fully automatic with basically human intervention limited only to the extent of entering tare weights at the encoding station, provided the same cannot be achieved automatically. The cylinders after being unloaded from trucks will have to be checked for ‘O’ ring leak/without ‘O’ ring by an automatic ‘O’ ring leak detector with control for automatic sorting of good & leaky cylinders, the detector should be equipped with all necessary field instruments like optical sensors, photocells etc to achieve the required automation. Washing of cylinders will be carried out by existing equipment of OIL. The central encoding station will receive tare weight entered by an operator via a keyboard, but before that the correct/actual tare weight of the cylinder will have to be verified using a pre check weighing system/scale in-line in chain conveyor for fully automatic check weighing of tare weight of empty cylinders. After encoding of tare weight by operator through a keyboard in central encoding station, the transfer of the same to different filling scales & Online check scale should be achieved automatically. The introduction, filling & ejection of cylinders in the carousel should be automatic with the help of a safe & reliable control & instrumentation system consisting of programmable logic controllers, electronic sensors, switches etc. The filled cylinders then should be weighed automatically in the online dynamic check scale. The overfilled & under filled cylinders should be sorted out by the check scale controller with the help of associated electronic/pneumatic field instruments & the designed control logic. The overfilled & under filled cylinders weight should

2

be corrected by a weight correction machine which should have the provision for both filling as well as evacuating LPG from cylinders automatically with the help of designed logic & control system. All the LPG cylinders then should be checked for bung-valve leak using an automatic & electronic based valve leak detector with control for automatic sorting of good & leaky cylinders, the detector should be equipped with all necessary field instruments like optical sensors, photocells etc to achieve the required automation. The process of cylinder filling after this point will be carried out by the existing equipments of OIL till the loading of cylinders in the trucks. General data & site information: Location of installation: LPG filling plant, Oil India Limited, Duliajan, Assam, India. Desired capacity of the new system: Minimum Capacity of 1300 cylinders/hour is desired. Temperature of operation: -10 deg C to +50 deg C. Humidity: 90 to 100% Area of operation: Hazardous area, CLASS I, DIVISION 1, GROUP IIA & IIB. Gas mixture: Ratio of Mixture of butane & propane @ 45:55 (by weight). Cylinder Dia: Min-220mm – Max 400mm with maximum diameter variation for all cylinders to about 50mm. Cylinder height: Min 200mm – Max 1000mm with a maximum height variation for all cylinders to be around 150mm. Cylinder shroud diameter: Inside dia - min 145mm; outside dia – maximum diameter of cylinder. Types of cylinders to be filled: Mainly 14.2 Kg & occasionally 19.2 Kg. Approvals required: The system including all electronic/electrical components to be supplied must be certified by CMRI & approved by DGMS Dhanbad & CCOE, Nagpur & also by Weights and Measures Department in Delhi. Drawing of existing conveyor layout is enclosed as: Annexure A1

3

Tentative bill of materials to be provided for the Up-gradation project Sl.no Description of item Quantity 1. 24 point fully automatic electronic carousel with 24 nos.

of filling heads along with drives & new manifolds & central column.

one

2. Automatic ‘O’ ring leak detector – 1 cylinder test position, Maximum 1300 cylinder/hr capacity

one

3. Automatic bung-valve leak detector – 1 cylinder test position, Maximum 1300 cylinder/hr capacity

one

4. Pre check scale before carousel to check tare weight of cylinders– dynamic type – Check weighing system in-line in chain conveyor for fully automatic check weighing of tare weight with entering of tare weight in central encoding station by an operator. Maximum 1300 cylinder/hr capacity

one

5. Central encoding station - Maximum 1300 cylinder/hr capacity

one

6. Dynamic check scale – Maximum 1300 cylinder/hr capacity – to operate in fully automatic mode

one

7. Weight correction machine with weigh scale – Maximum 1300 cylinder/hr capacity

one

8. All electronic photocell/optical sensors, electronic switches, pneumatic pushers & stoppers, solenoid valves, push buttons, PLC controllers or any other item that will be required to make the cylinder filling process fully automatic by integrating the items mentioned above ( sl.no. 1 to 7) to be supplied.

As per system design of vendor.

9. PC for production data management with associated hardware & software.

One set

10. Laser jet color printer for report printing one 11. UPS system – As per vendor’s power load requirement –

bidder to quote as an optional item. one

12. All pneumatic air filter regulators, pressure gauges, tubing’s, fittings, lubricators etc.

As per system design of vendor.

13. Power & data cables with cable glands & junction boxes, barriers, terminator’s etc

As per system design of vendor.

14. Tangential Ejection Unit to replace existing Radial unit with electronic/pneumatic sensors, switches, Pushers & stoppers.

One unit

4

15. Radial Introduction unit with electronic/pneumatic sensors, switches, Pushers & stoppers.

One unit

The above bill of materials is tentative only, it is bidder’s responsibility to include & quote in his bid any item that will be required to execute the up gradation/replacement project & to make the cylinder filling process fully automatic by integrating the major items mentioned above in sl.no. 1 to 7 of the bill of materials.

1. General requirements: 1.1 The main objective of these NIT document is to outline the conditions &

requirements of OIL under which the manufacturer shall design, manufacture, shop test/inspect, supply, and execute the installation & commissioning of the equipments to be supplied for filling LPG cylinders. The specification is intended to give the vendor the functional and the operating characteristics, which the equipments will have to fulfill to meet our requirements as described in the preamble.

1.2 The design capacity of the electronic carousel filling system will have to be guaranteed for a minimum of 1300 cylinders per hour with 24 filling scales. The carousel shall be capable of handling mix of 19 Kgs & 14.2 Kgs cylinders with a filling accuracy of +/- 100 gms. The overfilled & under filled cylinders shall not exceed 1% of the total filling.

1.3 The system shall be designed to ensure automatic & continuous filling operation of the LPG cylinders, the automation should be to the extent of only encoding the tare weights of the empty cylinders at the encoding station by an operator after verifying the actual tare weight with a pre check scale installed along with the central encoding station. The encoding station shall be connected to each electronic filling scale on the carousel as well as to the electronic check weigh scales for transmittal of data for accurate filling. Pre check scale should be in-line in chain conveyor for checking the tare weight of empty cylinders before encoding in the central encoding station by the operator. Bidder’s to explore the possibility of automatic transmittal of the tare weight of cylinders to the central encoding station by the pre check scale & quote for the same accordingly.

1.4 If automatic transmittal of the tare weight of cylinders to the central encoding station is not possible then the system should be designed in such a way that an operator should enter the tare weight of the cylinders by using the keyboard at the central encoding station after verifying the actual tare weight of cylinders using a pre check scale which should be installed along with the encoding station. The central encoding station will register/acquire the tare weight of cylinders and

5

transmit the same to different filling scales in carousel & the main online check scale automatically using dedicated communication link. This process of verifying tare weight of cylinders using pre check scale should be online & automatic & the vendor should supply the necessary items that will be required to realize the same. The system should be designed in such a way that the same operator can read & then encode the tare weight of cylinders using the Pre check scale & encoding station.

1.5 The system will have to be equipped with electronic equipments for all functions starting from electronic cylinder carousel to all upstream & down stream equipments (tentative list of equipments to be provided is mentioned above in Bill of Materials list). The system should be flexible for any future extension, modernization or any alteration.

1.6 The new Electronic filling system to be provided must have the following salient features:

1. High filling accuracy – atleast 99% cylinders should be filled accurately with tolerance of +/-100 gms.

2. Central encoding station – Only one operator required to punch empty cylinders tare weight at central encoding station which takes care of the entire filling systems comprising of introduction, filling machines, ejection at check scale, gas leak detector and O ring detector.

3. Capacity of the system - 1300 Cylinders per Hour. 4. Entire system should be intrinsically safe with all mandatory approvals. 5. Maintenance free electronic sensor should be used in the entire system (no

moving parts). 6. Calibration for filling scales/check scale should be simple & quick. 7. The system should be designed as maintenance free by using user-friendly

design and reduced mechanical components.

2.0 Scope of Supply & Scope of work for the bidder: The scope of supply & work gives the list of components/equipment required for replacement of existing mechanical carousel filling system with a fully automatic electronic filling system including the upstream & downstream ancillaries. However it is the vendor’s responsibility to include in his bid all items required to make the carousel & for that the whole electronic cylinder filling system fully automatic meeting all the functional, operational & technical requirements of this tender. Vendor cannot raise any claim towards

6

any additional materials/equipments/manpower requirements in the event of place of purchase order. 2.0.1 Electronic carousel filling system:

Carousel Filling System: Existing mechanical carousel (Kosan Crisplant make ) is on a steel platform supported by 18 nos. of running wheels fixed underneath the frame & running on a steel rail fastened to the floor. The carousel rotates around a central column, which serves as axis of rotation as well as distributor of LPG & compressed air to the individual filling machines. The LPG liquid entry is from the bottom & pneumatic air from the top. The direction of rotation of the present carousel system is clockwise when you stand & look towards the Introduction unit & in the new system it should remain same. The replacement of mechanical carousel filling system should consist of but not limited to supply & carrying out the following new erection & modifications:

1. Supply, erection, testing & commissioning of tare weight encoding station along with a online pre check scale along with stoppers, sensors, frame work, stand post, key board etc for checking the tare weight of empty cylinders & then encoding of the actual tare weight by an operator via a keyboard in the central encoding station. The sequencing and transferring of data from encoding station to the individual scales and to the electronic check weigh scales (dynamic type) should be realized in the system. All the items required for realizing the same should be provided, installed & commissioned.

