60
Issued to M/s. ____________________________________ (Name & Address of Firm) ____________________________________ _____________________________________ Signature of Tender Issuing Officer: FORWARDING LETTER Tender No. JID 7753 P11 Dear Sirs, Sub : Supply, Installation, Testing, Commissioning and Handing over of 125 KVA DG Set with Acoustically treated Enclosure for Office Building of Oil India Limited in its Rajasthan Project, Jodhpur. 1.0 Rajasthan Project of Oil India Limited (OIL), a Govt. of India Enterprise, is engaged in Exploration and Production of Natural Gas from the Jaisalmer Basin and Heavy Oil (crude) from Bikaner-Nagaur Basins of Western Rajasthan, India. The Project office at Jodhpur, Rajasthan is well connected by Air, Rail and Road. 2.0 In connection with its operations in Rajasthan, OIL invites Bids from competent and reputed Indian Firms only, for Supply, Installation, Testing, Commissioning and Handing over of 125 KVA DG Set with Acoustically treated Enclosure for Office Building of Oil India Limited in its Rajasthan Project, Jodhpur. One complete set of bid document covering OIL's tender for above material / services is issued herewith. The tender document comprises of the following parts Part-I: Instruction to bidders Part-II: Scope of supply/work (Page 11 to 35) Part-III: General Terms and Conditions for indigenous tender (MM/OIL(RP)/INDIGENOUS TENDER/2009) 3.0 You are requested to send your most competitive bid well before the scheduled bid closing date and time. For your ready reference, few salient points (covered in details in this Bid document) are high-lighted below: i) Tender No. & Date JID 7753 P11 Dated 17/04/2010 ii) Type of Bidding Single Stage - Two Bid iii) Bid Closing Date & Time 25/05/2010(15-00 hrs. IST)08 iv) Technical Bid Opening Date & Time 25/ 05/2010(15-15 hrs. IST)08 v) Commercial Bid Opening Date & Time Qualified bidders will be intimated nearer the time. vi) Bid Submission Place OIL INDIA LIMITED 12, Old Residency Road Jodhpur – 342 011, RAJASTHAN vii) Bid Opening Place Chief Manager’s office at Jodhpur viii) Bid Security Rs. 50,000/- (non-interest bearing) [PSUs & SSI units are exempted] ix) Performance Bank Guarantee PBG@10% of the estimated contract value 3.0 OIL now looks forward to your active participation in the tender. Yours faithfully, OIL INDIA LIMITED (P. DAS) CHIEF MANAGER (M&C) FOR EXECUTIVE DIRECTOR (RP) Rajasthan Project 12 Old Residency Road, Jodhpur Rajasthan, India. Phone/Fax -0291-2438174 Email: [email protected] Srl. No._________

Tender JID7753P11 for 125KVA DG Set for - Oil Indiaoil-india.com/pdf/tenders/national/JID7753P11.pdf ·  · 2017-11-07Part-II: Scope of supply/work (Page 11 to 35) Part-III:

Embed Size (px)

Citation preview

Issued to M/s. ____________________________________ (Name & Address of Firm) ____________________________________

_____________________________________ Signature of Tender Issuing Officer:

FORWARDING LETTER Tender No. JID 7753 P11

Dear Sirs, Sub : Supply, Installation, Testing, Commissioning and Handing over of 125 KVA DG Set with

Acoustically treated Enclosure for Office Building of Oil India Limited in its Rajasthan Project, Jodhpur.

1.0 Rajasthan Project of Oil India Limited (OIL), a Govt. of India Enterprise, is engaged in Exploration and

Production of Natural Gas from the Jaisalmer Basin and Heavy Oil (crude) from Bikaner-Nagaur Basins of Western Rajasthan, India. The Project office at Jodhpur, Rajasthan is well connected by Air, Rail and Road.

