38
Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan – 786602, Assam Telephone No. (91-374) 2800491 Fax No: (91-374) 2800533 Email: [email protected] ; [email protected] Tender No. & Date : SDG5122P12/08 dtd 23/02/2012 Tender Fee : INR 4,500.00 OR USD 100.00 Bid Security Amount : INR 11,20,000.00 OR USD 24,800.00 (or equivalent amount in any currency) Bidding Type : SINGLE STAGE TWO BID SYSTEM Bid Closing on : As mentioned in the Basic Data of the tender in OIL’s e- portal. Bid Opening on : As mentioned in the Basic Data of the tender in OIL’s e- portal. Performance Guarantee : Applicable OIL INDIA LIMITED invites Bids for items detailed below through its e-Procurement site : Item No./ Mat. Code Material Description QTY UO M 10 Power Pack as per the following Annexure : a) Detailed specification - Annexure A. b) Bid Rejection Criteria (BRC) and Bid Evaluation Criteria - Annexure B. c) Technical & Commercial Check list – Annexure C & D 2 Nos. Special Notes : 1.0 The tender will be governed by “General Terms & Conditions” for e-Procurement as per Booklet No. MM/GLOBAL/E-01/2005 for E-procurement (ICB Tenders) including Amendments & Addendum to “General Terms & Conditions” for e-Procurement. 2.0 Commercial Check list are furnished vide Annexure – C. Please ensure that both the check lists are properly filled up and uploaded along with the Technical bid.

Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

Oil India Limited (A Govt. of India Enterprise)

P.O. Duliajan – 786602, Assam

Telephone No. (91-374) 2800491 Fax No: (91-374) 2800533

Email: [email protected] ; [email protected]

Tender No. & Date : SDG5122P12/08 dtd 23/02/2012 Tender Fee : INR 4,500.00 OR USD 100.00 Bid Security Amount : INR 11,20,000.00 OR USD 24,800.00 (or equivalent amount in any currency) Bidding Type : SINGLE STAGE TWO BID SYSTEM Bid Closing on : As mentioned in the Basic Data of the tender in OIL’s e-

portal. Bid Opening on : As mentioned in the Basic Data of the tender in OIL’s e-

portal. Performance Guarantee : Applicable OIL INDIA LIMITED invites Bids for items detailed below through its e-Procurement site : Item No./ Mat. Code

Material Description QTY UOM

10

Power Pack as per the following Annexure : a) Detailed specification - Annexure A. b) Bid Rejection Criteria (BRC) and Bid Evaluation Criteria - Annexure B. c) Technical & Commercial Check list – Annexure C & D

2 Nos.

Special Notes : 1.0 The tender will be governed by “General Terms & Conditions” for e-Procurement as per Booklet No. MM/GLOBAL/E-01/2005 for E-procurement (ICB Tenders) including Amendments & Addendum to “General Terms & Conditions” for e-Procurement. 2.0 Commercial Check list are furnished vide Annexure – C. Please ensure that both the check lists are properly filled up and uploaded along with the Technical bid.

Page 2: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

3.0 The item qualifies for Nil duty/Deemed Export benefits. For Deemed Export benefits, please refer Addendum to the General terms and conditions for Global tender. 4.0 Please note that all tender forms and supporting documents are to be submitted through OIL’s e-Procurement site only except following documents which are to be submitted manually in sealed envelope super scribed with tender no. and due date to The Head Materials, Materials Department, Oil India Limited, Duliajan- 786602, Assam on or before the Bid Closing Date and Time mentioned in the Tender:

a) Original Bid Security. b) Details Catalogue and any other document which have been specified

to be submitted in original.

5.0 The tender is invited under SINGLE STAGE-TWO BID SYSTEM. The bidders are required to submit both the “TECHNICAL” and “COMMERCIAL” bids through electronic form in the OIL’s e-Tender portal within the Bid Closing Date and Time stipulated in the e-Tender. Please ensure that Technical Bid / all technical related documents related to the tender are to be uploaded in the c-Folder link (collaboration link) under Un-priced Bid Tab Page only. Please note that no price details should be uploaded as c-Folder link (collaboration link) under Techno-Commercial Bid Tab Page. Details of prices as per Bid format / Commercial bid can be uploaded as Attachment in the attachment link under “Techno-Commercial” under “General Data”. A screen shot in this regard is given below. Offer not complying with above submission procedure will be rejected as per Bid Rejection Criteria mentioned in Annexure-II (Refer Clause 1.0 of (B) Commercial).

Search and Add

Page 3: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

On change Mode- The Screen where to Upload Commercial and Technical Files.

For Uploading Commercial

Files go to this Tab.

Bid on Change Mode

Area for uploading

Commercial Bid

Area for uploading

Technical Bid

Page 4: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

6.0 Bidders are requested to examine all instructions, forms, terms and specifications in the bid. Failure to furnish all information required as per the bid or submission of offers not substantially responsive to the bid in every respect will be at the bidders risk and may result in the rejection of its offer without seeking any clarifications. 7.0 The Integrity Pact is applicable against this tender. OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Annexure XII of the tender document. This Integrity Pact proforma has been duly signed digitally by OIL’s competent signatory. The proforma has to be returned by the bidder (along with the technical bid) duly signed (digitally) by the same signatory who signed the bid, i.e., who is duly authorized to sign the bid. Any bid not accompanied by Integrity Pact Proforma duly signed (digitally) by the bidder shall be rejected straightway. Uploading the Integrity Pact with digital signature will be construed that all pages of the Integrity Pact has been signed by the bidder’s authorized signatory who sign the Bid. (Note: Shri N. Gopalaswami, Ex-CEC and Shri R. C. Agarwal, IPS(Retd.) have been appointed as Independent External Monitors). Contact details are available in our web site.

Page 5: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

ANNEXURE-A

TECHNICAL SPECIFICATIONS POWER PACK – TOTAL QTY – 2 NOS. Each power pack shall comprise of an Engine coupled with Alternator that shall be unitized and enclosed in a single, weatherproof, skid mounted acoustic enclosure. Engine and alternator shall be: i) Compatible to power and torque trend (varying loading pattern), responsive to instantaneous load and torque changes. The engine is to be suitable for varying load including no load ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total rig environment (Ruggedness). iii) Easily serviceable both at site and at workshop. iv) Of up-to-date technology. v) Of heavy-duty construction for designed for drilling rig applications, which require heavy duty motor starting and predominantly non-linear loads such as SCRs (Thyristors) and Variable Frequency Drives. vi) Shall be able to withstand the shock and vibration associated with the frequent relocation of drilling rigs, as also to withstand severe environmental conditions including heat and high humidity. The alternator Rotors shall be dynamically balanced and engineered to withstand 125% over nominal speed. vii) Shall be manufactured to international standards and shall meet or exceed BIS, NEMA, IEEE, ANSI and IEC requirements. Bidder to confirm standards followed in design and construction. viii) The power packs shall be compatible with suitable KW & KVAR control system (generator/ engine controls) housed inside existing Power Control Rooms (PCR). These shall be suitable for parallel operation. Engine and alternator should be load tested prior to dispatch and to be commissioned in OIL's field. Technical specifications of Engine and Alternator are detailed below: 1.0 ENGINE : 1.1 The engine should be four stroke , turbocharged , electronically control (ECM) direct injection , with separate aftercooler circuit, low emissions, having counter clockwise rotation (as viewed from the flywheel end ) diesel engine. The engine should be suitable for continuous duty and capable of developing 1250 to 1300 HP at 1000