2. Supply & installation of new carousel frame with suitable plates/structures to install the new electronic filling machines along with the required steel rails.

3. Supply & installation of the central column with rotary power /communication connector for the distribution of LPG, air, power & communication as required by the new system.

4. Supply & fitting of new adapter plates to carousel. 5. Supply & fitting of new electronic filling machines with all required

accessories for receiving LPG, Air, Power, Control & Communication from new manifolds including dismantling of existing mechanical filling machines – 24 nos.

6. Supply & installation of 24 nos. of new filling heads. 7. Replacement of all existing pneumatic sensors with electronic/optical

sensors/switches & to supply/install & commission all the new electronic/optical sensors/switches that are operationally/functionally & technically required or needed as per new system design architecture of an electronic fully automatic cylinder filling system.

7

8. Supply & installation of suspension/supporting stands for self closing type of valves. – 24 nos.

9. Supply & installation of automatic centering & clamping devices. – 24 nos. 10. Supply & installation of automatic filling head with self closing type of

valves – 24 nos. 11. Supply & installation of automatic operated LPG cutoff valves to individual

filling machines – 24 nos. 12. Supply & installation of pushers for cylinder discharge for tangential exit

from carousel. 13. Supply & installation of new driving unit for carousel along with cables &

all other necessary items. 14. Supply & installation of new LPG manifolds. 15. Supply, erection, testing & commissioning of all equipment, materials,

sensors/switches, PLC/control system, Software, other accessories with all required power/communication cables for meeting all the functional, operational, & technical requirements to make the cylinder filling system fully automatic.

16. All accessories required for establishing air & gas supply including auto recirculation valves/isolation valves will have to be supplied & installed by the vendor. LPG/air distributor rings with individual LPG & Air isolating valves for individual filling machines will have to be supplied & installed.

17. Mechanical tuning of the carousel will have to done by the bidder. 18. All parts, equipment, fittings, sensors, electrical & electronic switches

necessary for full conversion of the carousel from mechanical to electronic with full scale automation viz. communication from the encoding station to the electronic scales in the carousel, integration with all the electronic downstream & upstream equipments like check weigh scale, bung leak detector, ‘O’ ring detector & weight correction system etc.

2.0.2 The supply of 24nos. of electronic filling machines should include

instruments/devices for achieving the following functions: Automatic lowering/raising of the filling head. Automatic connection/disconnection of the filling head. Automatic centering of cylinders. Clamping of cylinder covering the circumferential joint using arms/jaws operated by pneumatic cylinder/valves.

Each scale should have individual FRL unit to ensure lubricated air supply to scale. Also non-lubricated air supply should be available for use as pilot signal etc.

8

2.0.3 Filling Head: Bidder will have to supply & install 24 nos. filling heads along with all necessary sensors, switches, & instruments for full automatic operation & control.

2.0.4 Check scale (Pre check scale & online check scale): The check scale is to be supplied complete to be incorporated in a chain conveyor plant (level 550 mm) including corresponding lower scale with load cell, lifting table, control terminal on adjustable support with control/weighing computer, keyboard, display and I/O control, power supply for connection to main power installation, cylinder out-pusher, cabinet with compressed air components and electrical components for connection to electrical power installation, air service unit for connection to compressed air installation, and specially designed chain conveyor section, including necessary automatic chain conveyor controls (stop devices, photocells, etc.).

2.0.5 Introduction unit: The existing introduction unit is Radial type & it should be replaced by a new radial unit. Replacement & then necessary modification of existing introduction unit to ensure proper introduction of cylinders into the carousel along with necessary communications to/from the carousel system will have to be ensured by the bidder.

2.0.6 Ejection unit: The existing ejection unit is Radial type & it should be replaced by a new tangential unit. Replacement & then necessary modification of existing ejection unit to ensure proper ejection of cylinders from the carousel to the on line check scale along with necessary communications to/from the carousel system will have to be ensured by the bidder.

2.0.7 Weight correction unit: One complete unit which should take care of adjusting overfilled & under filled cylinders to their correct gross weight automatically to be supplied along with the system. The correction machine to be supplied should be complete to be incorporated in a roller conveyor (level 550 mm) including corresponding electronic check scale, adjustable control/weighing computer with keyboard, display and start/stop push-button, gas stop valves (2), connection for LPG installation, connection for suction line, pneumatic process control, tiltable cylinder rack, filling/emptying head, and attachment for the filling/emptying head.

9

2.0.8 Automatic ‘O’ ring leak detector:

The ‘O’ ring leak detector should be electronic microprocessor based independent unit designed for in-line incorporation in a chain conveyor. Automatic operation of the unit & on line installation of the same along with necessary communications to/from the carousel system & other controllers as per the control philosophy will have to be ensured by the bidder.

2.0.9 Automatic bung valve leak detector: It should be an electronically controlled leak detector which should be an independent unit designed for in-line incorporation in a chain conveyor. The leak detector should be fully automatic & should perform a leak test on the cylinder valve & valve thread (should identify the actual leak rate). Automatic operation of the unit & on line installation of the same along with necessary communications to/from the carousel system & other controllers as per the control philosophy will have to be ensured by the bidder.

2.0.10 Supply & installation of all electronic photocell/optical sensors, electronic switches, pneumatic pushers & stoppers, solenoid valves, push buttons, PLC controllers or any other item that will be required to make the cylinder filling process fully automatic by integrating the equipments mentioned above to be supplied.

2.0.11 Supply & installation of PC & printer for production data management

with associated hardware & software. All the cabling, interfacing & other related jobs for the same will have to be carried out by the bidder.

2.0.12 Supply & installation of all pneumatic air filter regulators, pressure

gauges, tubing’s, fittings, lubricators etc & Power & data cables with cable glands & junction boxes, barriers, terminator’s etc

2.0.13 Supply & installation of online UPS will be in bidder’s scope,

but bidder to quote the same as an optional item only with detail specification of the same. Regarding whether to supply it or not M/S OIL will inform the bidder during the scrutiny stage.

2.0.14 Supply & installation of any other item which is required to make the cylinder filling system completely automatic (as described in the preamble) by integrating all the major equipments as described above will have to be ensured by the bidder.

10

2.1 Specifications for Carousel Filling system:

2.1.1 The Carousel filling system should consist of 24 electronic filling machines mounted on its rotating table suitable for 24 filling machines. It shall have a minimum capacity of 1300 cylinders/hr filling, with 14.2 Kg & 19 Kg mixed filling in cylinders of 33.3 & 45.5 liter water capacity respectively. The SC valve is provided at the centre of the LPG cylinder. The carousel shall be capable of filling a mixed feed of 14.2 Kg & 19.0 KG cylinders, taking advantage of the discreet ranges of tare weights of these two types of cylinders. Also there should not be any need for adjusting the height of the filling heads on the scales.

2.1.2 There shall be a central encoding station which will receive encoded tare

weight of cylinders to be encoded by an operator. The operator will punch only the last two digits of the tare weight of the cylinder, for example for entering the cylinder tare weight of 15.7 Kg, the operator will punch only 5 & 7 on the keyboard which would be sufficient to transfer the tare weight to the station without any error. An operator will enter the tare weight of the cylinders by using the keyboard at the central encoding station after verifying the actual tare weight of cylinders using a pre check scale installed along with the encoding station. The pre check weighing system should be in-line in chain conveyor for automatic check weighing of tare weight of empty cylinders). The encoding station in turn shall be connected to each filling scale on the carousel and the electronic check weigh scale for automatic transfer of tare weight of each cylinder. The encoding station shall work in tandem with the auto entry & auto ejection system and shall have complete logic to take care of any contingency situation in these two systems. The system should take care of automatic rejection (no filing) of cylinders in case of wrong tare weight beyond a set limit (which can be pre-set by the plant manager).

2.1.3 Each filling machine with its filling heads should be an independent unit

along with controls & shall receive LPG & air feed from central column. The main features of the carousel are should be as follows:

1. Base/frame for accommodating 24 electronic filling machines including a central column will have to be provided, LPG/air distributor rings with individual LPG & Air isolating valves for individual filling machines will have to be supplied. The base plate of each filling machine should be made of aluminum or better material.

11

2. The base/frame with platform will have to be supported by no. of traveling wheels on steel rail fastened to the floor.

3. The carousel should rotate around the centre column, which will serve as an axis of rotation & distributors of LPG, electricity & compressed air to the filling machines.

4. In the new center column, there should be positive segregation between LPG & air. This should be obtained using proper leak proof seals & specially coated & finished central pipe stems, which should be rust resistant.

5. The control valves to be used for LPG isolation should be fire safe & antistatic type. All LPG hoses & compressed air hoses should be antistatic type & necessary certificates in support of fire safety have to be produced at the time of bid submission.

6. The carousel drive unit should have speed regulation for rotation of the carousel, matching with the filling time of the LPG cylinders. Each scale should have individual display for indicating cylinder tare weight, net weight of the gas in it.