2.0 In connection with its operations in Rajasthan, OIL invites Bids from competent and reputed Indian Firms only,

for Supply, Installation, Testing, Commissioning and Handing over of 125 KVA DG Set with Acoustically treated Enclosure for Office Building of Oil India Limited in its Rajasthan Project, Jodhpur. One complete set of bid document covering OIL's tender for above material / services is issued herewith. The tender document comprises of the following parts

Part-I: Instruction to bidders Part-II: Scope of supply/work (Page 11 to 35) Part-III: General Terms and Conditions for indigenous tender (MM/OIL(RP)/INDIGENOUS TENDER/2009)

3.0 You are requested to send your most competitive bid well before the scheduled bid closing date and time. For

your ready reference, few salient points (covered in details in this Bid document) are high-lighted below:

i) Tender No. & Date JID 7753 P11 Dated 17/04/2010 ii) Type of Bidding Single Stage - Two Bid iii) Bid Closing Date & Time 25/05/2010(15-00 hrs. IST)08 iv) Technical Bid Opening Date & Time 25/ 05/2010(15-15 hrs. IST)08 v) Commercial Bid Opening Date & Time Qualified bidders will be intimated nearer the time. vi) Bid Submission Place OIL INDIA LIMITED

12, Old Residency Road Jodhpur – 342 011, RAJASTHAN

vii) Bid Opening Place Chief Manager’s office at Jodhpur viii) Bid Security Rs. 50,000/- (non-interest bearing)

[PSUs & SSI units are exempted] ix) Performance Bank Guarantee PBG@10% of the estimated contract value

3.0 OIL now looks forward to your active participation in the tender. Yours faithfully, OIL INDIA LIMITED (P. DAS) CHIEF MANAGER (M&C) FOR EXECUTIVE DIRECTOR (RP)

Rajasthan Project 12 Old Residency Road, Jodhpur

Rajasthan, India. Phone/Fax -0291-2438174 Email: [email protected]

Srl. No._________

Page 2 of 60 Notice Inviting Tenders

Oil India Limited (OIL) invites Competitive Sealed bids from eligible bidders for the following services for its Rajasthan Project, Jodhpur.

Tender No. & Services Tender Fee Bid Closing Date

& Time Bid Opening Date & Time

JID 7753 P11 : Supply, Installation, Testing, Commissioning and Handing over of 125 KVA DG Set with Acoustically treated Enclosure for OIL’s Office Building at Jodhpur

Rs. 500/- 25/05/2010 15:00 Hrs.

IST

25 /05/2010 15:15 Hrs.

IST

2. Non-transferable bid documents can be obtained from any of the following offices of OIL on application and payment of non-refundable tender fee (PSU and SSI Units are exempted) as indicated above through crossed demand draft drawn in favour of Oil India Limited payable at Jodhpur /New Delhi /Kolkata. Tender documents will be on sale from 22nd April 2010 till one day prior to the scheduled Bid Closing Date.

Executive Director (RP) Oil India Limited 12, Old Residency Road Jodhpur- 342011

Sr. Advisor (C&P) Oil India Limited Plot No. 19, Sector-16A NOIDA -201301

Head (Kolkata Branch) Oil India Limited 4, India Exchange Place Kolkata- 700001

3. OIL reserves the right to refuse issue of tender document to such parties, about whose

competence OIL is not satisfied, even on payment of tender fee. Company’s decision in this regard shall be final.

4. OIL reserves the right to reject any/all bids and cancel the tender without assigning any

reason whatsoever.

(Please visit www.oil-india.com for details)

Page 3 of 60 PART-I

INSTRUCTION TO BIDDERS

1.0 SUBMISSION OF OFFER: 1.1 Bids are invited under Single Stage Two Bid System. Accordingly, bidders shall prepare the technical and commercial bids in triplicate separately. The Technical Bid should contain all the techno-commercial details of the offer including the commercial terms and conditions excepting the prices which should be kept blank. The commercial Bid should contain the price schedule as per Annexure II (Page – 54) and Para 1.15 (Page-6) below including all the commercial terms and conditions of the offer. The original of both Technical & Priced Bid in bidder’s own original letterhead duly signed by the authorized signatory and stamped should be marked as ORIGINAL and the two copies as DUPLICATE & TRIPLICATE respectively. The Technical and the Priced Bid in triplicate shall be put in two separate envelopes bearing the following details on the top left hand corner : i) OIL’s Tender No. : JID7753P11 ii) Bid Closing Date : 25/05/2010 iii) Brief description of materials iv) Technical (Un-priced) / Priced Bid v) Bidder’s name, official address with Phone No. & E-mail address Both the envelopes containing the “Un-priced Bid” and “Priced Bid” shall then be put inside another envelope superscribing the Tender No., Bid Closing Date, Bidder`s name and brief description of materials on the top left hand corner and addressed to EXECUTIVE DIRECTOR (RP), Attn : Chief Manager(M&C), OIL INDIA LIMITED, RAJASTHAN PROJECT, 12 OLD RESIDENCY ROAD, JODHPUR – 342 011. 1.2 The prices offered shall be held firm through delivery and not subject to variation on any account. A bid submitted with an adjustable price shall be treated as non-responsive and rejected. 1.3 Bidders must confirm that Goods, materials or plant(s) to be supplied (in the event of an