Page 6: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

RPM rpm and should be capable to drive the Alternator of 1215 KVA capacity, at the site conditions given below. Maximum ambient Temperature : 45º C Minimum ambient Temperature : 5º C Maximum Relative Humidity at 35º C : 95% Maximum Altitude above mean sea level : 150 M With HSD conforming to IS: 1593:1982 and having the following specification: Cetane number : 42.5 Gross calorific value: 19480 BTU /CFT The engine should conform to specifications IS:10000 /BS:5514 or equivalent and rated for continuous duty (24 Hrs.) with an overload capacity of 10% for a period not exceeding one hour in any 12 hours running. NOTE: Technical justification for selection of the offered engine should be submitted along with the offer. 1.2. The bidder should specify the following information along with relevant performance rating curves & conditions: - Gross Brake horse power (BHP) developed at rated RPM. - Deduction for altitude, temperature etc. - Deduction for fan & ancillary equipment. - Net HP available at rated RPM & site conditions. - Specific fuel consumption at rated speed & power and at 110%, 75%, 50%

and 25% of full loads. - Characteristic Curves of the Engine to be supplied. 1.3. The noise level produced by the engine while delivering the rated output shall not exceed 75 dB from 1 meter from the source (with acoustic enclosure) 1.4 The engine will be used as prime mover for 1215 KVA AC Generator of drilling Rig. 1.5 The engine offered should be complete in all respect with the following components mounted on it. a) AIR INTAKE SYSTEM comprising of Air intake manifold Dry type Air cleaner, regular duty, Separate-circuit after cooler core, corrosion resistant Air cleaner, regular duty, with soot filter Dual turbochargers, 152 mm (6 in) OD straight connection Service indicators b) CONTROL SYSTEM Advance Diesel Engine Management -III or advanced version, ECM with electronically controlled unit injectors, control by electronic/ PLC

Page 7: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

Requires 24V DC 10-amp continuous, 20-amp intermittent, clean electrical power. 24 V DC Battery along with the Charging system to be supplied (c) COOLING SYSTEM: Outlet controlled thermostat and housing, full open temperature 92 deg C (198 F) , (Dual outlet) Jacket water pump gear driven, After-cooler fresh water cooling pumps (SCAC), Centrifugal, gear driven. SCAC pump circuit contains a thermostat to keep the after-cooler Coolant from falling below 30 deg C (86 F) Radiator (Industrial ) Radiator Guard Blower Fan, Fan Drive and Fan Pulley. d) FLYWHEEL & FLYWHEEL HOUSING: Flywheel Housing SAE # 00 Flywheel, SAE No. 00 SAE Standard Rotation e) FUEL SYSTEM: Fuel filter, LH Fuel transfer pump Fuel priming pump, LH Electronically controlled unit injectors Rigid fuel return line: Relocates customer connection from fuel return check valve located at top of engine to fuel inlet customer connection point at base of engine. Includes rigid lines on engine as well as two flexible hoses. f) LUBOIL SYSTEM: Crankcase breather, top mounted Oil cooler Oil filter and dipstick, LH Shallow oil pan Oil Pan Drain Cover Double Jet Piston Cooling Oil pump, gear type Oil pan drain valve, 2" NPT female connection Explosion Relief valve (g) EXHAUST SYSTEM: Exhaust flexible fitting, 203 mm (8 in) Adapter, 203 mm (8 in) to 305 mm (12 in) Weldable flange 305 mm (12 in) Dry gas tight exhaust manifolds with thermo-laminated heat shields Dual turbochargers with thermo-laminated heat shields Spark Arresting Muffler

Page 8: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

Exhaust Flange & Expander, Weldable Elbow Exhaust (h) INSTRUMENTATION Electronic instrument panel, LEFT HAND. Analog gauges with digital display data for: Engine oil pressure gauge. Engine water temperature gauge. Fuel pressure gauge. System DC voltage gauge. Air inlet restriction gauge. Exhaust temperature (prior to turbochargers) gauge. Fuel filter differential pressure gauge. Oil filter differential pressure gauge. Service meter (digital display only). Tachometer (digital display only). Instantaneous fuel consumption (digital display only). Total fuel consumed (digital display only). Engine start-stop (off, auto start, manual start, cooldown timer). (i) SAFETY SYSTEM: ADEM - III or advanced version, ECM monitoring system provides engine de-ration, or shutdown strategies to protect against adverse operating conditions. Selected parameters are customer-programmable. Status available on engine- mounted instrument panel and can be broadcast through the optional customer communications module or programmable relay control module(s). Initially set as follows: Safety shutoff protection, electrical: Oil pressure, water temperature, over speed, crankcase pressure, after cooler temperature. Includes air inlet shutoff, activated on over speed or emergency stop. Oil pressure and water temperature. Overspeed Alarms, electrical: ECM voltage, oil pressure, water temperature (low and high), over speed, crankcase pressure, after cooler temperature, low water level, air inlet restriction, exhaust stack temperature, filter differential pressure (oil and fuel). Derate, electrical: High water temperature, crankcase pressure, after cooler temperature, air inlet restriction, altitude, exhaust temperature.Emergency stop push button, located on instrument panel. Alarm switches (oil pressure and water temperature), for connection to alarm panel. j) GENERAL Paint, Yellow, with black rails Vibration damper and guard Lifting eyes

Page 9: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

Flexible spider Coupling k) MOUNTING SYSTEM Rails, engine mounting, engine length, industrial floor type 250 mm (10 in) C-channel l) OTHER FEATURES # Vibration damper and guard # Flywheel # Lifting eyes- front and rear # SAE standard rotation # 1 no Laptop per power pack loaded with necessary software for performing calibration, diagnostic tests and uploading the data from ECM m) STARTING SYSTEM Air starting motor, RH, 620 to 1034 kPa (90 to 150 psi), LH control Air silencer 1.6 COMPONENTS TO BE OFFERED WITH THE ENGINE ARE : i) Residential spark arresting type muffler capable of removing 55% of all particles 10 microns or above with piping connection. Details of muffler to be provided by the bidder along with the quotation. ii) Heavy duty radiator for industrial use, mounted on the base rail with the engine and with blower fan and fan guard for ambient temperature having capacity at least 20% in excess of total heat rejection of the engine. Heat load calculations are to be provided along with the offer for OIL's scrutiny. iii) Engine should have inspection ports in the engine cylinder block alongwith Explosion Relief valve for easy inspection, accessibility, serviceability of piston rods, big-end bearings, main bearings, cooling nozzles etc. and also for cleaning oil sump of the engine. 1.7 TOOL KIT FOR ENGINE i) One set of standard tool kit per power pack as per ANNEXURE-A1 (in the attached list) for carrying out normal maintenance of engine should be supplied in a conventional tool box. The price of the tool kit will be considered for commercial evaluation. ii) In addition to above, the special tools as mentioned below should be supplied along with the engine a) Shaft Alignment tool required for alignment between Engine and Alternator :- 1 no per power pack b) Air restriction measurement tool :-1 no per power pack c) Heavy duty digital Multimeter, Model:6V7070 or equivalant :1 no. per power pack d) Lub. oil testing kit-1 no per power pack e) Data Logging Sound Level Meter - 1 no per power pack Bidder has to quote the price of the tool kit and special tool separately. The cost of the tool kit and special tool will be considered for commercial evaluation.