2.1.4 The following important features should be included in carousel design:

a) Interlocking of introduction/ejection unit for: Anti jamming output. Introduction only when platform empty. Ejection only when cylinder filled & gun released. Ejection only when the filled cylinder’s conveyor is not in jammed condition.

b) LPG stop valve: Should be auto pneumatic. c) Emergency stop: To be provided easily accessible from front &

distinctly visible for individual machine. d) Cylinder centering: Auto clamp with Teflon/non sparking

materials/pads, arms & jaws covering the circumferential parts of cylinder with pneumatic cylinder control.

e) Earthing connection: For filling head (braided copper wire along with hose with insert), central column, guide rail, platforms of filling scales & frame.

f) LPG entry: From top or as per vendor design. g) Air & power entry: From bottom or as per vendor design. h) Filter: 40 mesh SS strainers. i) Pressure gauge: Before & after filter. j) Paint: High quality anti corrosive.

12

2.2 Specifications for filling machines:

The filling machines should have guaranteed output of 99% accurate cylinders with accuracy of +/- 100 Gms & the overfilled/underfilled cylinders shall not exceed 1% of the filling. The machines should have following features:

a) Level of +550 mm from the floor level of filling shed. b) Direction of rotation – clockwise. c) Accuracy: +/-100 Gms or better. d) Method of filling: Gross weight. e) Gas stop valve to open after fixing of filling gun. f) Platform to have tabular guard. g) Tandem pneumatic cylinder flexible to accommodate 14.2 Kg &

19 Kg cylinders. h) Quick coupling with nylon or equivalent tubing for pneumatics. i) Automatic filling operated by electronic weight controller, based

on the tare weight entered through the central encoding station. Filling scales should have provision to operate as stand alone filling machines & should have provision for entering the tare weight for individual scales in the event of system failure.

j) The machines should be self zero adjusting & should auto calculate the optimum cut off time.

k) In case of malfunction or drift outside the set parameter, each machine/system should have automatic shutoff facility.

l) Each filling machines should be provided with quick closing isolation valves to isolate both LPG & air supplies to the scale. All air connections should be quick disconnecting type push-in-connectors. Air tubing should be flexible & antistatic type. Construction of the scale should be such that maintenance can be carried out easily without disturbing other scales.

m) The supply of LPG, electricity & compressed air should be able to be interrupted, if required to any individual filling machines without stopping carousel, which will ensure possibility for repair & maintenance during production. The vendor should furnish the filling time assumed for 14.2 Kg & 19 Kg cylinder & the carousel shall handle mix of 14.2 Kg & 19 Kg cylinder.

n) All individual filling machines should have provision to automatically zero-set & shall also have individual electrical/electronic/pneumatic/LPG system isolation facilities.

o) All filling machines should have self diagnostics facilities. p) The adjustment of carousel speed should be manual.

q) The machines should be designed in such a way that routine

maintenance should not pose any operational problem and all parts

13

requiring major maintenance should be easily accessible. Facility for lubrication of the modified central column to be provided.

r) After installing new central column, LPG circular pipe & components in filling machines, all components should be pressure tested to 30 bar & be suitable for working pressure of 20 bar.

s) The table of each filling unit should be made of suitable material to ensure no spark generation during cylinder movements. All flexible copper jumpers for earthing should be included in the scope of supply by vendor.

t) The filling scale platform is to be designed in such a way that there is no water accumulation on it.

2.3 Specifications for filling head:

Filling head should be pneumatically operated, assembled on a special support that allows partial free horizontal & vertical movements to facilitate & guarantee the connection of cylinder even if off-centered. The pin travel length of the filling head’s valve pin preferably should be 2.8mm +/- 0.2mm to suit the type of cylinders that our plant is handling. Filling head should have following specifications: a) Gun release: smooth release with hinged arrangements in jaws to

facilitate little downward movements of jaws at time of release. b) Should handle LPG liquid pressure of 12 – 18 Kg/sq.cm. c) Pin travel: 2.8mm +/- 0.2mm. d) Flow rate: Should be adequate for realizing the minimum system

capacity of 1300 Cyl/hour using 24 filling heads. e) Material: Gun metal or better/equivalent. f) Head cap: Gun metal threaded or better. g) Pneumatic cut-off of LPG inside the gun during gun release. h) Self centering horizontal alignment arrangement with cylinder

valve.

2.4 Specifications for automatic introduction system:

2.4.1 The existing introduction unit is radial type & it should be replaced by a new radial unit. It should be a pneumatic/hydraulic controlled introduction unit for automatic introduction of LPG cylinders from the chain conveyor to the filling carousel. The vendor will have to suitably replace & modify it, if required, at his own cost to suit his design.

14

Replacement & modification of existing introduction unit to ensure proper introduction of cylinders into the carousel along with necessary communications to/from the carousel system will have to be ensured by the bidder.

2.4.2 Proper cylinder centering is to be ensured by means of adequate clamping arrangements.

2.4.3 The system is to be made automatic for new radial introduction unit with necessary modifications and suitable control for pneumatic/electronic/hydraulic operation. The introduction of the cylinder should be synchronous with the speed of rotation of the carousel.

2.4.4 A safety device should be provided to prevent introduction of cylinders to the carousel, if already a cylinder is present on the filling machine.

2.4.5 Auto clamping arrangements should be provided to properly centre & hold the cylinder for proper connection with the filling heads, having Teflon or suitable anti sparking material pad, arms & jaws covering the major portion of circumference of the cylinder with pneumatic control should be provided. All wearing parts to be suitably designed to enable easy replacement.

2.5 Specifications for automatic ejection system:

2.5.1 A pneumatic/electronic/hydraulic controlled ejection unit for automatic ejection of filled LPG cylinders from the carousel to the chain conveyor should be provided. The existing ejection unit is radial type & it should be replaced with a tangential ejection unit. Replacement of existing ejection unit to ensure proper ejection of cylinders from the carousel along with necessary communications/modifications to/from the carousel system will have to be ensured by the bidder.

2.5.2 A safety device should be provided in such a way that if filling head has not got disengaged from the cylinder, the ejection process is automatically bypassed.

2.5.3 If the conveyor carrying the ejected cylinder is jammed, the ejection operation should be bypassed & the cylinder even after getting filled should continue to rotate on the carousel, till such time the chain gets free.

2.6 Specifications for check weigh scales:

One number of Online Pre Check scale before encoding station. One number of Online Check Scale after carousel.

15

General description: The electronic check scale, should be an independent unit designed to be incorporated in-line in a chain conveyor plant, and is to be used for fully automatic check weighing of gas cylinders. It should operate in fully automatic mode, whereby the tare value of cylinders will be encoded by the central encoding station automatically if possible, without human intervention after checking the tare weight using a online pre check scale, the process should run fully automatically. The other check scale after carousel will check weight of filled cylinders & automatically sort out overfilled & under filled cylinders. The check scale should be based on the electronic control/weighing microprocessor based with load cell principle, and should be an independent unit that controls and checks the actual check weighing process. The electronic check scale should consist of the following minimum main components:

1. Lower scale with load cell 2. Lifting table 3. Control terminal on adjustable support with control/weighing computer,

keyboard, digital display and I/O control 4. Power supply for connection to main power installation 5. Cylinder out- pusher & photocells for automatic sorting out of overfilled

and under-filled cylinders in case of online check scale. 6. Cabinet with compressed air components and electrical components for

connection to electrical power installation 7. Air service unit for connection to compressed air installation 8. Specially designed chain conveyor section, including necessary automatic

chain conveyor controls (stop devices, photocells, etc.) 9. Proper earthing connections to all parts as per relevant standards.

System features:

2.6.1 The check scale should be electronic/digital type based on load cell principle. The design capacity should be minimum 1300 cylinders per hour with a mix of 19 Kg & 14.2 Kg cylinders.

2.6.2 The system to be designed to ensure automatic & continuous testing operation of LPG cylinders, without human intervention as encoding of tare weights by the encoding station should be automatic using a online pre check scale, if possible. The check scales should communicate with the encoding station & carousel system for transmittal of data.

2.6.3 The system should have an industrial grade keyboard for tare weight entry at the central encoding station & provision for auto sorting of underfilled/overfilled cylinders within the predetermined parameters.

16

Changing of these parameters should be possible by authorized personnel only.

2.6.4 Further the following features are to be incorporated in the check weigh scales:

1 Automatic sorting of the overfilled & under filled cylinders to a

conveyor carrying defective cylinders. 2 Fixed tare pre-set & constant tare weight within a given tolerance

including automatic sorting out of incorrectly filled cylinders to a conveyor carrying defective cylinders.

3 The scale should be able to handle mixed feed of 14.2/19 Kg cylinders taking advantage of the discreet ranges of tare weights of these two types of cylinders.

2.6.5 Integration of the central encoding station (with a pre-check scale) to

the carousel system & the online check scale(dynamic check scale) is with the bidder & the system will have to be made fully automatic including encoding of the tare value by the central encoding station using a pre check scale.

2.7 Specifications for Automatic bung-valve leak detector General data: Capacity: One cylinder position with maximum capacity of 1300 Cyl/hr. Sensitivity: Leak rate greater than or equal to 1 gm of gas/hour of testing 100% propane. System description: It should be an electronically controlled leak detector which should be an independent unit designed for in-line incorporation in a chain conveyor. The leak detector should be fully automatic & should perform a leak test on the cylinder valve & valve thread (should identify the actual leak rate). The test result should be compared to a preset permitted maximum leak rate. The comparison should then decide whether the cylinder can be approved or rejected. The leak detection should be based on a gas analysis - infrared detection of hydrocarbons. The following types of leak should be detected:

1. The thread between the cylinder & the valve. 2. The valve seat (the seat inside the valve, which closes the valve & maintains

the gas inside the cylinder). 3. The safety valve, if any. 4. The valve spindle (screw valves only when open with a nut or a plug)

17

System Features: The system should have following minimum features:

1. Gas detector with infrared radiation with automatic indication for cleaning of gas detector, short reaction time, sturdy without any chemical decomposition.