order) shall be new, of recent make and of the best quality and workmanship and shall be guaranteed for a period 18(eighteen) months from the date of dispatch or twelve months from the date of commissioning whichever is earlier against any defects arising from faulty materials, workmanship or design. Defective goods/ materials or parts notified by OIL shall be replaced immediately by the supplier at the supplier’s expenses. The relevant Warranty/ Guarantee Certificate should be submitted at the time of delivery of the DG Set. Test Certificate of the Alternator should be submitted at the time of delivery.

1.4 BID SECURITY : The Technical (Un-priced) Bid must be accompanied by BID

SECURITY for Rs. 50,000/- (Rupees Fifty Thousand only) in the form of Bank Guarantee as per Annexure-IV (Page-56) from any nationalized scheduled Indian Bank valid for 6 months from the date of Bid Closing and enforceable at Jodhpur/Delhi/Kolkata or Bank Draft in favour of OIL INDIA LIMITED and payable at Jodhpur . Bids received without Bid Security will be rejected. The Bid Security will not accrue any interest.

Page 4 of 60 (Please refer to clause No. 6.0 of General Terms and Condition vide MM/OIL(RP)/INDIGENOUS TENDER/2009)

1.5 PERFORMANCE SECURITY : 1.5.1 The successful bidder shall furnish the Performance Security @ 10% of the order

value in the form enclosed (Annexure V, Page 57) herewith within 30 days of the receipt of LOI failing which OIL reserves the right to cancel the order and forfeit the Bid Security. Bidder should undertake in his bid to submit Performance Security as stated above.

1.5.2 The Performance Security must be valid for one year from the date of successful commissioning of the equipment at site, where commissioning is involved or 18 months from the date of shipment whichever is earlier. Bidders must confirm the same in their Technical Bids. (Please refer to clause No. 7.0 of General Terms and Condition vide MM/OIL(RP)/INDIGENOUS TENDER/2009)

1.6 The bidders, in their own interest are advised to drop their bids personally in the

TENDER BOX kept in the Chief Manager (M&C)’s Office, at OIL, Jodhpur. Alternately, they may send the same through registered post. The Company will not be responsible for any delay, wrong delivery or non-delivery of the bids due to any reason.

1.7 Bids received after the Bid Closing date and time will be summarily rejected. No

correspondence will be entertained regarding extension of Bid Closing date or delay in receipt of bid by the Company. Further more, the Company will not entertain any interim correspondence from the bidders after the Bid Closing date regarding the status of their bid.

1.8 Original bid should be submitted in sealed envelope. No bids should be sent by Telex,

Cable, E-mail or Fax. Such bids will not be accepted. 1.9 The bid will be opened on the above mentioned Bid Closing date & time in presence of

the duly authorized representatives of the bidders, if any, in the office of Chief Manager(M&C), OIL INDIA LIMITED at Jodhpur.

1.10 In the event of receipt of only a single bid against the tender on the B.C. date, OIL

reserves the right to extend the B.C. date as deemed fit by the company. During the extended period, the bidders who have already submitted the bids on or before the original B.C. date, shall not be permitted to revise their bids.

1.11 BID REJECTION CRITERIA (TECHNICAL) :

The bids must conform to the specifications, terms, and conditions given in the NIT. Bids shall be rejected in case the items offered do not conform to the required minimum / maximum parameters stipulated in the technical specifications and to the respective international/national standards wherever stipulated. Notwithstanding the general conformity of the bids to the stipulated specifications and terms and conditions, the following requirements shall have to be particularly met by the bidders, without which the offer will be considered as non-responsive and rejected:

Page 5 of 60 1. Bidders should have the experience of successful execution (including supply,

installation, commissioning and testing of diesel engine driven generating set of capacity 125 KVA or above ) of at least one order in PSU, Central Govt. or any other reputed Public Limited Company in the last 5 (five) years preceding from the bid closing date of this Tender. Documentary evidence in this regard must be provided along with the Technical (Un-priced) Bid.