Page 10: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

Bidder has to mention the model/make of the special tool and to provide technical literature in support of their offered special tool along with the quotation. NOTE: THE BIDDER MAY QUOTE THE UPGRADED SERIES OF ENGINE UTILIZING ADVANCED TECHNOLOGY FOR BETTER FUEL EFFICIENCY CONFORMING TO LATEST EMISSION STANDARDS. THE BIDDER MAY ALSO QUOTE THE PRICE OF ANY OTHER ITEMS/ ACCESSORIES, NOT MENTIONED IN THE NIT THAT MAY BE ADVANTAGEOUS OR REQUIRED FOR THE OPERATION OF THE ABOVE ENGINE. THE COST OF THE ITEMS WILL NOT BE CONSIDERED FOR COMMERCIAL EVALUATION. 2.0 ALTERNATOR : A. Specifications: A.01 KVA : 1215 A.02 Voltage : 346/600 Volts AC A.03 Speed : 1000 RPM A.04 Frequency : 50 HZ A.05 Power Factor : 0.7 (lagging) A.06 Phase : 3 A.07 Connection : Star connected with ungrounded neutral, all

leads brought out to terminal box and connected to stand-off terminal connectors

A.08 Type : Brushless type synchronous alternator with revolving field A.09 Insulation Class : F for exciter, rotor & stator A.10 Exciter Field Voltage : 50/100 Volts DC (Parallel/Series

connection of field coils) A.11 Exciter Field Current : 5/2.5 Amps DC (Parallel/Series

connection of field coils)

A.22 Rating : Continuous at 40 deg. Celsius A.13 Enclosure : Drip Proof A.14 Temperature Rise : 80 deg. Celsius at Full load & max. ambient A.15 Type of Excitation : Brushless excitation with Rotating Rectifier

Bridge mounted on shaft. Rectifier diodes to have PIV of 1200 V. AVR & Voltage droop CT are available in the existing power control room.

A.16 Space Heater : Single phase 230V, AC rated uniformly distributed heater

A.17 R.T.D. : Six Nos. of copper RTDs (Two Nos. per phase) of 10 Ohms resistance at 25 deg. C., uniformly spaced along the stator periphery

A.18 Surge Suppressor : Transient surge suppressor MOV type connected across rotating rectifier output

A.19 Type of Cooling : Forced air type blower fan on DE A.20 Coupling Hub : Alternator shall be fitted with a Coupling hub to

match with the engine coupling. A.21 Wave Form : Deviation Factor : 5 % (Max.)

Crest Factor : 1.41 +/ - 0.07

Page 11: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

Form Factor : 1.11 +/- 0.05 Harmonics content: 3% max. (Total) : 2% max. (Individual)

A.22 Make & design of Alternator must be a proven one for application in AC -SCR Drilling Rigs.

A.23 Alternators of the offered make/model must be running successfully in AC -SCR Drilling Rigs of Exploration & Drilling companies of International repute. Supporting documents are to be enclosed with the bid.

A.24 The Alternator must have performance characteristics, footprint & shaft position/Height as per Alternators being used in OIL's drilling rigs. This will ensure parallel operation & quick replacement in the event of a breakdown. The General arrangement/ dimensional & foot print drawings and wiring/connection drawings of the alternator shall be approved by OIL before actual manufacturing/ assembly of power packs.

A.25 The following data are to be provided with the quotation. a) Permissible vibration limit (in micron & mm/sec) for bearing & Foundation pad. b) Maximum & minimum tolerable radial & axial clearance for DE/NDE bearings in fully assembled condition.

B. Constructional Features: B.01 Rotor & stator shall be vacuum pressure impregnated and dried. B.02 Damper bars shall be brazed to damper winding ring and all the

joints in the damper winding ring shall be brazed. B.03 Terminal box shall be of termite and dust proof construction with

removable cover. B.04 Stator leads shall be terminated on suitable rated copper straps

(stand-off connector plates) for connection to load side. (Two) Nos. of single core 300 Sq. mm cables will be used for each phase.

B.05 1 (One) No. 20 pin Amphenol (Pyle National) make socket (Part No. ZREP - 20 -332 PN) with male pins (part no. 20 -ZZM - 4012 -36L) to be provided on lead terminal box. Socket wiring as per following table : Core Reference 1 RTD-1 Top 2 RTD-2 Top 3 RTD-3 Top

Page 12: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

4 RTD-4 Top 5 Exciter supply (+) 6 Exciter supply (-) 7 Space Heater 8 Space Heater 9 RTD-5 Top 10 RTD-6 Top 11 RTD-6 Bottom 12 RTD-5 Bottom 13 No connection 14 Breaker Trip(Alarm contract) 15 Breaker Trip (Common) 16 RTD-4 Bottom 17 RTD-3 Bottom 18 RTD-2 Bottom 19 RTD-1 Bottom 20 RTD Ground

B.06 Channel mounted terminal block shall be provided for terminating the following : a) RTD Leads b) Exciter Field Leads c) Space Heater Leads d) Engine Actuator Leads e) Magnetic Pickup Leads f) Engine Protection System Leads

B.07 Cable glands shall be provided for safe and proper entry of the following cables (Number of glands is shown against the cable size). a) 1x 300 Sq. mm power cable with outer diameter 35 mm to 36 mm - 6 Nos.- Gland dimensions to match the cable entry hole and cable OD b) 3 x 1.5 Sq. mm screened cable with outer diameter 14 mm to 15 mm - 2 Nos.- Gland dimensions to match the cable entry hole and cable OD c) Flexible metallic conduit for engine protection wiring with outer diameter 30 mm - 1 No. gland with matching dimensions

B.08 Plate for main cable entry in the terminal box shall be of non magnetic materials to avoid eddy currents as single core power cable will be used for termination.

B.09 Insulation barrier shall be provided to separate power and control terminals.

B.10 Drip - proof enclosure and drip - proof removable cover for exciter shall be provided.

Page 13: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

B.11 Provision for double earthling shall be provided near foundation pad. B.12 2 (Two) Nos. eye bolts for lifting the machine shall be provided on the

main frame. B.13 Rotor shaft shall have double bearing support. 3.0 MASTER SKID AND ACOUSTIC ENCLOSURE: The offered engine and the alternator are to be coupled with flexible coupling (details of the coupling to be provided along with the quotation) aligned to close running tolerance and mounted on a Oilfield type of fabricated skid base constructed out of 20 inch (508 mm) ISHB beam . The overall dimensions of the power packs should be around 7340 mm (24.1 Ft.) long x 2430 mm (8 Ft.) wide x3040 mm (10 Ft. ) height (We are enclosing the dimensional diagram of an existing power pack in the attached list), should match with the existing one for smooth parallel operation with the other 3 power packs of a Drilling Rig). The engine and alternator shall be covered by Acoustic Enclosure. It is comprised of absorptive acoustic sliding perforated panels of 100 mm thickness and shall be free standing, floor mounted, factory built and modular in construction to facilitate easy installation and dismantling. Hinged doors shall be provided on both the banks of the engine for easy access to carry out maintenance and operational activities Illumination of the Acoustic Enclosure of the Power Pack: i). Fluorescent tube fittings shall be provided at suitable places (4 Nos., 2 x 40 Watts) for complete illumination of the interior of the power pack. Light fittings shall be Industrial type, weatherproof (IP65), corrosion-proof/corrosion-resistant and heat-resistant luminaire with transparent cover, suitable for ceiling/ suspension mounting application. The fittings shall be vibration resistant and complete with all accessories. Only reputed make of fittings shall be used, e.g., Philips/ Crompton Greaves/ GE. Fitting shall be stroboscopic type. ii). 3x 1.5 mm2 copper screened cable, EPR insulated, CSP sheathed shall be used for wiring of the light fittings. Light fittings & Cables shall be secured properly to the walls/ ceiling of the enclosure of the power pack, with provision for dismantling, in case the engine or alternator needs to be replaced. iii). One metallic distribution box, fitted with 4 nos. of BCH make DS-1 type sockets (16 A, 415 V, 3 phase, 5 pin) - sockets internally looped- shall be fixed at a suitable height (above 1.8 m). 4 nos. matching plugs, BCH make, DS-1 type shall be provided (one plug as incomer from the source, one no. as outgoing to other power packs, and 2 nos. for the 4 light fittings). 4.0 ACOUSTIC ENCLOSURE: The specification of the Acoustic enclosure are