2. Optimum & stable test conditions with flexible suspended test head. 3. Special air filter system to ensure clean pneumatic air. 4. Automatic cleaning of test head, suction line & detector after each cylinder

has been tested. 5. Accumulation sensors to ensure a secure cylinder flow. 6. Control of the pneumatic pressure on the leak detector – under pressure will

automatically stop the leak detector. 7. Photocells to be used for non-touch control of cylinder flow, no mechanical

wear should be there & there should be no mechanical adjustment. 8. Bypass function to allow cylinders to pass through the leak detector without

the test. 9. Intrinsically safe HMI controller for total control of the operation. These

controllers should be exchangeable with other controllers in the system if required.

10. Graphic display to show status line for displaying test results & error messages.

11. HMI controller should transmit/communicate data with other controllers in the plant for data management.

The valve leak detector should have the following minimum main components:

1. Sturdy machine frame to hold the leak detector. 2. Console with test head (bell) & pneumatic coupling cylinder with

height adjustment. 3. Centering unit. 4. HMI controller with key board, display, start/stop button & control

unit. 5. Test module with infrared gas detector & flow meters to adjust the air

flow. 6. Lifting device to lift the cylinder clear of the chain conveyor during

the test. 7. Sturdy accumulation stopper to stop the cylinder flow in case of

accumulation on the chain conveyor.

18

8. Quick waiting stopper to stop one cylinder just before it enters the test point.

9. Pusher for automatic sort-out of leaky cylinders. 10. Cabinet for electrical & compressed air components to be connected

to main power supply. 11. Air service unit with special carbon filter system for connection to

pressure air installation. 12. Photocells for detection of cylinders, non-touch control of cylinder

flow.

2.8 Specifications for Automatic ‘O’ ring leak detector

General data: Capacity: One cylinder position with maximum capacity of 1300 cyl/hr (for valves with inside regulator gasket) Sensitivity: Leak rate greater than or equal to 1 gm of gas/hour System description: The ‘O’ ring leak detector should be electronic microprocessor based independent unit designed for in-line incorporation in a chain conveyor. The leak detector should be fully automatic & should perform a form test of the cylinder valve by checking if the test head can be correctly connected to the valve. If the form test result is alright, the valve tester should perform a leak test on the valve regulator gasket. If the form test fails the cylinder should be rejected. If approved the result of the leak test should be compared to a preset permitted maximum leak rate. The comparison should decide whether the cylinder can be approved or rejected. The leak tester will be installed in the upstream of carousel where the form/leak test will be used to sort out cylinders with malformed, damaged or missing regulator gasket, or malformed or damaged valve, so as to avoid gas leak during the filling process because of bad valves. The leak detector should be based on pressure measurement principle & should be able to detect following types of leaks:

1. The top of the valve is either oval or too large compared to the define tolerances (maximum diameter).

2. The top of the valve is damaged or deformed. 3. The valve is off the cylinder centre line. 4. The test head is sitting on the cylinder shroud. 5. The valve seat (the seat inside the valve, which closes the valve &

maintains the gas inside the cylinder);

19

6. The regulator gasket with the regulator connected to the valve (the gasket that must be tight when the end-user’s regulator is connected to the valve).

Features of the detector:

1. Accumulation sensors to ensure a secure cylinder flow. The accumulation stopper should stop cylinders before the valve tester automatically in case of accumulation of cylinders.

2. Pressure sensor/transmitter should be sturdy & should sense small pressure changes (mbar) & should be able to resist large pressure impacts from a gas leak. The PT should be intrinsically safe & should have short reaction time.

3. Optimum & stable test conditions – the cylinder is lifted clear of the chain conveyor & is centered & fixed properly, should have a flexible suspended test head.

4. Form & leak test of the valve should be carried out with one machine only.

5. The test head should be designed to simulate the regulator with outer tolerances & should work with very small tolerances.

6. Under pressure should automatically stop the valve tester. The control of pneumatic pressure should be automatic.

7. Photocells to be used for non-touch control of cylinder flow, no mechanical wear should be there & there should be no mechanical adjustment.

8. Bypass function to allow cylinders to pass through the leak detector without the test. 9. Intrinsically safe HMI controller for total control of the operation. These controllers should be exchangeable with other controllers in the system if required. 10. Graphic display to show status line for displaying test results & error messages. 11. HMI controller should transmit/communicate data with other controllers in the plant for data management.

The ‘O’ ring leak detector should have the following minimum main components: 1. Sturdy machine frame to hold the ‘O’ ring leak detector. 2. Console with test head & pneumatic coupling cylinder with height

adjustment. 3. Centering unit. 4. HMI controller with key board, display, start/stop button & control

unit. 5. Test module with pressure sensor/transmitter

20

6. Lifting device to lift the cylinder clear of the chain conveyor during the test.

7. Sturdy accumulation stopper to stop the cylinder flow in case of accumulation on the chain conveyor.

8. Quick waiting stop to stop one cylinder just before it enters the test point.

9. Pusher for automatic sort-out of leaky cylinders. 10. Cabinet for electrical & compressed air components to be connected

to main power supply. 11. Air service unit for connection to pressure air installation. 12. Photocells for detection of cylinders, non-touch control of cylinder

flow.

2.9 Specifications for weight correction equipment The electronic net weight correction machine, with automatic gas flow control, should be an independent unit designed to be incorporated in a roller conveyor, and will be used for adjusting of the weight (filling or emptying) of the LPG contents in incorrectly filled domestic cylinders with centre valves. The electronic net weight correction machine should consist of the following minimum components:

1. Electronic check scale 2. Controller and display 3. Gas stop valves (2) 4. Connection for LPG installation 5. Connection for suction line 6. Pneumatic process control 7. Tiltable cylinder rack 8. Filling/emptying head 9. Attachment for the filling/emptying head

Technical data: Cylinder dimensions (Requirements and limitations) • Cylinder diameter: − Min. 220 mm - Max. 410 mm − Max. Diameter variation for all cylinders: 50 mm • Cylinder height: − Min. 400 mm - Max. 800 mm

21

Important points: • The weighing computer should calculate and show the weight in kilograms according to the SI standard • Weighing range: Min. 5 kg - Max. 120 kg • Display division: 100 g (e.g. 15.1 kg, 15.2 kg, 15.3, etc.) • The filling machine should be designed for installation in locations in which the temperature may vary between -10°C and +50°C

2.10 Specifications of Production data management system

Bidder will have to supply & install a system for data collection/IMS along with communication cables (approx. 500 meters) from filling system shed to plant manager’s office/control room. Following minimum reports should be available from the system:

a. Filling machine wise statistics should be generated. b. Complete system statistical report should be generated. c. Capacity graphs should be generated. d. All the reports generated should be printable.

System Features: 1. Production Data Management System should consist of a PC for data

collection & storage, Software for data analysis & monitoring, history, trending etc, associated hardware for data collection & transmission from different equipments in the plant through a interface medium to a central data collection point in the control room. The system should collect data from filling process machines controlled by the HMI controllers. The data should be able to be monitored and should serves as a basis for reports concerning the filling process.

2. The system should ensure automatic collection of all important production data.

3. The system should act as a effective tools for viewing and analyzing production data by monitoring of real time production status & also should report statistics for filling hall production overview.

4. The system should enable easy identification of maintenance and adjustments needs based on history of production data collected.

5. The system should provide data for analysis of both single machine capacity & filling plant capacity.

22

6. The system should provide overview of production interruptions & of development in filling capacity.

7. Analysis of single machine filling accuracy & adjustment need should be available.

8. Survey of total production filling accuracy should be possible. 9. Review of cylinders rejected at check scales & leak detector should be

available through the system. 10. On-line supervision of all HMI controllers including alarm log & status

overview should be available through the system. 11. Elaboration of presentation graphs on the basis of report data should be

available. 12. System should have efficient data storage & search in database. 13. Disaster recovery including quick re-installation of PC should be available

in case of PC fault. 14. Hardware & software for the system should be as per relevant international

standards. 15. Single PC should be able to collect data from at lease ten filling machines

simultaneously. 16. PC will be placed in non-hazardous area approx. 500 meters from filling hall.

2.11 Electrical:

Technical specifications of FLP carousel motor and FLP push button stations and cable.

(i) Motor shall be 415V, 3phase, 50HZ, duty- continuous of suitable

capacity (KW) and rpm to run the hydraulic pump system/ AC drive of suitable capacity of the carousel system for filling of LPG Cylinder.

(ii) Motor shall be FLP type, Totally Enclosed Fan Cooled (TEFC) squirrel cage induction type suitable for DOL starter connection. Supply of DOL starter is not in the scope of supplier.

(iii) The capacity of the motor shall be decided by supplier as per design of the carousel system.

(iv) Motor shall be used for outdoor type. Therefore the degree of protection shall be IP-55/65 and shall be horizontal foot mounted type.

(v) The cable terminal box of the motor shall be suitable for 1no. 3core, 4sqmm, PVC insulated, armored, stranded copper conductor, 1100V grade cable with suitable size of FLP double compression cable gland.

(vi) Motor shall be as per our standardized manufacturer’s list. Motor shall be supplied with following make: (a) Crompton Greaves (b) Kirloskar Electric (c) Bharat Bijlee (d)

Siemens.

23

(vii) 1No. of FLP ON/OFF push button shall be supplied by manufacturer with single phase digital ammeter of suitable capacity along with 1no. current transformer for showing of the current of the motor at the time of starting.