2. Bidder should be an OEM or authorized dealer of OEM either of engine or alternator. 3. If the bidder is an OEM of the engine or their authorized dealer, then the bidder must

purchase the alternator from the OEM (of alternator) or their authorized dealer and vice versa and necessary documentary evidence (i.e. authorization certificate) from the OEM must be submitted along with the bid.

4. If the bidder is an assembler of generating set, the bidder must purchase the engine and

the alternator from OEM or their authorize dealer only and should submit the authorization certificate from the OEM as assembler, failing which offer will be rejected.

5. Bidder must fill the data sheet provided in Annexure I, II & II of Part II of the Tender. 6. Bidder must give an undertaking in their Bid that the equipment offered and to be

supplied is not going to be obsolete for next ten (10) years from the Bid Closing date and provision for supplying spares of the equipment will be continued.

7. Bids offering other than the specified make (both engine and alternators) will be

straightway rejected.

1.12 BID REJECTION CRITERIA (COMMERCIAL) :

a) Bidders shall offer firm price through delivery and not subject to variation on any account. Bids with adjustable price shall be treated as non responsive and rejected.

b) Validity of the Bids shall be minimum 4 months (120 days) from the bid opening date. Bids with lesser validity will be rejected.

c) Bids received after bid closing date and time shall be rejected. Also, modification of Bids received after Bid Closing date/time shall not be considered.

d) Bids received from unsolicited parties shall be rejected. e) Bids shall be typed or written in indelible ink and Original bid shall be signed by the

bidder or his authorised representative on all pages failing which the bid shall be liable for rejection.

f) Offers received through Fax / E-mail/telephone shall be rejected unless specifically asked for in writing. Similarly offers received as Xerox/ photocopy which is not on original letterhead of the Bidder & not duly signed & stamped will be rejected.

g) Bids shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by bidder, in which case such corrections shall be initialed by the person (s) signing the bid. Any bid not meeting this requirement shall be liable for rejection.

h) Any bid containing incorrect statement will be rejected i) Bids without Bid Security as per Para 1.4 and confirmation regarding submission of

requisite Performance Security as per Para 1.5 will be rejected.

Page 6 of 60 j) Bids not submitted in compliance with Special methods of marking & sealing under

Single Stage / Two Bid system mentioned in Para 1.1 will be rejected. k) The Technical bid that contains any price details will be out rightly rejected. l) Bidders must submit proper valid authorisation certificate along with the warranty back-

up from OEM (whose product is offered) failing which offer shall be liable for rejection. (Please refer to clause No. 34.0 of General Terms and Condition vide MM/OIL(RP)/INDIGENOUS TENDER/2009)

1.13 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 and such clarification fulfilling the BRC clauses in toto must be received on or before the stipulated deadline, failing which the offer will be summarily rejected.

1.14 BID EVALUATION CRITERIA :

(Please refer to clause No. 35.0 of General Terms and Condition vide MM/OIL(RP)/INDIGENOUS TENDER/2009)

1.15 Bidders are required to submit the summary of the prices in their commercial bids

as per bid format (Summary), given below:

Commercial Bid Format (Summary) for Bidders: (A) Total Material cost of 1(One) no. Gen. Set (B) Packing and Forwarding Charges (C) Total Ex- works value, (A+B) above (D) Excise Duty, (Please indicate applicable rate of Tax) (E) Education cess@3% of ED (F) Sales Tax, (Please indicate applicable rate of Tax) (G) Total FOR Manufacturing station price, (C+D+E+F) above (H) Road Transportation Charges including loading and unloading of Genset at

OIL’s office building at Jodhpur (I) Insurance Charges (J) Installation / Commissioning Charges including Service Tax (K) Inspection/ Testing Charges, if any (L) Total Value (G+H+I+J+K) (M) Total value in words: (N) Gross Weight: (O) Gross Volume:

1.16 In case of any conflict between the Bid Rejection/Evaluation criteria stipulated in the

General Terms and Condition vide MM/OIL(RP)/INDIGENOUS TENDER/2009 with that given in the Invitation for Bid, those mentioned in the Invitation for Bid will prevail.