Page 14: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

A. Acoustic enclosure comprised of prefabricated absorptive acoustic sliding perforated panels .The canopy should be sound proof, weather proof and environment friendly conforming to the latest environment act . B. The acoustic enclosure shall be designed for minimum 25 dB(A) insertion loss or for meeting the ambient noise standards , whichever is on higher side. (As per guideline of Central Pollution Control Board, Ministry of Environment & Forest Govt. of India). The DG set shall be provided with proper exhaust muffler with insertion loss of minimum 25 dB (A) Authorised agencies for clarification as per CPCB i) Automotive Research Association of India, Pune ii) National Physical Laboratory, New Delhi iii) Naval Science & Technology Laboratory, Visakhapatnam, iv) Fluid Control Research Institute, Palghat, v) National Aerospace Laboratory, Bangalore. CONSTRUCTION / FABRICATION A. Panel shall be roll-formed of perforated and solid sheet to maintain a consistent 100 mm panel thickness with a panel width of 1200 mm (approx) . The panel shall be assembled forming a non-welded, free draining module. Spot welds or mechanical fasteners shall not be acceptable. Fabricated panels to be rigid, neat in appearance and free from defects, warp or buckle. B. Prior to attaching the face sheet to the wall or mounting track, the panel shall be filled with sound retardant and absorbing fill as specified below. The panel assembly shall be such so as to compress and hold the fill materials in place under severe conditions of vibration such as encountered in shipment, installation and operation. Any voids in the panel will be unacceptable C. Fill material shall be free draining, self-supporting and shall retain physical and sound absorptive characteristics after long term exposure to the elements. All materials shall have a Class A fire rating with a flame spread not greater than 25. D. The bottom of the panel of the panel system shall be supported with suitable rollers and durometer blocks of EPDM, neoprene rubber. E. Adequate ventilation shall be provided to meet the air requirement for proper combustion in the engine. And also expel the heat to maintain the temperature inside the enclosure within 7 degree Celsius above ambient. F. Arrangement for adequate illumination (min 200 lux) inside the enclosure shall be provided with all wirings and ISI marked accessories. G. Small see through window for reading instrument panel meters made of transparent polymer sheet of thickness not less than 5 mm shall be provided. H. Specially designed sound attenuators shall be provided to control sound at air entry and exit point i.e louvers. J. All exposed surfaces shall be degreased and cleaned in accordance with SSPC1. After preparation, panels shall be factory coated utilizing a baked enamel coating system that is applied through the use of an electrostatic charge to ensure

Page 15: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

complete edge coverage. The coating shall be thermally cured to the surface of the panel achieving the required dry film thickness. The panel manufacturer, where required, shall provide openings for any large known penetrations, Pipe and conduit penetrations shall be located and cut in the field and sealed in accordance with OIL's instructions. MATERIAL OF CONSTRUCTION - A. Panels shall be fabricated using #14 SWG CRCA steel, B. Face sheet perforations shall be round and diagonally centered with a maximum diameter of 3mm on 8 mm staggered centers; open area approximately 25 %. C. Nuts and bots should be stainless steel and other hardware shall be zinc coated. D. All the gaskets should be provided with high quality EPDM gasket to avoid leakage of sound. E. The door handles and hinges should be made of stainless steel. Doors should be lockable type. F. Acoustical fill material shall be sound retarding and absorbing fiberglass or Thermafleece or fire retardant acoustic foam (FR foam) and will be incombustible, inert, mildew resistant, and vermin-proof. UL fire classified with flame spread 25 maximum, smoke developed 50 maximum per ASTM E84. NOTE: The bidder has to quote the price separately in their offer for

a) Powerpack with Acoustic Enclosure, b) Installation and commissioning of the Powerpack

Prices are to be indicated in Priced Bid only

5.0 INSPECTION: The complete power pack will be inspected under no load and full load condition to be tested at suppliers' premises prior to dispatch. The tests shall be witnessed by OIL engineers at supplier's factory. The supplier shall give inspection call well in advance (min. 3 months). 6.0 COMMISSIONING AND TESTING: i) The complete set will be tested on no-load and full load at supplier's premises in presence of OIL's Engineers prior to despatch. ii) The sets will have to be synchronized with the existing power system of Rig. AVR & Governor control panel (Ross Hill/ Hill Graham make) are available in the existing rig. iii) The complete sets will be tested at OIL's fields, Duliajan, India (drilling well where control panel is available) under following Conditions:

Page 16: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

a) At no load for 8 hours b) Test run at full load for 7 days c) Endurance test for 6 months iv) The engine is to be supplied with all the components & accessories fitted. 7.0 OPERATING SITE CONDITION : The engine should be suitable for operation at the following site condition: Engine Site Temperature : 48 Deg. C. (max.) Engine Site Temperature : 06 Deg. C. (min.) Maximum Relative Humidity At 21 Deg. C : 100% At 35 Deg. C : 95% At 41 Deg. C : 70% Altitude above Sea Level : 150 m Average Annual Rainfall : 343 cm 8.0 SPARE PARTS: a) List of spares along with their part numbers and price that shall be required for normal operation and maintenance of the generating sets and accessories for a period of two years should be submitted along with the offer. The cost of spare parts will not be considered for commercial evaluation. Commissioning spares for the complete engine shall be offered along with the main offer. Cost of these shall be considered for evaluation of the tender. The items shall be handed over to OIL after commissioning, if unused. b) The following mandatory spares should be provided by the bidder. The price of the mandatory spares to be considered for evaluation of the offer i) Air Filter : 4 Nos per power pack. ii) Fuel filter : 15 nos per power pack. iii) Lub. Oil filter : 9 nos per power pack. iv) Fan belt : 2 sets per power pack. v) Air starter : 1 no. per power pack. vi) Rectifiers/diodes along with movistor for the rotating rectifier assembly : 1 set per power pack c) Parts Catalogue, Operation/Instruction Manual & Drawing, Technical Information & Bulletin i) The supplier should provide total 4+4 (Eight) sets of part list and operation manual , and 4 sets of CD covering parts list, all the items of each engine, alternator, flexible coupling, alignment tools & its accessories along with the delivery of the material. Technical details of the engine, alternator, governor, spark arrestor are to be provided along with the offer.

Page 17: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

ii) The supplier should provide the layout diagram showing position of engine, alternator and enclosure on the skid along with the offer. The supplier has to provide installation diagram of the complete set including performance curve along with the offer for OIL's technical scrutiny. The bidder shall furnish technical data sheets and dimensional drawing along with the quotation. The General arrangement/ dimensional & foot print drawings and wiring/ connection drawings of the alternator shall be approved by OIL before actual manufacturing/ assembly of power packs. iii) The supplier should provide following information along with the offer: a) Dynamic Load b) Static Load c) Unbalance Load d) Complete Internal Wiring Diagram of the Engine 9.0 TEST CERTIFICATE: The Power Packs are to be load tested at manufacturer work & test certificate have to be provided along with the delivery of material. The nature of after sales services, which can be provided by the successful bidder during initial commissioning as also in subsequent operation, should be clearly indicated. 10.0 Supplier's categorical confirmation regarding compliance with the inspection / test procedure and other terms and conditions detailed above is very essential. Offers will be liable for rejection in the absence of such confirmation. 11.0 Deviation in respect of any specification as detailed above should be highlighted with technical calculation / catalogue / literature etc. 12. CRITERIA OTHER THAN TECHNICAL FOR ACCEPTANCE OF BID : 12.1 i) The bidder should be an OEM or authorized dealer of OEM either for engine or alternator or reputed assembler of power packs. ii) If the bidder is an OEM of engine or authorized dealer of engine, he must purchase the alternator from OEM of alternator or authorized dealer of the alternator and vice versa. In that case OEM or authorized dealer of engine or alternator, as the case may be, must provide the documentary evidence from the OEM or authorized dealer of alternator or engine from whom the purchase would be made along with the bid. The purchase documents of engine or alternator from the OEM or authorized dealers must be submitted along with the supply of power packs. iii) If the bidder is an assembler of power pack, he must purchase the alternator and engine from OEMs or authorized dealers. In that case the assembler must provide the documentary evidence from the OEMs or authorized dealer of the alternator and engine from whom the purchase would be made along with the bid. The purchase documents of

