oil india limited (a govt. of india enterprise) p.o. duliajan – …€¦ ·  · 2017-11-072.0...

26
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 : SDG8101P13/08 of 26/11/2012 Tender Fee : INR 4,500.00 OR USD 100.00 Bid Security Amount : INR 9,24,000.00 OR USD 20,540.00 (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 Diesel Engine, Turbocharged, After cooled, 4(four) stroke, direct combustion, a) Detailed specification - Annexure A. b) Bid Rejection Criteria (BRC) and Bid Evaluation Criteria - Annexure B. c) Check list – Annexure C & D 1 No. 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 Check list is furnished vide Annexure – C & D. Please ensure that both the check lists are properly filled up and uploaded along with the Technical bid.

Upload: vuongdieu

Post on 22-Apr-2018

219 views

Category:

Documents


2 download

TRANSCRIPT

Page 1: Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan – …€¦ ·  · 2017-11-072.0 LUBRICATING OIL SYSTEM a)Lube Oil Sump: Shallow Oil Pan with drain cover b)Lube Oil

Oil India Limited(A Govt. of India Enterprise)

P.O. Duliajan – 786602, Assam

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

Email: [email protected] ; [email protected]

Tender No. & Date : SDG8101P13/08 of 26/11/2012

Tender Fee : INR 4,500.00 OR USD 100.00Bid Security Amount : INR 9,24,000.00 OR USD 20,540.00 (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 Diesel Engine, Turbocharged, After cooled, 4(four) stroke, directcombustion,

a) Detailed specification - Annexure A.

b) Bid Rejection Criteria (BRC) and Bid Evaluation Criteria -Annexure B.

c) Check list – Annexure C & D

1 No.

Special Notes :

1.0 The tender will be governed by “General Terms & Conditions” for e-Procurementas per Booklet No. MM/GLOBAL/E-01/2005 for E-procurement (ICB Tenders) includingAmendments & Addendum to “General Terms & Conditions” for e-Procurement.

2.0 Check list is furnished vide Annexure – C & D. Please ensure that both the checklists are properly filled up and uploaded along with the Technical bid.

Page 2: Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan – …€¦ ·  · 2017-11-072.0 LUBRICATING OIL SYSTEM a)Lube Oil Sump: Shallow Oil Pan with drain cover b)Lube Oil

3.0 The item qualifies for Nil duty/Deemed Export benefits. For Deemed Exportbenefits, 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 submittedthrough OIL’s e-Procurement site only except following documents which are to besubmitted manually in sealed envelope super scribed with tender no. and due date toThe 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. Thebidders are required to submit both the “TECHNICAL” and“COMMERCIAL” bids through electronic form in the OIL’s e-Tender portalwithin the Bid Closing Date and Time stipulated in the e-Tender. Pleaseensure that Technical Bid / all technical related documents related to thetender are to be uploaded in the c-Folder link (collaboration link) underTechno Commercial Bid (Un-priced Bid )Tab Page only. Please note that noprice details should be uploaded as c-Folderlink (collaboration link) under Techno Commercial bidTab Page. Details of prices as per Bid format / Commercial bid can beuploaded as Attachment in the attachment link under “TechnoCommercial bid” under “General Data”. A screen shot in this regard isgiven below. Offer not complying with above submission procedure willbe rejected as per Bid Rejection Criteria mentioned in Annexure-B (ReferClause 1.0 of (B) Commercial).

Search and Add

Page 3: Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan – …€¦ ·  · 2017-11-072.0 LUBRICATING OIL SYSTEM a)Lube Oil Sump: Shallow Oil Pan with drain cover b)Lube Oil

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

For Uploading CommercialFiles go to this Tab.

Bid on Change Mode

Area for uploadingCommercial Bid

Area for uploadingTechnical Bid

Page 4: Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan – …€¦ ·  · 2017-11-072.0 LUBRICATING OIL SYSTEM a)Lube Oil Sump: Shallow Oil Pan with drain cover b)Lube Oil

6.0 Bidders are requested to examine all instructions, forms, termsand specifications in the bid. Failure to furnish all information required as per the bid orsubmission of offers not substantially responsive to the bid in every respect will be at thebidders 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 anIntegrity Pact with the bidders as per format enclosed vide Annexure XII of the tenderdocument. This Integrity Pact proforma has been duly signed digitally by OIL’scompetent signatory. The proforma has to be returned by the bidder (along with thetechnical bid) duly signed (digitally) by the same signatory who signed the bid, i.e., whois duly authorized to sign the bid. Any bid not accompanied by Integrity Pact Proformaduly signed (digitally) by the bidder shall be rejected straightway. Uploading the IntegrityPact with digital signature will be construed that all pages of the Integrity Pact has beensigned by the bidder’s authorized signatory who sign the Bid.

(Note: Shri N. Gopalaswami, Ex-CEC and Shri R. C. Agarwal, IPS(Retd.) have beenappointed as Independent External Monitors). Contact details are available in our website.