(viii) The rating of the current transformer shall be 25/5, 5VA, copper/ Polyester wound, bar primary type for showing the current in the push buttons. The digital Ammeter and Current transformers shall be made of CONZERV/ AEI.

(ix) The push button shall be used for out door type. Therefore degree of protection of push button shall be IP-55/65 and Aluminium alloy (LM6) type with FLP double compression brass cable gland. The push button shall have 2no. LEAD of 110V AC for showing the ON and OFF the motor along with current of the motor in digital Ammeter. Push button shall be lockable type with key to avoid unnecessary operation.

(x) The push button shall be made up of – Baliga Lighting / FCG/ Flexpro. The cable gland for push button shall be double compression type and made up of Brass. Push button shall be erected near the motor at the height of 1.5mtrs from the ground on suitable metallic stand.

(xi) Motor and FLP push button station shall be certified by CMRI and approved by DGMS provided if it is manufactured in India or country origin of equivalent from foreign manufacturer.

(xii) 1No. canopy for motors and 1no canopy for push buttons made up of sheet metal of galvanized iron shall be supplied along with motors and push button to avoid the ingress of water.

(xiii) The supply of the cables for 1no. FLP motor and 1no. Push button shall be in the scope of supplier. Therefore party has to supply the 3core, 4sqmm, armored, stranded, copper conductor, PVC insulated, 1100V grade of 300mtrs length of cable for 1no. FLP motor. The power cable for motor and control cable for push button shall be made up of INCAB/ NICCO/ POLYCAB/ FINOLEX.

(xiv) The cable for 1no. ON/OFF FLP push button shall be in the scope of supplier. Therefore party has to supply the cable of 7core, 2.5sqmm, stranded copper conductor, armored, PVC insulated, 1100V grade cable of 300mtrs length.

(xv) 2Nos. of 40mm GI pipe of 3mtrs length shall be buried near the carousel for grounding of 1no. FLP motor and 1no. FLP push button station and carousel system. FLP motor shall be connected with 6SWG GI wire. FLP motor shall have minimum 2nos. of earth connection and carousel system shall be connected with 2nos. 25mmx6mm GI strap with earth electrodes which shall be interconnected with 25mm GI strap. Internal earthing of each filling gun shall be also carried out by supplier with suitable size of insulated stranded copper conductor.

24

(xvi) Each earth electrode shall have brick wall enclosure of 600mm x 600mm with RCC slab for covering the enclosures and marking the reading of earth electrodes.

(xvii) The push button shall have grounding wire of 6SWG G.I wire which shall be connected through Earth electrodes.

(xviii) FLP cable glanding and connection of the motor and push button and grounding is in the scope of supplier not in OIL. Therefore supplier shall provide one license holder Electrician for cable connection and glanding of the motors and push button station and grounding at the time of commissioning of the motor and push button.

(xix) OIL can provide the power supply of 400V/230V AC, 50HZ from MCC panel to the location where the carousel system will be installed subject to supply and laying of suitable size and length (Approx. 300 meters) of armored, copper conductor, PVC insulated(4core,6sqmm), sheathed, 1100V grade cable which will have to be supplied by supplier.

2.12 Piping, materials, LPG piping gaskets & Hydro testing:

2.12.1 All LPG pipelines will have to be seamless. 2.12.2 Vendor will have to supply pipe fittings, valves, pressure gauges,

Thermal release valve with isolation valves, differential pressure valve, quick shutoff isolation valves, micro filter, weld neck flanges with raised face, structural elbows, tees etc. for the carousel and all these should be of minimum 300# rating.

2.12.3 All butt welded joints should be 100% radiographed and shall have relevant certificates for the same.

2.12.4 Only spiral wound stainless steel gaskets to be used in LPG pipeline joints.

2.12.5 All LPG piping, central column and other components of filling machine should be pressure tested to 30bar.

2.12.6 LPG hoses should be antistatic type wire braided reinforced. LPG hoses should be as per IS 9573/BS 4089/EN 1762:1998. Earthing wire to be provided along with the hoses.

2.12.7 Isolation valves should be ball valve type which should be fire safe and antistatic type.

2.13 Specifications for personal Computer & color printer for data

collection

The personal computer to be supplied for data collection should be latest version of IBM/Compaq/Lenova/HP make but should have following minimum specifications:

25

Pentium-IV, 2.6 Ghz, intel chipset 865/875, 512 MB DDR/SD RAM, 80 GB HDD with IDE interface co-processor, 17” TFT colour monitor, 3.5”FDD, 52X CD ROM drive, Keyboard, optical mouse with Laser jet printer, network interface card 10/100 base-T, minimum 3 extra USB ports for future use, hot standby machine with KVM switch (Sharing keyboard, mouse, monitor) with pre loaded operating system( windows XP or windows Vista) along with PC cabinet.

3.0 Special conditions:

a) All electrical & electronic equipment should have approval from DGMS & Chief controller of explosives, India for usage in hazardous area. The vendor’s fully automatic electronic carousel system with all specified electrical/electronic components should have firm/regular approval from DGMS & Chief controller of explosives, India and the same should be submitted along with the unpriced bid/before opening of the price bid.

b) The entire electronic cylinder filling system will have to be Intrinsically Safe. All electrical/electronic/communication components will have to have be certified by CMRI & approved by DGMS & CCOE and shall have only those components as mentioned in the DGMS & CCOE approval for the vendor’s carousel system.

c) Type & routine test certificates from recognized test houses of relevant international standards for all electrical/electronic/communication components will have to be submitted along with the offer.

d) Degree of protection of all enclosures for intrinsically safe equipment must be minimum IP 65.

e) Local weights & measures certification for the carousel filling scales & all other check scales to be provided. Bidder will have to submit all the approval copies for the same at the time of submitting the bid.

f) Load cells to be used should be intrinsically safe with certified Zenner barriers.

g) All cabling shall be by using armored and shielded cables as per IS-1554 or appropriate BS code suitable for this application.

h) All control electronics should operate at very low power requirements and should be capable of working at up to 60 degree centigrade & should withstand voltage fluctuations to +/- 10% of 220V AC, 50Hz. Power will be supplied by OIL at 220V AC, 50Hz, and arrangements for stepping down voltage if required will have to be provided by the vendor. Vendor will have to quote a suitable online UPS system as an

26

optional item along with the equipments with a power back up of atleast 30 to 45 minutes.

i) All the cylinder movements will have to be controlled by pneumatics. For operating these pneumatic controls automatically, electro-pneumatic devices viz. flameproof & explosion proof solenoid valves of required rating should be provided.

j) Limit switches should preferably be non contact infrared sensor type. k) The limit switches, tare weight punching keyboard and all other

electrical/electronic components should be intrinsically safe. Where the equipment is not intrinsically safe they shall be housed in flameproof or explosion proof housing.

l) Failure record of electronic parts should be negligible & bidder will have to provide user satisfaction report of their quoted system form at least three public sector enterprise companies like IOCL,HPCL etc which are using this products for last five years.

m) Approx. 50 systems that the bidder is going to provide should be operational to the satisfaction of our Indian customers especially in public sector enterprises like IOCL, BPCL and HPCL for a period of minimum 5 years. Proof of the same will have to be provided as per the format provided in this NIT.

n) Entire installation and commissioning activities of the system to be provided should be preferably completed within 3 to 4 weeks, on sighting of equipment at plant.

o) Service and Spares Support should be available in India & should be made available in short notice.

p) Maintenance of the system should be simple with user friendly Universal Controller which should display most of the errors pointedly, helping maintenance personal to solve the problem with ease.

q) The preferred vendor of OIL for Pneumatic circuits & components including pistons, pushers, cylinders, tubing’s & fittings, air filter regulators & lubricator are M/S Swagelok/Fresto/Fisher/Hylog/Parker. All these components must be procured from any of the above vendors only.

r) Ball valves must be procured from M/S Audco India limited or M/S Habonim Vaas only, as these are approved vendors of OIL for ball valves to be used for LPG application.

4.0 Facilities to be provided by M/S OIL:

a) Power connection for the terminal up to the system in the filling shed will be provided by OIL. However the vendor will have to provide the internal cables as well as main power cables for power within the new system in the filling shed. The vendor will

27

have to provide double compression FLP glands wherever required in all LPG areas. All connections should be in flameproof & explosion proof enclosures & are in the scope of supply of the vendor.

b) OIL will provide airline of required pressure within five meters of the system. The vendor will have to draw further airline to all required consumption points

c) The required LPG piping will be in the scope of OIL. Necessary tap-off points with manual ball valves as required by the vendor will be provided. Vendor to provide necessary further hose connections. For this purpose, vendor will have to provide OIL the proposed piping layout of their offered system.

5.0 Spares:

The recommended maintenance spares for two years of the complete system should be quoted along with the offer. However, the cost of these spares will not be considered for evaluation. The commissioning spares should be supplied along with the system for complete commissioning of the system. The recommended list of spares should be provided along with the technical bid in the following format:

SL.NO. Manufacturer & part no.

Description Quantity recommended

Unit price

Total Price & remark

Note : Prices should be indicated only in Commercial bid and should not be indicated in Technical bid.

28

6.0 Annual Maintenance contract:

The bidder should provide AMC offer for maintaining the Instrumentation & control system as well as the complete system in totality for the electronic filling system which should include all major equipments, Electro/pneumatic sensors, switches, photocells & PLC based controllers. The offer should consist of necessary terms & conditions. The price for the same should be submitted with the price schedule & the same should be kept in the price bid. However the AMC cost will not be considered for evaluation purpose.