Page 18: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

engine and alternator from the OEM or authorized dealers must be submitted along with the supply of power packs. The assembler must furnish the information that the workshop facility for fabrication, load testing etc. are available with them. 12.2 A) The OEM/authorized dealer of Engine or Alternator must confirm with documentary evidence the supply of minimum 4 power packs identical to the offered one of 1000 RPM in last 5 years,ending on the bid closing date , powering a complete AC SCR Drilling Rig (E - 1400). The certificate from the user must specify the period of successful operation & all supporting documents must be enclosed along with the quotation. However, this is exempted for Caterpillar Engine Model - D399/3512 & Kato Alternators, Sl. No. 16155/12897. B) The assembler must furnish the experience certificates that they had supplied minimum 5 Nos. of power packs of capacity not less than 700 HP in last 5 years ending on the bid closing date stating the following information: i) Capacity & make of each supplied Engine & Alternator ii) The name of clients to whom these power packs are supplied 13.0 The bidder other than OEM must also furnish the following undertaking from the OEM : " Date of manufacture, make, model, Sl. No., test certificate, literatures and part books of the engine and alternator will be supplied if order is placed on the bidder." 14.0 The bidder must give assurance that after sales service in respect of engine and alternator will be provided by their respective OEMs or authorized dealers. 15.0 The bidder must undertake and confirm from OEMs that the equipment to be supplied are not going to be obsolete for next 10 years and provision for supplying spares of the equipment to be continued. 16.0 Warrantee period for both Engine & Alternator should be one year from the date of commissioning or 18 months from the date of shipment/dispatch whichever is earlier 17.0 CHECK LIST OF DOCUMENTS TO BE SUBMITTED WITH THE BID NOTES: i) Engines and alternators must be new and in unused condition. No reconstructed/ rebuilt items will be acceptable. ii) Power packs will be used in parallel with the existing power packs. iii) Detailed dimensional/GA drawings of the power pack including foot-print, shaft height (with accessories) shall be submitted by the bidder along with the quotation. Drawings shall be approved by OIL before actual assembly/ manufacturing.

Page 19: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

iv) Power packs will be inspected by OIL's representatives. Bidder/ manufacturer shall submit the inspection schedule along with the quotation. Power packs will be tested in presence of OIL's representative at manufacturer's works. v) Packing should be adequate to avoid transit damage and water/ moisture ingress. vi) Power packs shall be guaranteed for 12 (twelve) months from the date of commissioning or 18 (eighteen) months from the date of shipment/dispatch whichever is earlier. vii) Power packs shall be installed and commissioned at site in and around Duliajan, Assam, India. Bidder/ supplier shall depute their engineer/ representative to inspect the power packs as soon as they arrive in Duliajan for any damage during shipment. viii) Bidder/ supplier shall arrange for tools, materials and any other requirement for installation and commissioning of power packs. Bidder/ supplier shall arrange boarding and lodging of their personnel for commissioning jobs. ix) Operation and Maintenance manuals for the Power packs (for both engine and alternator) shall be submitted along with the supply of power packs (4+4 copies). Total 4 (four) sets of soft copies (in compact disc format) of the manuals shall also be submitted along with the power packs. General Notes: 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.

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 with one percent above the prevailing Bank Rate (CC rate) of State Bank of India for evaluation purpose. 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.

Page 20: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

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

4) The items covered by this enquiry shall be used by Oil India Limited in the PEL/ML areas which are issued/renewed after 01/04/99 and hence Nil Customs Duty during import will be applicable. Indigenous bidder shall be eligible for Deemed Export Benefit against this purchase. Details of Deemed Export are furnished vide Addendum to MM/GLOBAL/E-01/2005 enclosed.

Page 21: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

ANNEXURE –A1

TOOL KIT CONSISTS OF FOLLOWING TOOLS

1.1 OPEN JAW DOUBLE ENDED SPANER IN MM SIZES: 6 X 7 , 8 X 9 , 10 X 11, 12 X 13 , 14 X 15 , 16 X 17 , 18 X 19 , 20 X 22 , 21 X 23 , 24 X 26 , 25 X 27 , 28 X 30 , 30 X 32 (TOTAL 13 NOS) MAKE: GRIPHOLD/MEKASTER/STANLEY 1.2 DOUBLE ENDED RING SPANNER IN MM SIZES: 6 X 7 , 8 X 9 , 10 X 11, 12 X 13 , 14 X 15 , 16 X 17 , 18 X 19 , 20 X 22 , 21 X 23 , 24 X 26 , 25 X 27 , 28 X 30 , 30 X 32 (TOTAL 13 NOS) MAKE: GRIPHOLD/MEKASTER/STANLEY 1.3 HEAVY DUTY DOUBLE HEX. STD. SOCKETS IN 1/2" SQ. DRIVE IN MM SIZES: 8,9,10,11,12,13,14,15,16,17,18,19,20,21,22,23,24,25,26,27,28,29,30,31,32 & 34 ( 26 NOS) MAKE: GRIPHOLD/MEKASTER/STANLEY 1.4 REVERSIBLE RATCHET IN 1/2"SQ.DRIVE, OVERALL LENGTH: 260 MM. MAKE: GRIPHOLD/MEKASTER/STANLEY 1.5 SLIDING T-HANDLE IN 1/2"SQ.DRIVE, OVERALL LENGTH: 300 MM. MAKE: GRIPHOLD/MEKASTER/STANLEY 1.6 EXTENSION BAR IN 1/2"SQ.DRIVE ,OVERALL LENGTH :75 MM. MAKE: GRIPHOLD/MEKASTER/STANLEY 1.7 EXTENSION BAR IN 1/2"SQ.DRIVE ,OVERALL LENGTH :125 MM. MAKE: GRIPHOLD/MEKASTER/STANLEY 1.8 EXTENSION BAR IN 1/2"SQ.DRIVE ,OVERALL LENGTH :300 MM. MAKE: GRIPHOLD/MEKASTER/STANLEY 1.9 UNIVERSAL JOINT IN 1/2"SQ.DRIVE ,OVERALL LENGTH :78 MM. MAKE: GRIPHOLD/MEKASTER/STANLEY 1.10 SWIVEL HANDLE IN 1/2"SQ.DRIVE ,OVERALL LENGTH :380 MM. MAKE: GRIPHOLD/MEKASTER/STANLEY 1.11 L-HANDLE IN 1/2"SQ.DRIVE ,OVERALL LENGTH :210 MM. MAKE: GRIPHOLD/MEKASTER/STANLEY 1.12 ADAPTER 3/4"F X 1/2"M MAKE: GRIPHOLD/MEKASTER/STANLEY 1.13 ADAPTER 3/4"M X 1/2"F MAKE: GRIPHOLD/MEKASTER/STANLEY

Page 22: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

1.14 UNIVERSAL SOCKET WRENCH ,1/2" DRIVE SIZE: 1/4" , 3/8", 1/2" 9/16" , 5/8" MAKE: GRIPHOLD/MEKASTER/STANLEY 1.15 TORQUE WRENCH CAPACITY: 0-250 LBF-FT CAPACITY: 0-1000 LBF-FT MAKE: GRIPHOLD/MEKASTER/STANLEY 1.16 SCREW DRIVER ENGINEER PATTERN: 200 X 10 MAKE: GRIPHOLD/MEKASTER/STANLEY 1.17 SCREW DRIVER PHILLIPS PATTERN : 8 X 150 MAKE: GRIPHOLD/MEKASTER/STANLEY 1.18 ADJUSTABLE WRENCH:8" MAKE: GRIPHOLD/MEKASTER/STANLEY 1.19 ADJUSTABLE WRENCH:12" MAKE: GRIPHOLD/MEKASTER/STANLEY 1.20 ALLEN KEY SET 1.5 MM TO 10 MM MAKE: GRIPHOLD/MEKASTER/STANLEY 1.21 COMBINATION PLIER: 6" MAKE: GRIPHOLD/MEKASTER/TAPARIA/EVEREST. 1.22 LONG NOSE PLIER :160 MM MAKE: GRIPHOLD/MEKASTER/STANLEY 1.23 CIRCLIP PLIER -INTERNAL :175 MM MAKE: GRIPHOLD/MEKASTER/STANLEY 1.24 CIRCLIP PLIER -EXTERNAL :175 MM MAKE: GRIPHOLD/MEKASTER/STANLEY 1.25 CENTRE PUNCH:4" MAKE: GRIPHOLD/MEKASTER/STANLEY 1.26 BALL PIEN HAMMER: 200 GMS MAKE: GRIPHOLD/MEKASTER/STANLEY 1.27 PLASTIC TIP HAMMER :25 MM DIA MAKE: GRIPHOLD/MEKASTER/STANLEY 1.28 FEELER GAUGE-300 MM (26 BLADES) INCH AND MM COMBINED MAKE: GRIPHOLD/MEKASTER/STANLEY