Page 5: Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan – …€¦ ·  · 2017-11-072.0 LUBRICATING OIL SYSTEM a)Lube Oil Sump: Shallow Oil Pan with drain cover b)Lube Oil

Annexure A

Diesel Engine, Turbocharged, Aftercooled, 4(four) stroke, direct combustion,unidirectional (rotation anti-clockwise when viewed from flywheel end), Inline 6(six)cylinder engine rated minimum 280-300 HP (Net) @ 2100 RPM at flywheel end[operating speed range 1800-2200 RPM] (As per BS-5514) suitable for powering BHEL /CARDWELL / KREMCO Workover Rig.

Quantity – 10 Nos.

The details are as under :

A. 1.0 ENGINE- AS PER FOLLOWING SPECIFICATIONS & FOOT PRINTS:

1.1.a The engine should be turbocharged, 4(four) stroke, direct combustion, after cooled,Inline 6(Six) cylinder, capable of developing minimum 280-300 HP (net) @ 2100 RPM atflywheel end [operating speed range 1800-2200 RPM] with minimum compression ratio16.5:1 under standard reference atmospheric conditions of atmospheric temperature of27° C, altitude not exceeding 150 Mtrs above mean sea level, relative humidity 60% at27° C.

1.1.b The engine should be suitable for continuous duty & capable of developing 10% inexcess of its rated output at its rated speed for a period of 1hr in any period of 12 hrscontinuous running without undue heating or any other mechanical trouble.

1.1.c The engine should be unidirectional i.e. rotation is anti-clockwise when viewedfrom flywheel end and should conform to BS: 5514 or equivalent or latest. The enginefoot print & limiting dimensions must be as per attached sketches. The bidder mustconfirm the same in their offer.

1.2 PERFORMANCE CURVESThe bidder should specify the following information along with relevant performanceratings curves & conditions in their offer.

a) Gross horse power developed at rated RPM. b) Deduction for altitude, temperature etc. c) Deduction for fan, alternator & ancillary equipment. d) Net HP available at rated RPM & site conditions. e) Net torque developed at rated rpm f) Specific Fuel Consumption of the engine

1.3 The engine will be used as prime mover for draw works & also for movement of theCarrier & Mast during inters location movement.

1.4 FUEL TO BE USEDThe fuel used by the prime mover:-

a) High speed Diesel: Diesel to be used conforms to IS: 1593-1982. b) Cetane No.:42.5 c) Gross calorific valve: 19.480 BTU/LB (10.800 Cal/gm)

Page 6: Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan – …€¦ ·  · 2017-11-072.0 LUBRICATING OIL SYSTEM a)Lube Oil Sump: Shallow Oil Pan with drain cover b)Lube Oil

1.5 FLYWHEEL & FLYWHEEL HOUSING

a) Flywheel Housing: SAE:1 b) Rotation: SAE Standard Rotation[anti-clockwise when viewed from flywheel end].Flywheel must be fitted with Ring Gear & Resilient plate to suit existing AllisonTransmission [Model: HT- 750 for BHEL, CLT-5861 for Cardwell, and CLBT-754 forKremco].

1.6 AIR INLET SYSTEMS a) Heavy duty Air Cleaner with pre-cleaner. b) Vacuum Indicator

1.7 EXHAUST SYSTEM a) Having Spark Arrestor & Silencer [must be covered with heat resistant material]. b) Max exhaust back pressure: 75mmHg.

All necessary exhaust fittings [flange, weldable, elbow etc] must be provided along withsupply & the bidder must confirm the same in their offer.

1.8 COOLING SYSTEM a) Heavy duty Radiator for Industrial use with Fan & Fan Arrangement b) Thermostat c) Water Pump d) Torque Converter Cooler & Oil Cooler e) Radiator safety: Should have low water level indication & alarm.

All the above items must be mounted on the engine / base rail with the engine. Theradiator must be having capacity of at least 20% in excess of total heat rejection of theengine. Heat load calculations are to be submitted along with the offer for our scrutiny.

1.9 FUEL SYSTEM a) Fuel Pump with Mechanically Variable Speed [MVS] Governor b) Pneumatic Throttle Actuator

2.0 LUBRICATING OIL SYSTEM a)Lube Oil Sump: Shallow Oil Pan with drain cover b)Lube Oil Cooler: Water cooled, integral with engine coolant circuit.

2.1 EMERGENCY SHUT OFF DEVICE [PNEUMATIC] Inlet Air shut off device & Fuel shut off device should be provided with the engine &designed in such a way that it can be operated manually from engine as well as Driller'sconsole.

2.2 INSTRUMENT PANEL Instrument Panel LH 8 Hole.7 Gauge a) Oil & Fuel Pressure gauge. b) Oil, Water & Exhaust Temperature gauge. c) Electronic Tachometer with R/Hrs meter. d) Emergency air shut off switch.

Page 7: Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan – …€¦ ·  · 2017-11-072.0 LUBRICATING OIL SYSTEM a)Lube Oil Sump: Shallow Oil Pan with drain cover b)Lube Oil

All gauges are as per engine manufacturer's standard.