7.0 Drawings & data requirements to be submitted by vendor for carousel filling machines & accessories (for the whole up-gradation project):

The following documents will have to be submitted by the vendor in two sets for bid & six sets after placement of order:

1. General arrangement drawings with outline dimensions including details for foundation design, carousel, drive units, all online equipments including pushers.

2. Cross-section & part list of all equipments. 3. Certified performance curves. 4. Certified test records for all equipments. 5. Diagram for wiring connections. 6. Piping & instrument diagram for LPG, Air, & water etc. 7. Diagram with all earthing details. 8. Test certificates for bought out items viz. flameproof electric

motor, push buttons, LPG hoses, ball valves, thermal safety valve, differential pressure valve, LPG pipeline & fittings etc.

9. Assembly & installation details. 10. Erection, operation, & maintenance manuals. 11. Erection drawings. 12. Completed data sheets. 13. Material specifications. 14. Complete PLC details & control logic manual for understanding

the electro/pneumatic controls. 15. Modified layout diagram for both conveyors & equipments by

taking into consideration of our existing equipment & conveyor belt layout enclosed as annexure – A.

29

16. The details of all the necessary modifications required to be carried out by M/S OIL to suit the system design of the bidder will have to be provided along with the offer.

17. Bidder will have to submit the changeover plan for the complete replacement project for approval by M/S OIL.

8.0 Performance testing, training, inspection & guarantee: 8.1 All equipments & components parts should be guaranteed by

vendor against defective material, design & workmanship for a period of 12 months from the date of satisfactory commissioning or 24 months from the date of dispatch, whichever is earlier. Satisfactory commissioning is deemed to have been achieved if the system is operated trouble-free for a minimum period of 15 days, i.e. consistent filling performance of 1300 cyls/hr with an accuracy of +/-100 gms for 99% of the cylinders.

8.2 The vendor should carry out the performance test run of the complete system at site after satisfactory erection under his supervision. Vendor should carry out the filling accuracy test at the plant one month after commissioning of the carousel. The test will for a period of 2 working days & shall be checked for capacity & system accuracy of the designed parameters.

8.3 Inspection: The Instrumentation & control system, equipments, valves and other ancillaries as described in the NIT are to be inspected at your works prior to dispatch of the same. The readiness of the supplier for inspection must be intimated at least 8 weeks in advance to facilitate OIL’s engineers to make the necessary travel plan. The control logic is to be demonstrated in a simulated condition to the satisfaction of OIL.

Scope of inspection at works: 8.3.1 Review of manufacturer’s test certificates for all bought

out items Viz. LPG hoses, LPG pipelines, Fittings, valves, flameproof motor, IS components, solenoid valves, photo sensors etc.

8.3.2 Ball valves to be checked for fire safe & anti static type 8.3.3 Functional test under rotating conditions at works &

later at site. 8.3.4 Working of all safety interlocks. 8.3.5 Working of encoding station, transfer of data to filling

machine, check scale etc. 8.3.6 Hydraulic pressure testing of central column and

complete assembled LPG piping system including inlet manifold.

30

8.3.7 Functioning of electronic check scales.

Inspection will be regarded as a check-up and shall not relieve the vendor of any of the contractual obligations & performance guarantee.

Training: A team of engineers will require a detailed training on your design philosophy, engineering, logic development and the hardware to be supplied by the supplier enabling them to carry out quality Maintenance in future. Training is also to be provided to the Operating Personnel for smooth operation of the new system. The training is to be supplemented by manual in hard bound copy as well as soft copy (Minimum 2 sets). Details of the training module are to be provided along with the offer. The training is to be schedule during the factory inspection as stated above. The training charges, if any, should be quoted separately, the travel to your factory & accommodation, food etc will be in OIL,s scope.

8.4 Training of operators for a minimum of 3 man-days should be

given at site after commissioning of the equipment without any extra cost to OIL. Training for maintenance of equipment during erection/commissioning period should be inclusive.

8.5 Vendor will be solely responsible for smooth & trouble free performance of all the equipment supplied by them as a whole during the guarantee period. In case of any problem arising during guarantee period even after taking over of the plant, vendor shall have to carry out any rectification /replacement at his own cost.

9.0 Approval of drawings:

9.1 Vendor after placement of order shall be fully responsible to get all necessary drawings approved by OIL before supply.

9.2 Approval of drawings by OIL does not relieve the vendor from his responsibility of performance guarantee of the plant & the equipment covered under this tender.

31

10. Scope of works – Inclusion & Exclusion:

10.1 Works Included: The scope of work has been covered in the

above specifications in general. However the vendor shall be responsible to complete the replacement of the mechanical carousel system with an electronic, fully automatic system along with the ancillaries as per the tender in all respects & in doing so will have to provide/supply all facilities not covered above specifically, but nevertheless required for the satisfactory performance of the complete system.

10.2 Works Excluded: The following works are excluded from the

vendors scope: All civil works. Supply & laying of pipeline for air/LPG up to the carousel central column.

Main electrical power connection up to the carousel. 11.0 INSTRUCTIONS TO BIDDERS 1.1 BIDDER (SUPPLIER) may inspect the site and examine and obtain all

information required and satisfy himself regarding all matters such as modification required in our existing plant to install the new equipments in the existing chain conveyors, exact existing conveyor layout, access to site, areas likely to be allotted to him for his storage yard and for his site works, transport and facilities required for the satisfactory completion of work. Ignorance of site conditions shall not be accepted as basis for any claim for compensation. The submission of Tender by BIDDER (SUPPLIER) will be construed as evidence that such an examination was made and any later claims/ disputes in regard to price quoted shall not be entertained by OIL INDIA LIMITED (OIL).

1.2 BIDDER (SUPPLIER) shall furnish along with his bid the list of manufactured

items, along with the manufacturer’s name that are proposed to be used in this contract. The BIDDER (SUPPLIER) shall provide detailed technical literature of each equipment to be supplied along with the BID. Bidder will also have to provide the sub vendors list from which the bidder will procure the bought out items like valves, instrument tubing’s & fittings etc.

32

12.0 BIDDER’S EXPERIENCE The BIDDER shall furnish in the following format a list of similar jobs executed by him to whom a reference may be made in case OIL considers such a reference necessary: SL.NO. Name &

description of work

Value of work

Period of construction & date

Client Persons to whom reference may be made

SIGNATURE: ------------------- DESIGNATION: ------------------ COMPANY: ---------------------- COMPANY SEAL DATE: --------------------------

33

13.0 SCHEDULE OF DEVIATIONS FROM TECHNICAL SPECIFICATION All the deviations from the technical specifications & SPECIAL CONDITIONS shall be filled-in by the BIDDER clause by clause in this schedule.

SECTION SPECIFICATION NO. CLAUSE NO. DEVIATION The BIDDER hereby certifies that the above mentioned are the only deviations from the client’s Technical specifications for this enquiry. The BIDDER further confirms that in the event of any other data and information presented in the BIDDER’S proposal and accompanying documents including drawings, catalogues, etc., are at variance with the specific requirements laid out in the Tender technical specifications, then the latter shall govern and will be binding on the BIDDER for the quoted price. SIGNATURE: ------------------- DESIGNATION: ------------------ COMPANY: ---------------------- COMPANY SEAL DATE: --------------------------

34

14.0 SCHEDULE OF PRICES Bidder should provide the BOM as per the format provided below for our evaluation. All the quoted prices shall be firm till the completion of the project:

Note : Prices should be indicated only in Commercial bid and should not be indicated in Technical bid.

Sl. No.

Particulars Quantity Unit rate

Total price

1. 24 point fully automatic electronic carousel with 24 nos. of filling heads along with drives & new manifolds.

One set

2. Pre check scale before carousel to check tare weight of cylinders

One no.

3. Central encoding station - Maximum 1300 cylinder/hr capacity

One unit

4. Dynamic check scale – Maximum 1300 cylinder/hr capacity – to operate in fully automatic mode

One unit

5. Automatic ‘O’ ring leak detector – 1 cylinder test position, Maximum 1300 cylinder/hr capacity

One unit

6. Automatic bung-valve leak detector – 1 cylinder test position, Maximum 1300 cylinder/hr capacity

One unit

7. Weight correction machine with weigh scale – Maximum 1300 cylinder/hr capacity

One unit

8. All electronic photocell/optical sensors, electronic switches, pneumatic pushers & stoppers, solenoid valves, push buttons, PLC controllers or any other item that will be required to make the cylinder filling process fully automatic by integrating the items mentioned above ( sl.no. 1 to 7) to be supplied.

As per system design of vendor.

9. PC for production data management with associated hardware & software.

One unit

10. Laser jet printer for report printing One unit 11. UPS system – As per vendor’s power One unit

35

load requirement- Optional item 12. Tangential Ejection Unit to replace

existing Radial unit with electronic/pneumatic sensors, switches, Pushers & stoppers.

One unit

13. Radial introduction unit to replace the existing Radial unit with electronic/pneumatic sensors, switches, Pushers & stoppers.

One unit

14. All pneumatic air filter regulators, pressure gauges, tubing’s, fittings, lubricators etc.

As per system design of vendor.

15. Power & data cables with cable glands & junction boxes, barriers, terminator’s etc – as per the NIT

As per system design of vendor.