Page 23: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

1.29 FOOT RULE:12" (SS) MAKE:KRISTEEL 1.30 MEASURING TAPE : 3 MTS (METALLIC) MAKE:FREEMAN 1.31 DIAGONAL CUTTING PLIER : 160 MM MAKE: GRIPHOLD/MEKASTER/STANLEY 1.32 THREAD GAUGE:BSW , METRIC , UNC MAKE: GRIPHOLD/MEKASTER/STANLEY 1.33 OUTSIDE CALIPER 6" MAKE: GRIPHOLD/MEKASTER/STANLEY 1.34 INSIDE CALIPER 6" MAKE: GRIPHOLD/MEKASTER/STANLEY 1.35 SCREW EXTRACTOR SET (HEXAGONAL)CONTAINING DRILL SIZE IN INCHES :1/4",3/16",3/8",5/16",7/16",9/16",1/2",5/8",3/4",11/16",1/8",13/16",7/8" (13 NOS) MAKE:SNAP ON 1.36 SPRIT LEVEL 30 CM (12") 1.37 ULTRA LOW FLAT JACK REMOTE CONTROL COMPLETE WITH HYDRAULIC HAND PUMP, PRESSURE RELIEF VALVE, PRESSURE GAUGE AND 2.5 TO 3 MTS HYDRAULIC HOSE . CAPACITY: 10 TON , CLOSED HEIGHT : 40-43 MM , STROKE: 10-12 MM , RAM DIA: 34-38 MM , WEIGHT OF THE JACK: 2 TO 4 KG. MAKE: GRIPHOLD/MEKASTER/STANLEY

Page 24: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total
Page 25: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

ANNEXURE-B

BID REJECTION CRITERIA (BRC)/BID EVALUATION CRITERIA (BEC) (I) BID REJECTION CRITERIA (BRC): The bids must conform to the specifications and terms and conditions given in the demand. Bids shall be rejected in case the item offered do not conform to the required parameters stipulated in the technical specifications and to the respective international /national standards wherever stipulated. Notwithstanding the general conformity of the bids to the stipulated specifications and terms and conditions, the following requirements shall have to be particularly met by the bidders, without which the offer will be considered as non responsive and rejected. A. TECHNICAL: 1.0 ENGINE : 1.01. The engine shall be turbocharged, after cooled, electronically control (ECM) direct injection four stroke, diesel engine, counter clockwise rotation (viewed from the flywheel end), capable of developing gross horsepower of 1250 to 1300 at 1000 RPM and should be capable to drive the Alternator of 1215 KVA capacity. The Engine should be suitable for continuous duty. 1.02. Engine shall be Compatible to Silicon Control Rectifier (SCR)/ Variable frequency AC (VFD-AC) drives and suitable for land drilling rig applications. 1.03. The crank shaft center line height of the offered Engine, from the bottom of the sub- base should be nearest to 1050 +/- 2 mm to have interchangeability with the existing Caterpillar D 399/ 3512 Engines of Drilling Rigs. 1.04 Bidders must confirm that after sales services & spares for the Engine will be provided by them or through their authorized representative for at least 10 years after the date of commissioning. The address of the authorized representative must be mentioned in case the services are to be provided through them. 2.0 ALTERNATOR : 2.01 The offered Alternator shall conform to the technical specifications of the Alternator as given in Point No. 2.0 & 3.0 of Annexure # A of NIT. 2.02. The offered Alternator shall have performance characteristics & footprint, shaft height / position as per existing Alternator of Drilling Rigs to ensure parallel operation & interchangeability. (Existing Alternator’s Make # Kato, Srl. Nos. 16155, 12897). 2.03 A minimum of 10 Nos. of Alternators identical to the offered one must be running successfully in AC SCR Drilling Rigs of at least two companies of International repute.

Page 26: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

Supporting documents must be enclosed along with the quotations. 2.04 Bidders must confirm that after sales services & spares for the Alternator will be provided by them or through their authorized representative for at least 10 years after the date of commissioning. The address of the authorized representative must be mentioned in case the services are to be provided through them. 3.0 OTHER THAN TECHNICAL 3.01. (i) The bidder should be an OEM or authorized dealer of OEM either for engine or alternator or reputed assembler of power packs. 3.01 ii) If the bidder is an OEM of engine or authorized dealer of engine, he must purchase the alternator from OEM of alternator or authorized dealer of the alternator and vice versa. In that case OEM or authorized dealer of engine or alternator, as the case may be, must provide the documentary evidence from the OEM or authorized dealer of alternator or engine from whom the purchase would be made along with the bid. The purchase documents of engine or alternator from the OEM or authorized dealers must be submitted along with the supply of power packs. 3.01. iii) If the bidder is an assembler of power pack, he must purchase the alternator and engine from OEMs or authorized dealers. In that case the assembler must provide the documentary evidence from the OEMs or authorized dealer of the alternator and engine from whom the purchase would be made along with the bid. The purchase documents of engine and alternator from the OEM or authorized dealers must be submitted along with the supply of power packs. The assembler must furnish the information that the workshop facility for fabrication, load testing etc. are available with them. 3.02 A) The OEM/authorized dealer of Engine or Alternator must confirm with documentary evidence the supply of minimum 4 power packs identical to the offered one of 1000 RPM in last 5 years ending on the bid closing date , powering a complete AC SCR Drilling Rig (E - 1400). The certificate from the user must specify the period of successful operation & all supporting documents must be enclosed along with their quotation. However, this is exempted for Caterpillar Engine Model - D399/3512 & Kato Alternators, Sl. No. 16155/12897. 3.02 B) The assembler must furnish the experience certificates that they had supplied minimum 5 Nos. of power packs of capacity not less than 700 HP in last 5 years ending on the bid closing date stating the following information: i) Capacity & make of each supplied Engine & Alternator ii) The name of clients to whom these power packs are supplied

Page 27: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

B. Commercial

1.0 Bids are invited under Single Stage Two Bid System. Bidders shall quote accordingly under Single Stage Two Bid System. Please note that no price details should be furnished in the Technical (i.e. Unpriced) bid. The “Unpriced Bid” shall contain all techno-commercial details except the prices which shall be kept blank. The “Priced Bid” must contain the price schedule and the bidder’s commercial terms and conditions. Bidder not complying with above submission procedure will be rejected.

2.0 Bid security of US $ 24,800 or Rs. 11,20,000 shall be furnished as a part of the TECHNICAL BID. Any bid not accompanied by a proper bid security in ORIGINAL will be rejected without any further consideration. For exemption for submission of Bid Security, please refer Clause No. 9.8(Section A) of General Terms and Conditions for Global Tender. The Bid Security shall be valid for 270 days from the date of bid closing.

3.0 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 successful 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.

4.0 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 successful commissioning of the equipment 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.

5.0 The prices offered will have to be firm through delivery and not subject to variation on any account. A bid submitted with an adjustable price will be treated as non-responsive and rejected.