2.3 SAFETY SYSTEM a) Hydro-Mechanical Shut Off Switch with alarm for i) Low lube oil pressure ii) High water temperature iii) Engine over speed b) Air intake shut off for engine over speed with alarm. c) Emergency stop push button d) Normal fuel shut off

2.4 AIR COMPRESSOR a) Air compressor with minimum capacity of 30 CFM (850 LPM), @ 120 PSI. b) Make & model of the Compressor with detailed catalogue / literature [softcopy] etc to be provided along with the offer.

2.5 ACCESSORY DRIVE & STEERING PUMPa) Necessary arrangement must be provided with the engine to have accessory drive torun the Steering Pump.b) Steering Pump supplied along with the engine must have provision to be driven fromthe accessory drive of the engine with suitable belt.

2.6 STARTING SYSTEM a) Each Engine should have 24 volt electric starting system. b) 2(two) nos maintenance free Heavy duty battery complete with cable & connectionto be provided in a steel box with wood panelled inside the box. c) Each engine should have 24 volt battery charging alternator.

2.7 GENERAL a) Vibration Dampener and guard b) Lifting eyes c) Fumes disposal d) Engine barring group e) Crankcase breather f) Crankcase front electronic Tachometer g) Heavy duty servicing hour meter h) Front engine support i) Maintenance tool j) Standard painting of the engine k) The engine crank case should be designed in such a way that the enginecrankcase can be lowered during servicing / maintenance of the engine withoutlowering the complete engine.

l) The base & foot print dimension of offered engines should be as per attacheddrawings [sketch no.1:BHEL-B,C,D for 6nos engine, sketch no.2:Cardwell-B for2nos engine & sketch no.3:Kremco K-600 for 2nos engine].

m) Layout dimensional diagram should be forwarded along with the offer. n) The engine is to be supplied with all the components & accessories fitted [ready torun condition].

Page 8: Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan – …€¦ ·  · 2017-11-072.0 LUBRICATING OIL SYSTEM a)Lube Oil Sump: Shallow Oil Pan with drain cover b)Lube Oil

B. SOUND BARRIERS The bidder should provide suitable Sound Barrier to reduce the noise of the engine.The design should be such that there will be 1(one) common Sound Barrier for both theengines placed on the existing engine frame. The Sound Barrier should be sliding / easy removable type for ease of enginemaintenance. Details about the Sound Barrier with drawing, dimension, material etc must beprovided along with the offer. The limiting dimensions of the Sound Barrier are as Per sketch no.1 [BHEL-B,C,D],sketch no.2 [Cardwell-B], Sketch no.3 [Kremco K-600].

C. OPERATING SITE CONDITION The engine should be suitable for operation at the Following site condition: a) Engine site temperature - 41 Deg Cent.(Max) b) Engine site temperature - 6 Deg Cent. (Min) c) Maximum relative humidity at 21 deg C - 100% d) Maximum relative humidity at 35 deg C - 95% e) Maximum relative humidity at 41 deg C - 70% f) Altitude above sea level - 150 m. g) Average annual rainfall - 343 cms.

D. TOOL KIT FOR ENGINE & TRANSMISSION Total 05(Five) sets ( for the all engine)of standard tools of Stanley Proto make inheavy duty 3/5 tray metal box with handles & locking arrangement for carrying outnormal maintenance of engine should be supplied as per following :

LIST OF TOOLS

Sr.No.

Description of Item Qty

1. Open Jaw Double Ended Spanner set in Metric & Inch-12P/C per eachset.

01 No

2. Double Ended Ring Spanner [deep offset hexagon ring] set in Metric& Inch-12P/C per each set.

01 No

3. Heavy duty Double Hexagon Standard Socket compatible for ½ Sq.Drive in Metric & Inch -8mm to 36mm [1/4 to 1 3/8 ] per each set.

01 No

4. Reversible [quick release] Ratchet compatible for ½ Sq. Drive-overall length 250mm-01per set.

01 No

5. Sliding T-Bar compatible for ½ Sq. Drive-01per set. 01 No6. Extension Bar compatible for ½ Sq. Drive- overall length 75mm-

01per set.01 No

7. Extension Bar compatible for ½ Sq. Drive- overall length 125mm-01per set.

01 No

8. Extension Bar compatible for ½ Sq. Drive- overall length 250mm-01per set.

01 No

Page 9: Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan – …€¦ ·  · 2017-11-072.0 LUBRICATING OIL SYSTEM a)Lube Oil Sump: Shallow Oil Pan with drain cover b)Lube Oil

9. Universal Joint compatible for ½ Sq. Drive- overall length 78mm-01per set.

01 No

10. L- Handle compatible for ½ Sq. Drive- overall length 250mm-01perset.

01 No

11. Adapter ¾ F X ½ M; 01per set. 01 No12. Adapter ½ F X ¾ M; 01per set. 01 No13. Universal Socket Wrench ½ ; 01per set; [universal joint ½ ]. 01 No14. Screw Driver Standard Blade, Cushion grip- 8mm X 250mm- 01per

set.01 No

15. Screw Driver 9 Tips with handle, Cushion grip- 01per set. 01 No16. Adjustable Spanner- 200mm [8 ]- 01per set. 01 No17. Adjustable Spanner- 300mm [8 ]- 01per set. 01 No18. Allen Key Set-Long- Metric & Inch- 1.5mm to 12mm [12nos] &