16. Installation & commissioning charges For the complete project

17. Training charges, if applicable 18. Any other items AMC charges for 1st year after expiry **____________ Of warranty ** TO MENTION THE CURRENCY ALSO IN THE HEADING SIGNATURE: --------------------- COMPANY SEAL DESIGNATION: -----------------

36

Note: 1. Payment : Payment shall be released as follows :

i) 80 % of the supply made by the supplier shall be paid against proof of despatch/shipment of the goods.

ii) Remaining 20 % of the supply value along with commissioning charges shall be paid after successful commissioning and acceptance of the unit by OIL.

iii) OIL may also consider making 100 % payment towards supply of the units against proof of despatch provided bidders agree to pay interest for 20 % of the order value and also submit Bank Guarantee for the amount equivalent to 20 % of the order value. This is in addition to the 10 % of the order value towards Performance Security as per the NIT requirement.

Any offer not complying with the above shall be loaded at one percent above the prevailing Bank Rate (CC rate) of State Bank of India for evaluation purpose.

iv) Training charges will be paid only after successful completion of training.

2. To ascertain the substantial responsiveness of the bid OIL reserves the right to ask the

bidder for clarification in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in toto must be received on or before the deadline given by the company, failing which the offer will be summarily rejected.

***********

Annexure – A1

1

ANNEXURE-B

TO TENDER NO. DFD9458P09/07

BID REJECTION CRITERIA (BRC) / BID EVALUATION CRITERIA (BEC) I. BID REJECTION CRITERIA:

The bids shall in general conform to the specifications and terms and conditions given in the tender. Bids shall be rejected in case the goods 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 will have to be particularly met by the bids, without which the same will be considered as non-responsive and be rejected.

(A) TECHNICAL:

1. BIDDERS must be in the relevant business of supply of Electronic cylinder filling systems in India for a period of at least last 5 (FIVE) years as on 01.01.2008. BIDDERS are required to produce documentary evidence for the same.

2. The BIDDER must be the OEM (Original Equipment Manufacturer) or it’s authorized

dealer of Electronic cylinder filling systems with authorized service support base in India. The OEM are required to produce documentary evidence for the same.

3. At least Thirty (30) Nos. of Electronic cylinder filling systems offered by the BIDDER

should be in continuous operation for a period of at least Five years in India. Documentary evidence to support the same to be produced.

4. The BIDDER shall furnish along with the bid, the information called for in CHECK

LIST (Annexure-C), Specification sheets (clause 2.1 to clause 2.13)) and various requirements as in clause 5 to clause 14 in the prescribed format only, failing which the bid will be considered incomplete and OIL INDIA LIMITED (OIL) reserves the right to reject the bid.

5. The bid shall be in accordance with the specification and shall be complete in all respects.

The bidder shall clearly indicate in his offer the list of deviations on a separate sheet (refer clause 13.0) even though these may be mentioned somewhere else in the quotation.

(B) COMMERCIAL :

Commercial Bid Rejection Criteria will be as per Section D of General Terms & Conditions of Global Tender (MM/GLOBAL/01/2005) with following Special Bid Rejection Criteria.

1.0 Bids are invited under Single Stage Two Bid System. Bidders shall quote accordingly

under Single Stage Two Bid System. Bidder not complying with submission procedure mentioned in Para 12.2 of Section A of General Terms & Conditions of Global Tender (MM/GLOBAL/01/2005) will be rejected.

2

2.0 Bid security of US $ 12,000.00 or Rs. 5,00,000.00 shall be furnished as a part of the

TECHNICAL BID. Any bid not accompanied by a proper bid security in ORIGINAL will be rejected without any further consideration. For exemption for submission of Bid Security, please refer Clause No. 9.8(Section A) of General Terms and Conditions for Global Tender vide MM/GLOBAL/01/2005(enclosed). The Bid Security shall be valid for 240 days from the date of bid opening.

3.0 Validity of the bid shall be minimum 180 days. Bids with lesser validity will be rejected. 4.0 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 eighteen months from the date of shipment/dispatch or twelve months from the date of commissioning whichever is earlier against any defects arising from faulty materials, workmanship or design. Defective goods/materials or parts rejected by OIL shall be replaced immediately by the supplier at the supplier’s expenses at no extra cost to OIL.

5.0 Successful bidder will be required to furnish a Performance Bank Guarantee @10% of

the order value. The Performance Bank Guarantee must be valid for one year from the date of receipt/acceptance of goods or 18 months from the date of shipment whichever is earlier. Bidder must confirm the same in their Technical Bid. Offers not complying with this clause will be rejected.

6.0 Bidders are required to submit the summary of the prices in their commercial bids as per

bid format (Summary), given below :

(i) Commercial Bid Format ( SUMMARY ) for Foreign Bidders : (A) Total Material value (B) Cost of Commissioning spares (C) Grand Total Material Cost, ( A + B) (D) Pre-despatch/shipment Inspection & Testing charges, if any (E) Packing & FOB Charges (F) Total FOB Port of Shipment value, ( C + D + E ) above (G) Ocean Freight Charges upto Kolkata, India (H) Insurance Charges (I) Total CIF Kolkata value, ( F + G + H ) (J) Installation , Commissioning and Testing charges (K) Training Charges (L) Total Value, ( I + J + K ) above (M) Total value in words : (N) Gross Weight : (O) Gross Volume : (ii) Commercial Bid Format ( SUMMARY ) for Indigenous Bidders :

(A) Total Material Value (B) Cost of Commissioning spares (C) Grand Total Material Cost, (A + B ) (D) Pre-despatch/shipment Inspection & Testing charges, if any (E) Packing and Forwarding Charges (F) Total Ex-works value, ( C + D + E ) above (G) Excise Duty with Education Cess, (Please indicate applicable rate of Duty) (H) Sales Tax, (Please indicate applicable rate of Tax)

3

(I) Total FOR Despatching station price, ( F + G + H ) above (J) Road Transportation charges to Duliajan (K) Insurance Charges (L) Total FOR Duliajan value, ( I +J + K) above (M) Erection ,Commissioning and Testing charges (N) Training Charges (O) Total Value, ( L + M + N ) above (P) Total value in words : (Q) Gross Weight : (R) Gross Volume :

NOTE : 1. Cost of individual items must be quoted separately. 2. The Commissioning Spares should be quoted separately indicating the unit

price and quantity quoted. 7.0 Installation/Commissioning charges and Training charges must be quoted separately on

lumpsum basis which shall be considered for evaluation of the offers. These charges should include amongst others to and fro fares, boarding/lodging, local transport at Duliajan and other expenses of supplier’s commissioning/training 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.

8.0 Pre-despatch/Shipment Inspection & Testing charges, if any, must be quoted separately

on lumpsum basis which shall be considered for evaluation of the offers.

Bidders must categorically indicate the Installation / Commissioning, Training and Pre-despatch/Shipment Inspection & Testing charges in their offers and must confirm the same in their Technical bids. Offers, without any quote for the Installation / Commissioning, Training and Pre-despatch/Shipment Inspection & Testing charges, shall be loaded with the maximum charges received for the same against the tender for evaluation purposes. Moreover, if any bidder does not quote the Income, Service, Corporate taxes etc., the offer shall be loaded with the applicable rate of taxes for evaluation purposes.

(II) BID EVALUATION CRITERIA (BEC) :

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:

(A) TECHNICAL:

1. All materials as indicated in the material description of the tender should be offered. If any of the items not offered by the bidder, the offer will not be considered for evaluation.

4

(B) COMMERCIAL:

1.0 The evaluation of bids will be done as per the Price Schedule (SUMMARY) detailed vide Para 6.0 of BRC (Commercial).

2.0 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.

3.0 For conversion of foreign currency into Indian currency, B.C. selling (Market) rate

declared by State Bank of India, one day prior to the date of price bid opening shall be considered. However, if the time lag between the opening of the bids and final decision exceed 3(three) months, then B.C. Selling(Market) rate of exchange declared by SBI on the date prior to the date of final decision shall be adopted for conversion and evaluation.

4.0 Offers not complying with the payment terms indicated in the enquiry 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) Total Material value (B) Cost of Commissioning spares (C) Grand Total Material Cost, ( A + B) (D) Pre-despatch/shipment Inspection & Testing charges, if any (E) Packing & FOB Charges (F) Total FOB Port of Shipment value, ( C + D + E ) above (G) Ocean Freight Charges upto Kolkata, India (H) Insurance Charges (I) Total CIF Kolkata value, ( F + G + H ) (J) Applicable Customs duty (K) Installation , Commissioning and Testing charges (L) Training Charges (M) Total Value, ( I + J + K +L) above 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) Total Material value (B) Cost of Commissioning spares (C) Grand Total Material Cost, (A + B )

5

(D) Pre-despatch/shipment Inspection & Testing charges, if any (E) Packing and Forwarding Charges (F) Total Ex-works value, ( C + D + E ) above (G) Excise Duty with Education Cess, (Please indicate applicable rate of Duty) (H) Sales Tax, (Please indicate applicable rate of Tax) (I) Total FOR Despatching station price, ( F + G + H ) above (J) Road Transportation charges to Duliajan (K) Insurance Charges (L) Total FOR Duliajan value, ( I +J + K) above (M) Erection ,Commissioning and Testing charges (N) Training Charges (O) Total Value, ( L + M + N ) above

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. No price preference will be allowed to indigenous bidders except that for capital goods, the domestic manufacturers would be accorded a price preference to offset CST to the extent of 4 % or actuals, which ever is less subject to 30 % local content norms as stipulated for World Bank Funded project to the satisfaction of OIL. When more than one domestic bidders fall within price preference range, inter-se-ranking will be done on Total Value basis.