6.0 Validity of the bid shall be minimum 180 days. Bids with lesser validity will be rejected.

7.0 Bids received after the bid closing date and time will be rejected. Similarly, modifications to bids received after the bid closing date & time will not be considered.

8.0 Bidders shall quote directly and not through Agents in India. Offers made by Indian Agents on behalf of their foreign principals will be rejected. Similarly offers from unsolicited bidders will be rejected.

9.0 Bids containing incorrect statement will be rejected.

10.0 Bidders are required to submit the summary of the prices in their commercial bids as per bid format (Summary), given below :

Page 28: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

(i) Commercial Bid Format ( Summary ) for Foreign Bidders :

(A) Total Material Cost (B) Cost of Commissioning spares, if any

(C) Grand Total Material Cost, ( A + B ) (D) Pre-despatch/shipment Inspection charges, if any (E) Packing & FOB Charges (F) Total FOB Port of Shipment value, ( C + D + E ) above

(G) Ocean Freight Charges up to Kolkata, India (H) Insurance Charges (I) Total CIF Kolkata value, ( F + G + H ) (J) Installation / Commissioning charges (K) Total Value, ( I + J ) above

(L) Total value in words : (M) Gross Weight : (N) Gross Volume :

(ii) Commercial Bid Format ( SUMMARY ) for Indigenous Bidders :

(A) Total Material Cost (B) Cost of Commissioning spares, if any (C) Grand Total Material Cost, (A + B ) (D) Pre-despatch/shipment Inspection charges, if any (E) Packing and Forwarding Charges (F) Total Ex-works value, ( C + D + E ) above (G) Excise Duty with 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) Installation / Commissioning charges (N) Total Value, ( L + M ) above (O) Total value in words : (P) Gross Weight : (Q) Gross Volume :

NOTE : 1. Bidders are advised not to keep any ambiguity in the prices quoted by

them. If cost of any item(s) has been indicated separately by them, they should clearly mention whether the cost of the same is included in the material value mentioned in (A) above.

2. The Commissioning Spares, if any should be quoted separately indicating

the unit price and quantity quoted.

Page 29: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

3. The material covered under this enquiry will be used by OIL in the PEL/ML areas issued/renewed after 01/04/99, applicable Customs Duty for import of goods shall be ZERO. Indigenous bidders shall be eligible for Deemed Export and should quote Deemed Export prices. Excise Duty under Deemed Export exempted.

4. Installation/Commissioning charges must be quoted separately on

lumpsum basis which shall be considered for evaluation of the offers. These charges should include amongst others to and fro fares, boarding/lodging, 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.

5. Pre-despatch/Shipment Inspection charges, if any, must be quoted

separately on lumpsum basis which shall be considered for evaluation of the offers. The to and fro fares, boarding/lodging and other enroute expenses of OIL’s Engineers shall be borne by OIL.

(II) BID EVALUATION CRITERIA (BEC) :

The bids conforming to the specifications, terms and conditions stipulated in the enquiry and considered to be responsive after subjecting to the Bid Rejection Criteria will be considered for further evaluation as per the Bid Evaluation Criteria given below :

1.0 The evaluation of bids will be done as per the Price Schedule (SUMMARY) detailed vide Para 10.0 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.

Page 30: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

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 Cost (B) Cost of Commissioning spares, if any

(C) Grand Total Material Cost, ( A + B ) (D) Pre-despatch/shipment Inspection charges, if any (E) Packing & FOB Charges (F) Total FOB Port of Shipment value, ( C + D + E ) above

(G) Ocean Freight Charges up to Kolkata, India (H) Insurance Charges (I) Banking Charges @ 0.5% of Total FOB Value vide ( F ) above in case

of payment through Letter of Credit ( If confirmed L/C required, 1.5% of Total FOB Value will be loaded )

(J) Total CIF Kolkata value, ( F + G + H + I ) (K) Installation / Commissioning charges

(L) Total Value, ( J + K ) above (M) Total value in words :

NOTE : Banking charge in the country of the foreign bidder shall be

borne by the bidder.

5.2 When only domestic bids are involved :

Comparison of bids will be done on the basis of “Total Value" which is estimated as under :

(A) Total Material Cost (B) Cost of Commissioning spares, if any (C) Grand Total Material Cost, (A + B) (D) Pre-despatch/shipment Inspection charges, if any (E) Packing and Forwarding Charges (F) Total Ex-works value, ( C + D + E ) above (G) Excise Duty with 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) Assam Entry tax, if any (M) Total FOR Duliajan value, ( I + J + K + L ) above (N) Installation / Commissioning charges (O) Total Value, ( M + N ) above (P) Total value in words :

Page 31: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

NOTE: Excise Duty in case of the indigenous bidder is EXEMPTED. 5.3 When both Foreign and Domestic bids are involved :

The Total Value of domestic bidder (inclusive of customs duty on imported raw material and components etc, and applicable terminal excise duty on the finished products and Sales Tax) excluding inland transportation to destination and Insurance charges worked out as per Para 5.2 above and Total Value of the foreign bidder worked out as per Para 5.1 above excluding inland transportation to destination will be compared. 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. However, if any of the Clauses of the Bid Rejection Criteria / Bid Evaluation Criteria (BEC / BRC) mentioned here contradict the Clauses in the General Terms & Conditions of Global Tender of the tender and/or elsewhere, those mentioned in this BEC / BRC shall prevail.

**********

Page 32: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

ANNEXURE – C

TECHNICAL CHECK LIST

[THE FOLLOWING CHECK LIST MUST BE COMPLETED AND RETURNED WITH THE OFFER. ALSO 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] Sl. No.

Points Remarks

1 Whether the offered engine is four stroke diesel engine having turbocharged, electronically control (ECM) direct injection after cooled and counter clock-wise rotation (as viewed from flywheel end)?

YES/ NO

2 Whether the offered engine is capable of developing gross horse power 1250 to

1300 at 1000 RPM and should be capable to drive the Alternator of 1215 KVA capacity ?

YES/ NO

3 Whether the offered engine is compatible to power and torque trend (varying loading pattern), responsive to instantaneous load and torque changes?

YES/ NO

4 Whether the offered engine is suitable at varying load including no load? YES/ NO

5 Whether the offered engine is for continous duty ? YES/ NO

6 Whether the offered engine is compatible to SCR or Variable Frequency Drive(VFD) and suitable for drilling rig application ?

YES/ NO

7 Whether the bidder provide the information of the points mentioned in the para 1.2 YES/ NO 8 Whether quoted as OEM of engine or alternator and whether documentary

evidences submitted to this effect? YES/NO

9 Whether quoted as Authorised Dealer of OEM (engine or alternator), if so, has the dealer submitted documentary evidences in this regard?

YES/NO

10 Whether quoted as Assembler? YES/NO 11 Whether detail specifications of engine and alternator along with technical

literature / catalogue /schematic layout (plan & elevation) of the engine and alternator offered enclosed with the offer?

YES/NO

12 Whether the crankshaft center line height of the offered engine, from the bottom of the sub- base is nearest to 1050 +/- 2 mm to have interchangeability with the existing Caterpillar D 399/ 3512 Engines of Drilling Rigs. ?

YES/ NO

13 Have the bidder clearly mentioned the specification of air inlet system of the offered engine ?

YES/ NO

14 Whether the RPM of the offered engine is 1000? YES/ NO 15 Have the bidder clearly mentioned the specification of flywheel and flywheel

housing of the offered engine? YES/ NO

16 Have the bidder clearly mentioned the specification of fuel system of the offered

engine? YES/ NO

Page 33: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

17 Have the bidder clearly mentioned the specification of the cooling system of the offered engine. Whether the bidder provided the heat load calculations for offering Radiator along with the offer for OIL's scrutiny. ?