1/16 to ½ [12nos] - 01per set.01 No

19. Combination Pliers- 200mm [8 ]- 01per set. 01 No20. Long Nose Plier- 150mm-01per set. 01 No21. Circlip Plier-Straight Tip [internal Circlip puller]-Length 175mm [7 ]-

01per set.01 No

22. Circlip Plier-Bent Tip [external Circlip puller]-Length 175mm [7 ]-01per set.

01 No

23. Center Punch-Forged tool Steel hardened & tampered 6mm X100mm [1/4 X 4 ]- 01 per set.

01 No

24. Ball Pen Hammer- Head length 355mm [14 ]- 16 OZ- 01 per set. 01 No25. Soft Face [Polymer] Hammer- Head Ø25mm- 01 per set. 01 No26. Feeler Gauge- 25 Blades-300mm Long in Metric & Inch- 01 each per

set; Make: Freeman.01 No

27. Measuring Tape- 5Mtrs metallic-Auto retractable- 01 per set; Make:Freeman.

01 No

28. Tin snips- Drop forged carbon steel, hardened & tempered-Size300mm [12 ]- 01 each per set.

01 No

29. Thread Gauge- BSW, Metric, UNC, UNF-01 each per set. 01 No30. Caliper- Inside & Outside- 150mm [6 ]- 01 each per set. 01 No31. Screw Extractor Set-Hexagonal Head- 3mm to 18mm [1/8 to ¾ ]; -

01 per set.01 No

32. Spirit Level-ABS Plastic-3vials [horizontal, plumb & 45º] - 01 per set. 01 No33. Cold Chisel-Forged Chrome-Vanadium steel, hardened, quenched &

tempered- 12mm X 150mm & 25mm X 150mm 01each per set.01 No

Note: 1. All the above tools should be Stanley Proto make except otherwise specified.2. All the above tools must be supplied in a heavy duty 3/5 tray metal box withhandles & locking arrangement.

In addition to above, undernoted special tools should be supplied along with theconsignment for carrying out engine major overhauling jobs.

Page 10: Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan – …€¦ ·  · 2017-11-072.0 LUBRICATING OIL SYSTEM a)Lube Oil Sump: Shallow Oil Pan with drain cover b)Lube Oil

These tools must be supplied in proper tool box. Specific description, part nos.,make, etc. and unit price of each item shall clearly be indicated in the bid. i) Liner Puller - 1 No ii) Piston Insert tool - 1 No iii )Piston ring expander - 1 No iv) Injector puller - 1 No v) Timing adjustment tool - 1 No vi) Bearing puller for fan shaft- 1 No vii) Any other tools necessary for maintenance: to be mentioned in the offer.

E. SPARE PARTS

Bidder should quote unit price for following spare parts. Item wise price of each sparepart with part no should also be provided.Bidder must mention in their offer the total quantity of each of the following spare partrequire for running of each engine for 2000hrs.

i) Fuel Filter ii) Lube Oil Filter iii) Air Filter iv) Electric Starter v) Charging Alternator vi) Fuel Injector vi) Radiator & Alternator Power Transmission Belt Set vii) Lube Oil ( unit in Lit )viii) Coolant ( unit in Lit ) ix) Air Compressor Repair Kit x) Turbocharger Repair Kit

The cost of above spare parts ( 1 unit for each item ) will be considered for bidevaluation. However OIL reserves the right to decide the item & quantity of spare partsfor procurement along with the main equipment.

F. DOCUMENTATION & BID SUBMISSIONBidder's response should clearly be defined. Bidder shall furnish specific details /specifications of all major components, system with make & model etc. Generalizedresponse like- 'As per NIT Specifications/Technical Leaflet', 'Noted', 'Accepted' or in anysimilar fashion is not encouraged.

It shall be bidder's endeavour to offer the following items as per make & modelsindicated against each item. However other suitable makes & models are acceptable incase of operational and or design requirements supplemented with proper justification.

i) Air Compressor: Bendix ii) Steering Pump: Victor, Parker, Rexroth iii) Emergency air shut off device: Barber

However engine shut off must have both by fuel shut off as well as air shut offmechanism.