6.0 Other terms and conditions of the enquiry shall be as per General Terms and Conditions

for Global Tender vide MM/GLOBAL/01/2005. However, if any of the Clauses of the Bid Rejection Criteria / Bid Evaluation Criteria (BEC / BRC) contradict the Clauses of the tender and/or MM/GLOBAL/01/2005 elsewhere, those in the BEC / BRC shall prevail.

*******************

1

ANNEXURE – C

TO TENDER NO. DFD9458P09/07 Technical Check list including general clauses: Sl. No.

Requirement Compliance Yes No

Remarks

1. 24 point fully automatic electronic carousel with 24 nos. of filling heads along with drives & new manifolds.

2. Pre check scale before carousel to check tare weight of cylinders

3. Central encoding station - Maximum 1300 cylinder/hr capacity

4. Dynamic check scale – Maximum 1300 cylinder/hr capacity – to operate in fully automatic mode

5. Automatic ‘O’ ring leak detector – 1 cylinder test position, Maximum 1300 cylinder/hr capacity

6. Automatic bung-valve leak detector – 1 cylinder test position, Maximum 1300 cylinder/hr capacity

7. Weight correction machine with weigh scale – Maximum 1300 cylinder/hr capacity

8. All electronic photocell/optical sensors, electronic switches, pneumatic pushers & stoppers, solenoid valves, push buttons, PLC controllers or any other item that will be required to make the cylinder filling process fully automatic by integrating the items mentioned above ( sl.no. 1 to 7) to be supplied.

9. PC for production data management with associated hardware & software.

10. Laser jet printer for report printing 11. UPS system – As per vendor’s power load

requirement

12. Tangential Ejection Unit to replace existing Radial unit with electronic/pneumatic sensors, switches, Pushers & stoppers.

13. Radial introduction unit to replace the existing Radial unit with electronic/pneumatic sensors, switches, Pushers & stoppers

14. All pneumatic air filter regulators, pressure gauges, tubing’s, fittings, lubricators etc.

2

15. Power & data cables with cable glands & junction boxes, barriers, terminator’s etc – as per the NIT

16. Any other items 17. General Conditions:

a. Installation & commissioning by supplier is agreed.

b. Quote all the items as per BOM with unit price.

c. Detail technical literature provided for each item/equipment quoted in the offer

d. Recommended spare parts list with price quoted.

e. Optional items quoted separately. f. Installation & commissioning charges

quoted separately. g. Training & Inspection charges quoted,

if applicable. h. The systems that are quoted will be

certified by CMRI & approved by DGMS Dhanbad & CCOE, Nagpur & also by Weights and Measures Department in Delhi with neccessary local approval.

2.0 Are all technical particulars as per specification? YES / NO If NO, Technical deviation Schedule filled? YES / NO SIGNATURE: --------------------- DESIGNATION: ----------------- COMPANY: ---------------------- COMPANY SEAL DATE: --------------------------

ANNEXURE-D TO TENDER NO. DFD9458P09/07

COMMERCIAL CHECK LIST THE CHECK LIST MUST BE COMPLETED AND RETURNED WITH YOUR OFFER. PLEASE ENSURE THAT ALL THESE POINTS ARE COVERED IN YOUR OFFER. THESE WILL ENSURE THAT YOUR OFFER IS PROPERLY EVALUATED. PLEASE TICK MARK 'YES' OR 'NO' TO THE FOLLOWING QUESTIONS, IN THE RIGHT HAND COLUMN. 1. Please sign each sheet. 2. The check-list duly filled in must be returned along with the offer.

COMMERCIAL (A) Applicable to both Foreign Bidders and Indigenous Bidders

1 Whether proof of purchasing tender documents has been enclosed with the offer?

Yes / No

2 Has the offer been submitted in triplicate ?

Yes / No

3 Whether Original Signed quotation submitted?

Yes / No

4 Has it been ensured that there are no over-writings in the offer? Have corrections been properly attested by the person signing the offer ?

Yes / No

5 Are the pages of the offer consecutively numbered and an indication given on the front of the offer as to how many pages are contained in the offer?

Yes / No

6 Whether quoted as Manufacturer?

Yes / No

7 Whether quoted as Supply House/distributor?

Yes / No

8 In case the Bidder is a supply house/distributor, (a) Whether valid authorisation from the manufacturer, authorising him to bid, has been enclosed with the offer ? (b) Whether manufacturer’s back-up Warranty/Guarantee certificate submitted ?

Yes / No

Yes / No

9 Whether bid submitted under Two bid system?

Yes / No

10 Whether Priced bid submitted as per Price Schedule (Refer para 6.0 (Commercial) of Bid Rejection Criteria)

Yes / No

11 Whether quoted all the items of tender?

Yes / No

12 Have you offered Firm prices?

Yes / No

13 Have you indicated Currency of the quoted price?

Yes / No

14 Whether the period of validity of the offer is as required in bidding document i.e. 6 months ?

Yes / No

15 Have you indicated Firm Delivery?

Yes / No

16 Whether gross weight/volume of the consignment has been furnished?

Yes / No

17 Whether Original Bid Security has been enclosed with the offer? (a) Amount (b) Name of issuing Bank : (c) Validity of Bid Bond :

Yes / No

18 Whether confirmation regarding submission of Performance Security as per tender has been furnished?

Yes / No

19 Whether agreed to submit Performance Security within 30 days of placement of order?

Yes / No

20 Whether agreed to the guarantee/warranty Clause as per tender?

Yes / No

21 Whether confirmed that installation/commissioning will be carried out in the event of placement of order?

Yes / No

22 Whether Commissioning Spares involved and cost of it separately quoted ?

Yes / No

23 Whether installation/commissioning charges separately quoted ?

Yes / No

24 Whether to & fro air fares, boarding/lodging of the commissioning personnel for installation/commissioning of the Unit at Duliajan, Assam(India) included in the quoted charges ?

Yes / No

25 Whether confirmed that all Service, Income, Corporate tax etc. towards Services provided under installation/commissioning are

Yes / No

included in the prices quoted ? 26 Whether confirmed that Training will be provided in the event of

placement of order?

Yes / No

27 Whether the cost of Training has been furnished in the offer?

Yes / No

28 Whether to & fro air fares, boarding/lodging of the Training personnel for providing Training at Duliajan, Assam (India) included in the quoted charges ?

Yes / No

29 Whether confirmed that all Service, Income, Corporate tax etc. towards Services provided under Training are included in the prices quoted ?

Yes / No

30 Whether confirmed acceptance of tender Payment Terms of 80% against shipment/dispatch and balance 20% after successful commissioning along with commissioning charges ?

Yes / No

31 Whether quoted as per tender without any deviation?

Yes / No

32 Whether quoted any deviation?

Yes / No

33 Whether deviation has been separately highlighted?

Yes / No

34 Has the Exceptions/Deviations Proforma (Annexure-III) as per Clause 18.1 in Section A of General Terms & Conditions of Tender has been enclosed with the offer ?

Yes / No

35 Whether all BRC/BEC clauses accepted?

Yes / No

36 Whether confirmed that Product/service support and all spares & consumables will be made available for a minimum period of 10 years ?

Yes / No

37 Whether cost of Recommended Spares for 2 years of operations quoted ?

Yes / No

38 Whether price list of the spares (indicating item part no., quantity) with validity of 2 years from the Commercial bid opening date quoted?

Yes / No

39 Whether availability of competent personnel on Call basis has been confirmed in the offer?

Yes / No

40 Have you quoted AMC charges for 2 years after warranty period as mentioned in the tender?

Yes / No

41 Whether AMC Charges will be kept valid for 2 years from Commercial bid opening date?

Yes / No

(B) Applicable to Foreign Bidders only :

1 Whether firm FOB/FCA price (Port of Shipment) including sea/air worthy packing & forwarding has been quoted by foreign bidders

Yes / No

2 In case of Air shipment, have you indicated FCA charges up to Gateway airport?

Yes / No

3 Whether Port of shipment has been indicated?

Yes / No

4 Whether firm C&F prices (Calcutta Port) has been quoted by foreign bidders

Yes / No

5 Whether Indian Agent is involved?

Yes / No

6 If yes, whether following details of Indian Agent provided? (a) Name & address of the Indian agent (b) Amount of Agency Commission payable in non-convertible Indian currency consequent to this tender (c) Whether the agency commission is included in the price or payable extra has been highlighted? (d) If the Indian agent is to receive annual retainer fee, the details about the quantum has been furnished?

Yes / No

Yes / No

Yes / No

Yes / No

Yes / No

7 Has the country of origin of the items being offered, indicated ?

Yes / No

(C) Applicable to indigenous Bidders only :

1 Whether firm Ex-works price including packing packing/forwarding charges has been quoted?

Yes / No

2 Whether firm FOR destination price has been quoted?

Yes / No

3 Whether all applicable Taxes & duties have been quoted?

Yes / No

4 Have you indicated Despatching point?

Yes / No

5 Have you indicated import content in your offer?

Yes / No

6 Have you indicated factory address and other Excise information Yes / No

sought vide Para 2.0, Section C of the General Terms & Conditions of Global Tender (MM/GLOBAL/01/2005)?

Offer Ref ...........................................……………… Dated ................................................ OIL's Tender No. ...................................…………. Signed …………......…....................... For & on behalf of ............................................Designation .................................................