YES/ NO

18 Have the bidder clearly mentioned the specification of lub.oil system of the offered engine?

YES/ NO

19 Whether the sump capacity of the offered engine is more than 300 lits? YES/ NO

20 Have the bidder clearly mentioned the specification of the exhaust system of the offered engine. ?

YES/ NO

21 Have the bidder clearly mentioned the specification of starting system of the offered engine?

YES/ NO

22 Have the bidder clearly mentioned the specification of safety system of the offered engine?

YES/ NO

23 Have the bidder clearly mentioned the details of the flexible coupling? YES/ NO

24 Have the bidder clearly mentioned the specification of Instrument panel of the offered engine?

YES/ NO

25 Have the bidder clearly mentioned the specification of control system of the offered engine?

YES/ NO

26 Have the bidder clearly mentioned the specification of all the general accessories /fittings of the offered engine?

YES/ NO

27 Have the bidder included the list of spares for engine and its accessories required for normal operation of the offered engine for two years ? Have the bidder mentioned separately the price of each spare?

YES/ NO

28 Whether the offered engine have inspection ports in both sides of the engine block for easy inspection, accessibility, serviceability of piston rods, big-end bearings, main bearings and also cleaning the oil sump of the engine?

YES/ NO

29 Have the bidder provided the general arrangement / dimensional drawing of the offered engine and alternator. ?

YES/ NO

30 Have the bidder provided the documentary evidence for supplying of minimum 4 power packs identical to the offered one of 1000 RPM in last 5 years?

YES/ NO

31 Have the bidder confirmed for providing 4+4 (eight ) sets of parts list, and 4 sets of CD covering the operations manual & service covering all the items of each engine, alternator, flexible coupling, alignment tools & its accessories along with the delivery of the material?

YES/ NO

32 Whether the bidder gives assurance that after sales service in respect of engine and alternator will be provided by their respective OEMs or authorized dealer for 10 years?

YES/ NO

33 Whether the bidder gives the confirmation from the OEMs that the equipment to be supplied are not going to be obsolete for next 10 years and provision for supplying spares of the equipment to be continued?

YES/ NO

34 Whether the bidder will install and commission the power packs at site in and around Duliajan, Assam, India?

YES/ NO

35 Do you confirm that offered alternator shall be conforming to the specifications given in Para 2.0-A (Alternator)? Please give point-wise details if there are deviations from the specifications.

YES/ NO

36 Have you submitted full technical specifications and constructional details of the alternator, including accessories like power and control cable plugs and sockets, cable glands etc. as per details given in Para 2.0-B Constructional Features)? Please give point-wise deviation if there are deviations from the

YES/ NO

Page 34: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

specifications. 37 Have you attached detailed dimensional/ GA drawings, connection drawing of the

alternator/ power pack including footprint, shaft height (with accessories)? Please note that drawings are essential in that as per BRC clauses, actual assembly/ manufacturing are to be carried out only after approval of the drawings by OIL.

YES/ NO

38 Do you agree to the conditions that power packs will be inspected by OIL's representatives before despatch and load testing of the same shall be carried out in presence of OIL's representative at manufacturer's works?

YES/ NO

39 Have you offered guarantee for the power packs for 12 (Twelve) months from the date of commissioning or 18 (eighteen) months from the date of shipment/dispatch, whichever is earlier?

YES/ NO

40 Whether documentary evidence of supplying similar power pack submitted? YES/ NO

41 Have you separately highlighted any deviation from the technical specifications?

YES/ NO

42 Have you mentioned any other items/ points not indicated/ included in the specifications, but deemed necessary for installation/ commissioning and efficient control, operation and protection of the alternators and engines?

YES/ NO

43 Do you mention the price of the tool kit and special tool ? YES/ NO

44 Shall the power pack meet or exceed International standards such as BIS, NEMA, IEEE, ANSI and IEC requirements.?

YES/ NO

45 Whether noise level produced by the engine is not exceed 75 dB while delivering the rated output ?

YES/ NO

46 Shall the specification of the engine meet IS: 10000/BS: 5514 or equivalent? YES/ NO

Page 35: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

ANNEXURE D

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 SELECT 'YES' OR 'NO' TO THE FOLLOWING QUESTIONS, IN THE RIGHT HAND COLUMN.

1 Whether quoted as manufacturer ?

2 Whether quoted as Supply House / Distributor. To Specify :

3 If quoted as Supply House / Distributor,

(a) Whether submitted valid and proper authorization letter from manufacturer confirming that bidder is their authorized Supply House for the product offered ?

(b) Whether manufacturer’s back-up Warranty/Guarantee certificate submitted

4 Whether bid submitted under Two Bid System ?

5 Whether ORIGINAL Bid Bond(not copy of Bid Bond) submitted? If YES, provide details

(a) Amount :

(b) Name of issuing Bank :

(c) Validity of Bid Bond :

(d) Whether Bid Bond is valid for 270 days from the date of closing of tenders ?

6 Whether offered firm prices ?

7 Whether quoted offer validity of six months from the date of closing of tenders ?

Page 36: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

8 Whether quoted a firm delivery period?

9 Whether quoted as per NIT (without any deviations) ?

10 Whether quoted any deviation ?

11 Whether deviation separately highlighted ?

12 Whether agreed to the NIT Warranty clause ?

13 Whether Price Bid submitted as per Price Schedule (refer Para 12.0 of BRC vide Annexure – B)

14 Whether Tool Kit as per Annexure A1 quoted ?

15 Whether the Recommended Spares for 2 years of operations quoted?

16 Whether quoted all the items of tender ?

17 Whether indicated the country of origin for the items quoted?

18 Whether technical literature / catalogue enclosed?

19

Whether confirmed that all spares & consumables will be supplied for a minimum period of 10 years?

20 Whether confirmed to carry out installation & Commissioning at Duliajan (Assam)?

21 Whether installation & Commissioning charges applicable?

22

If installation & Commissioning charges applicable, whether separately quoted on lump sum basis?

23

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

24

Whether confirmed that all Service, Income, Corporate tax etc. applicable under installation & Commissioning are included in the prices quoted?

Page 37: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

25

Whether confirmed acceptance of tender Payment Terms of 80% against shipment/dispatch documents and balance 20% after successful installation & commissioning ?

26 For Foreign Bidders - Whether offered FOB / FCA port of despatch including sea / air worthy packing & forwarding?

27 For Foreign Bidders – Whether port of shipment indicated. To specify:

28 For Indian bidders – Whether indicated the place from where the goods will be dispatched. To specify :

29 For Indian bidders – Whether road transportation charges up to Duliajan quoted ?

30

For Indian Bidders only - Whether offered Ex-works price including packing/forwarding charges ?

31 Whether Indian Agent applicable ?

32 If YES, whether following details of Indian Agent provided ?

(a) Name & address of the agent in India – To indicate

(b) Amount of agency commission – To indicate

(c) Whether agency commission included in quoted material value?

33 Whether weight & volume of items offered indicated ?

34 Whether Pre-despatch/shipment inspection & testing of the Power packs quoted?

35

Whether charges towards Pre-despatch/shipment inspection & testing of the Power packs applicable?

36 If Pre-despatch/shipment inspection & testing charges applicable, whether quoted separately?

37 Whether confirmed to submit PBG as asked for in NIT ?

38 Whether agreed to submit PBG within 30 days of placement of order ?

Page 38: Oil India Limited Fax No: (91-374) 2800533 Tender No. & Date ...ii) Suitable for Thyristor based DC Drive or Variable Frequency Drive (VFD) control of DC/AC Drilling motors and total

39 For Indian Bidders only - Whether indicated import content in the offer ?

40 For Indian Bidders only - Whether deemed export quoted?

41 For Indian Bidders only – Whether all applicable Taxes & Duties have been quoted ?

42 Whether all BRC/BEC clauses accepted ?

43

Whether Integrity pact with digital signature uploaded ?

OFFER REF

NAME OF THE BIDDER