Page 11: Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan – …€¦ ·  · 2017-11-072.0 LUBRICATING OIL SYSTEM a)Lube Oil Sump: Shallow Oil Pan with drain cover b)Lube Oil

G. NOTES

a) PARTS LIST, INSTRUCTION & SERVICE MANUAL The supplier should provide 5 (Five) set of parts list book, operations & servicemanual along with the delivery of the engine package.

b) INSPECTION & TEST CERTIFICATE

Each engine set have to be load tested at manufacturer's premises in presence ofrepresentative from OIL & the test certificates must be provided along with despatchdocuments.Supplier must categorically confirm regarding compliance with respect to inspection /test procedure which is very essential.

c) Deviation in respect of any specification as detailed above should be highlightedwith technical calculation / catalogue / literature etc.

d) PRE-DESPATCH INSPECTION

Complete engine package should be offered for inspection & functional testing to OILby the supplier at manufacturer's premises at least 45 days prior to dispatch.The Inspection cum Acceptance process would include but not limited to the followingminimum steps/tasks -

i. Physical verification / inspection of all the items / fittings / accessories includingParts Catalogue, Maintenance & Service Manuals, Schematics, all tools under completetool kit as well as other tools, all spares as per the Spare Parts List for engine etc.

ii. Any modification requirement arising out of design aspect consideration (on the partof the supplier) shall be in the scope of the supplier at no extra cost to OIL.

iii. The minutes of inspection process would be prepared at the end of the inspectionand jointly signed by both the parties.

iv. Supplier shall confirm in writing compliance of all the points raised in theminutes of inspection as well as any other subsequent additions/changes, followingdeliberation with the inspector after arrival at Duliajan.

v. Supplier will dispatch the unit only on receipt of dispatch advice from thecompetent authority of OIL.

vi. Any other testing / joint inspection indicated elsewhere in this tender.

Note :Bidder shall quote pre dispatch Inspection charges separately if any. However, allto &fro fares, boarding/ lodging charges etc. of OIL’s personnel shall be borne by you.

e) INSTALLATION/COMMISSIONING

Installation and Commissioning of the Engines shall be carried out by the bidder in thepresence of OIL representatives at its fields at Duliajan, Assam (India). Services of

Page 12: Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan – …€¦ ·  · 2017-11-072.0 LUBRICATING OIL SYSTEM a)Lube Oil Sump: Shallow Oil Pan with drain cover b)Lube Oil

qualified and competent personnel from equipment manufacturer are essential duringinstallation and commissioning of the same.

Installation / commissioning charges should be quoted separately which shall beconsidered for evaluation of the offers. These charges should included amongst othersto and from fares, boarding/ lodging and other expenses of the commissioning engineersduring their stay at Duliajan, Assam (India). All Personal, Income and Service Tax etc.towards the services provided by the supplier shall be borne by the supplier and will bededucted at source. Bidders should also confirm about installation/commissioning in theTechnical Bid.

General Notes :

1. Payment : Payment shall be released as follows :

i) 80 % of the supply made shall be paid against proof of despatch/shipment of thegoods. ii) Remaining 20 % of the supply made along with commissioning charges, shall bepaid after successful commissioning and acceptance of the unit by OIL. iii) OIL may also consider making 100 % payment towards supply of the units againstproof of despatch provided bidders agree to pay interest for 20 % of the order value andalso submit Bank Guarantee for the amount equivalent to 20 % of the order value plusamount of interest. The BG shall be valid till the date of successful commissioning andacceptance of the unit by OIL. This is in addition to the 10 % of the order value towardsPerformance Security as per the NIT requirement.iv) Payment towards Installation/Commissioning shall be released on successfulcompletion of the Installation/Commissioning programme.

Any offer not complying with the above shall be loaded at one percent above theprevailing 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 thebidder for clarification in respect of clauses covered under BRC also and suchclarifications fulfilling the BRC clauses in toto must be received on or before thedeadline given by the company, failing which the offer will be summarily rejected.

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/MLareas which are issued/renewed after 01/04/99 and hence Nil Customs Duty duringimport will be applicable. Indigenous bidder shall be eligible for Deemed Export Benefitagainst this purchase.

Page 13: Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan – …€¦ ·  · 2017-11-072.0 LUBRICATING OIL SYSTEM a)Lube Oil Sump: Shallow Oil Pan with drain cover b)Lube Oil

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 thetender. Bids shall be rejected in case the item(s) offered do not conform to the requiredminimum/maximum parameters stipulated in the technical specifications and to therespective international / national standards wherever stipulated. Notwithstanding thegeneral 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 whichthe offer will be considered as non-responsive and rejected :

(A) TECHNICAL:

1. The Engine must be turbocharged, 4(four) stroke, direct combustion, after cooled,Inline 6(Six) cylinder, diesel engine, counter clockwise rotation (viewed from the flywheelend), capable of developing minimum 280 to 300 HP (Net) @ 2100 RPM at flywheel end[Operating speed range 1800-2200 RPM]. The engine should be suitable for continuousduty.

2. The dimensions & the crank shaft centre line height of the offered engine must be asper dimensions & centre height shown in the sketch-1/2/3. The centre height tolerancemust be within +0mm to -5mm.

3. The engine offered must be compatible to be fitted with the Allison Transmission[Model: HT-750 for BHEL-B, C & D; CLT-5861 for Cardwell-B & CLBT-754 for KremcoK-600].

4. The bidder shall have the experience of supplying at least 05 Nos. of same capacityengine to reputed national / international drilling companies / service providers &necessary documents in support of the experience must be provided along with theoffer.

5. Bids are invited from manufacturer of the engine or their duly authorized dealers.The bidders, other than manufacturers, shall submit original certificate of authorizationfrom the manufacturer for the offered engine.

6. The bidder must confirm after sale services and uninterrupted supply of spares for atleast 10 years.

COMMERCIAL :

Page 14: Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan – …€¦ ·  · 2017-11-072.0 LUBRICATING OIL SYSTEM a)Lube Oil Sump: Shallow Oil Pan with drain cover b)Lube Oil

1.0 Bids are invited under Single Stage Two Bid System. Bidders shall quoteaccordingly under Single Stage Two Bid System. Please note that no pricedetails should be furnished in the Technical (i.e. Techno Commercial) bid.The “Techno Commercial bid” shall contain all techno-commercial detailsexcept the prices which shall be kept blank. The “Priced Bid” must contain theprice schedule and the bidder’s commercial terms and conditions. Bidder notcomplying with above submission procedure will be rejected.

2.0 Bid security of USD 20,540.00 or Rs. 9,24,000.00 shall be furnished as a part ofthe TECHNICAL BID. Any bid not accompanied by a proper bid security inORIGINAL will be rejected without any further consideration. For exemption forsubmission of Bid Security, please refer Clause No. 9.8(Section A) of GeneralTerms and Conditions for Global Tender. The Bid Security shall be valid till26.02.2014.

3.0 Validity of the bid shall be minimum 180 days. Bids with lesser validity will berejected.

4.0 Bidders must confirm that Goods, materials or plant(s) to be supplied shall benew of recent make and of the best quality and workmanship and shall beguaranteed for a period of eighteen months from the date of shipment/dispatch ortwelve months from the date of commissioning whichever is earlier against anydefects arising from faulty materials, workmanship or design. Defectivegoods/materials or parts rejected by OIL shall be replaced immediately by thesupplier 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 forone year from the date of receipt/acceptance of goods or 18 months from thedate of shipment whichever is earlier. Bidder must confirm the same in theirTechnical Bid. Offers not complying with this clause will be rejected.

6.0 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 beconsidered.

7.0 No offers should be sent by Telex, Cable, E-mail or Fax. Such offers will not beaccepted.

8.0 Offers received without Integrity Pact duly signed by the authorised signatory ofthe bidder will be rejected.

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

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

(A) Total Material Cost(B) Cost of Spares(C) Pre-despatch/shipment Inspection charges, if any(D) Packing & FOB Charges

Page 15: Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan – …€¦ ·  · 2017-11-072.0 LUBRICATING OIL SYSTEM a)Lube Oil Sump: Shallow Oil Pan with drain cover b)Lube Oil

(E) Total FOB Port of Shipment value, ( A+B+C+D) above(F) Ocean Freight Charges up to Kolkata, India(G) Insurance Charges(H) Total CIF Kolkata value, (E+F+G )(I) Installation / Commissioning charges(J) Total Value, (H+ I ) above(K) Total value in words :(L) Gross Weight :(M) Gross Volume :

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

(A) Total Material Cost(B) Cost of Spares(C) Pre-despatch/shipment Inspection charges, if any(D) Packing and Forwarding Charges(E) Total Ex-works value, ( A + B + C+D ) above(F) Excise Duty with Cess, (Please indicate applicable rate of Duty)(G) Sales Tax, (Please indicate applicable rate of Tax)(H) Total FOR Despatching station price, (E + F+G) above(I) Road Transportation charges to Duliajan(J) Insurance Charges(K) Total FOR Duliajan value, ( H + I + J) above(L) Installation / Commissioning charges(M) Total Value, (K +L) above(N) Total value in words :(O) Gross Weight :(P) Gross Volume :

NOTE :

1. The material covered under this enquiry will be used by OIL in thePEL/ML areas issued/renewed after 01/04/99, applicable Customs Dutyfor import of goods shall be ZERO. Indigenous bidders shall be eligiblefor Deemed Export and should quote Deemed Export prices. Excise Dutyunder Deemed Export exempted.

2. Installation/Commissioning & Training charges must be quoted separatelyon 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 ofsupplier’s commissioning/training personnel during their stay at Duliajan,Assam(India). All Income, Service, Corporate Taxes etc. towards theservices provided under installation / commissioning shall be borne bythe supplier and will be deducted at source at the time of releasing thepayment. Bidder should also confirm about providing all these services inthe Technical Bid.

4. Pre-despatch/Shipment Inspection charges, if any, must be quotedseparately on lumpsum basis which shall be considered for evaluation of

Page 16: Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan – …€¦ ·  · 2017-11-072.0 LUBRICATING OIL SYSTEM a)Lube Oil Sump: Shallow Oil Pan with drain cover b)Lube Oil

the offers. The to and fro fares, boarding/lodging and other enrouteexpenses 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 theenquiry and considered to be responsive after subjecting to the Bid RejectionCriteria will be considered for further evaluation as per the Bid Evaluation Criteriagiven below :

1.0 The evaluation of bids will be done as per the Price Schedule (SUMMARY)detailed vide Para 9.0 of BRC (Commercial).

2.0 If there is any discrepancy between the unit price and the total price, the unitprice will prevail and the total price shall be corrected. Similarly, if there is anydiscrepancy between words and figure, the amounts in words shall prevailand 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 bidopening shall be considered. However, if the time lag between the opening ofthe 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 finaldecision shall be adopted for conversion and evaluation.

4.0 Offers not complying with the payment terms indicated in the enquiry shall beloaded with one percent above the prevailing Bank rate (CC rate) of StateBank of India for evaluation purpose.

5.0 To ascertain the inter-se-ranking, the comparison of the responsive bids willbe 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 isestimated as under:

(A) Total Material Cost(B) Cost of Spares(C) Pre-despatch/shipment Inspection charges, if any(D) Packing & FOB Charges(E) Total FOB Port of Shipment value, ( A+B+C+D) above(F) Ocean Freight Charges up to Kolkata, India(G) Insurance Charges(H) Total CIF Kolkata value, (E+F+G )(I) Installation / Commissioning charges(J) Total Value, (H+ I ) above(K) Total value in words :

Page 17: Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan – …€¦ ·  · 2017-11-072.0 LUBRICATING OIL SYSTEM a)Lube Oil Sump: Shallow Oil Pan with drain cover b)Lube Oil

NOTE : Banking charge in the country of the foreign bidder shall beborne by the bidder.

5.2 When only domestic bids are involved :

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

(A) Total Material Cost(B) Cost of Spares(C) Pre-despatch/shipment Inspection charges, if any(D) Packing and Forwarding Charges(E) Total Ex-works value, ( A + B + C+D) above(F) Excise Duty with Cess, (Please indicate applicable rate of Duty)(G) Sales Tax, (Please indicate applicable rate of Tax)(H) Total FOR Despatching station price, (E + F+G ) above(I) Road Transportation charges to Duliajan(J) Insurance Charges(K) Assam Entry tax, if any(L) Total FOR Duliajan value, (H + I + J+K ) above(M) Installation / Commissioning & Training charges(N) Total Value, (L+M ) above(O) Total value in words :

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 onimported raw material and components etc, and applicable terminalexcise duty on the finished products and Sales Tax) excluding inlandtransportation to destination and Insurance charges worked out as perPara 5.2 above and Total Value of the foreign bidder worked out as perPara 5.1 above excluding inland transportation to destination will becompared. No price preference will be allowed to indigenous biddersexcept that for capital goods, the domestic manufacturers would beaccorded 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 forWorld Bank Funded project to the satisfaction of OIL. When more thanone domestic bidders fall within price preference range, inter-se-rankingwill be done on Total Value basis.

6.0 Other terms and conditions of the enquiry shall be as per General Terms andConditions for Global Tender. However, if any of the Clauses of the BidRejection Criteria / Bid Evaluation Criteria (BEC / BRC) mentioned herecontradict the Clauses in the General Terms & Conditions of Global Tender ofthe tender and/or elsewhere, those mentioned in this BEC / BRC shallprevail.

Page 18: Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan – …€¦ ·  · 2017-11-072.0 LUBRICATING OIL SYSTEM a)Lube Oil Sump: Shallow Oil Pan with drain cover b)Lube Oil

ANNEXURE C

TECHNICAL CHECK LISTPART -I TECHNICAL

The following check list must be completed and returned with the offer. Please ensurethat all these points are covered in your offer. These will ensure that your offer isproperly evaluated. Please indicate details or Yes / No. as applicable to the followingquestion, in the right hand column.

Sl.No. PARAMETERS/REQUIREMENTS

BIDDER’SOFFER

(To indicatedetails or yes/no,

as applicable)

REMARKS, IFANY

1Whether quoted as OEM / Authorized dealerof OEM?Whether documentary evidences submitted?

2Whether separately highlighted deviation fromthe technical specification?

3Whether a detailed specification of Engine asper NIT specifications with manufacturer’stechnical literature / catalogue enclosed?

4Whether the offered engine is compatible tobe fitted with existing Allison transmission asper NIT specifications?

5Whether test certificate of the engine will besubmitted?

6Whether Installation / commissioning of theengine offered as per NIT specifications?

7Whether spare parts for 10 years shall beavailable?

8

Whether CMRI (India) certificate or equivalentcertificate and DGMS (India) or equivalentcertificate from competent authority from thecountry of origin for Electrical & Chargingsystem of the Engine will be provided?

9 Make & Model of Engine

10 Make & Model of Air Compressor

11 Make & Model of Steering pump

Page 19: Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan – …€¦ ·  · 2017-11-072.0 LUBRICATING OIL SYSTEM a)Lube Oil Sump: Shallow Oil Pan with drain cover b)Lube Oil

12 Make & Model of Air Shut off Device

13 Have you met all BEC / BRC clauses?

Part II DOCUMENTATIONS

Sl.No. DESCRIPTIONS

DOCUMENTENCLOSEDYes or No

REMARKS, IFANY

1Whether Maintenance & Operators Manual,Engine built up records, Parts list of enginein soft as well as hard copy provided?

2 Whether documents of Lubrication, fuel,hydraulic & electrical system of the engineprovided?

3 Whether documents of Performance ratingcurves of the engine provided?

4 Whether documents of Specific fuelconsumption of the engine provided?

5 Whether documents of Emission norms ofthe engine provided?

6 Whether documents of Heat load calculationof the engine provided

7 Whether sketch / drawing for steering pumpdrive provided?

8 Whether drawing of dimensional layoutdiagram with foot print of the engineoffered?

OfferRef....................................................................................dated: ..............................

OIL's Tender No. .................................

Signature _________________________

Name _________________________

Designation _________________________

Date _________________________

Page 20: Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan – …€¦ ·  · 2017-11-072.0 LUBRICATING OIL SYSTEM a)Lube Oil Sump: Shallow Oil Pan with drain cover b)Lube Oil

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. PLEASESELECT 'YES' OR 'NO' TO THE FOLLOWING QUESTIONS, IN THE RIGHT HANDCOLUMN.

1 Whether quoted as manufacturer ?

2 Whether quoted as Supply House / Distributor. ToSpecify :

3 If quoted as Supply House / Distributor,

(a) Whether submitted valid and proper authorizationletter from manufacturer confirming that bidder istheir authorized Supply House for the product offered?(b) Whether manufacturer’s back-upWarranty/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) Whether Bid Bond is valid till 26.02.2014

6 Whether offered firm prices ?

7 Whether quoted offer is valid for 180 days from thedate of closing of tenders ?

Page 21: Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan – …€¦ ·  · 2017-11-072.0 LUBRICATING OIL SYSTEM a)Lube Oil Sump: Shallow Oil Pan with drain cover b)Lube Oil

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 9.0 of BRC vide Annexure – B)

14 Whether the Recommended Spares for 2 years ofoperations quoted?

15 Whether quoted all the items of tender ?

16 Whether indicated the country of origin for the itemsquoted?

17 Whether technical literature / catalogue enclosed?

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

19 Whether installation & Commissioning chargesapplicable?

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

21

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

22Whether confirmed that all Service, Income,Corporate tax etc. applicable under installation &Commissioning are included in the prices quoted?

23

Whether confirmed acceptance of tender PaymentTerms of 80% against shipment/dispatch documentsand balance 20% after successful installation &commissioning ?

Page 22: Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan – …€¦ ·  · 2017-11-072.0 LUBRICATING OIL SYSTEM a)Lube Oil Sump: Shallow Oil Pan with drain cover b)Lube Oil

24For Foreign Bidders - Whether offered FOB / FCAport of despatch including sea / air worthy packing &forwarding?

25 For Foreign Bidders – Whether port of shipmentindicated. To specify:

26 For Indian bidders – Whether indicated the placefrom where the goods will be dispatched. To specify :

27 For Indian bidders – Whether road transportationcharges up to Duliajan quoted ?

28 For Indian Bidders only - Whether offered Ex-worksprice including packing/forwarding charges ?

29 Whether Indian Agent applicable ?

30 If YES, whether following details of Indian Agentprovided ?(a) Name & address of the agent in India – Toindicate

(b) Amount of agency commission – To indicate

(c) Whether agency commission included in quotedmaterial value?

31 Whether weight & volume of items offered indicated?

32 Whether charges towards Pre-despatch/shipmentinspection applicable?

33 If Pre-despatch/shipment inspection & testingcharges applicable, whether quoted separately?

34 Whether confirmed to submit PBG as asked for inNIT ?

35 Whether agreed to submit PBG within 30 days ofplacement of order ?

36 For Indian Bidders only - Whether indicated importcontent in the offer ?

37 For Indian Bidders only - Whether deemed exportquoted?

38 For Indian Bidders only – Whether all applicableTaxes & Duties have been quoted ?

39 Whether all BRC/BEC clauses accepted ?

40Whether Integrity pact with digital signature uploaded?

OFFERREF

Page 23: Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan – …€¦ ·  · 2017-11-072.0 LUBRICATING OIL SYSTEM a)Lube Oil Sump: Shallow Oil Pan with drain cover b)Lube Oil

NAMEOF THEBIDDER

Page 24: Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan – …€¦ ·  · 2017-11-072.0 LUBRICATING OIL SYSTEM a)Lube Oil Sump: Shallow Oil Pan with drain cover b)Lube Oil
Page 25: Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan – …€¦ ·  · 2017-11-072.0 LUBRICATING OIL SYSTEM a)Lube Oil Sump: Shallow Oil Pan with drain cover b)Lube Oil

Note: All dimensions are in mm

Outfit Engine Dimensons with footprint- Sketch No.3 [Kremco-K600]32

0

1550

1830

( o

rgin

al 1

650)

330

Rad

iato

ren

d

Flyw

heel

end

Foot print of Engine

740

970 (radiator)

740

1520

2410

590

4 bolts 5/8"

368

Base plate of height200

Bolts with5/8" dia

eng.C/L

630

2720

CANOPY DIMENSION

1500

95

100

Page 26: Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan – …€¦ ·  · 2017-11-072.0 LUBRICATING OIL SYSTEM a)Lube Oil Sump: Shallow Oil Pan with drain cover b)Lube Oil