Page 7 of 60 1.17 Installation / Commissioning charges should be quoted separately which shall be

considered for evaluation of the offers. These charges should include amongst others to and fro fares, boarding/ lodging and other expenses of the Commissioning Engineers during their stay in Rajasthan. All personal, Income and service Tax etc. towards the services provided by the supplier shall be borne by the supplier and will be deducted at source. Bidder should also confirm about installation/ commissioning in the Technical Bid.

1.18 Inspection/ Testing charges, if any, shall be quoted separately which shall be considered

for evaluation of the offers. The to and fro fares, boarding/ lodging and other enroute expenses of OIL’s Inspection Engineers for carrying out inspection shall be borne by OIL. Any offer not quoting the installation/ commissioning and Inspection/ Testing charges shall be loaded with the maximum charges for the same received against the tender for the evaluation purposes. Moreover if any bidder does not categorically confirm about the service/ Income Taxes etc. in their offer, then such offers shall be loaded with the applicable rate of Tax for evaluation purposes.

2.0 Bidders are required to quote validity, delivery period, Taxes and Duties, Packing &

Forwarding charges, freight charges upto OIL's Office, Jodhpur, Payment Terms etc. in their Offer.

3.0 The Company reserves the right to accept or reject all Bids and to annul the bidding

process and reject all Bids at any time prior to award of Agreement without thereby incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidders or bidders of the grounds for Company’s action.

4.0 General Health, Safety and Environment aspects will be as per the terms set forth in

Appendix –A 5.0 SET OFF:- “Any sum of money due and payable to the Supplier (including security

Deposit refundable to them) under this or any other contract may be appropriated by the Company and set off against any claim of the Company (or such other person or persons contracting through the Company) for payment of a sum of money arising out of this contract or under any other contract made by the Supplier with the Company (Or such other person or persons contracting through the Company)”

6.0 CHECK LIST :

THE CHECK LIST MUST BE COMPLETED AND RETURNED WITH THE BID. PLEASE ENSURE THAT ALL THE POINTS ARE COVERED IN YOUR BID THESE WILL ENSURE THAT YOUR BID IS PROPERLY EVALUATED. PLEASE TICK MARK 'YES' OR 'NO' TO THE FOLLOWING QUESTIONS, IN THE RIGHT HAND COLUMN. 1. Please tick the box whichever is applicable and cross the box (es) whichever is/are not applicable. 2. Please sign each sheet. 3. The check-list duly filled in must be returned along with the bid. __________________________________________________________________

Page 8 of 60 TECHNICAL

1. Whether quoted as OEM or authorized dealer of engine and whether documentary evidences submitted? YES/NO 2. Whether quoted as OEM or authorized dealer of Alternator and whether documentary evidences submitted? YES/NO 3. Whether quoted as OEM or authorized dealer of generating set and whether documentary evidences submitted? YES/NO 4. Whether quoted as OEM Approved Assembler or his Authorized representative? YES/ NO 5. Whether separately highlighted and deviation from the technical specification? YES/NO 6. Whether detail specifications of Alternator with manufactures technical literature/ catalogue enclosed? YES/NO 7. Whether Test Certificates of Alternator and Control Panel will be submitted? YES/NO 8. Whether two sets of installation/ commission, maintenance manual shall be submitted? YES/NO 9. Whether spare parts shall be available for 10 years after supply of equipment? YES /NO 10. Whether power and wiring diagram of Alternator Control Panel submitted? YES/NO 11. Whether bill of materials of control panel submitted? YES/NO 12. Whether confirmed that control panel drawing shall be approved by OIL before manufacturing in the event of placement of order? YES/NO 13. Whether the offered alternator is suitable for continuous duty? YES/NO 14. Whether the offered engine is naturally aspirated /Turbo charged? YES/NO 15. Whether offered engine conforms to ISO 3046 / IS 10000 / BS 5514 specifications? YES/NO

COMMERCIAL 1.0 Whether proof of purchasing tender documents has been enclosed with the offer? Yes No Not applicable 2.0 Has the offer been submitted in triplicate? Yes No

3.0 Has it been ensured that there are no over-writings in the offer? Have corrections been

properly attested by the person signing the offer?

Yes No 4.0 Are the pages of the offer consecutively numbered and an indication given on the front of the

offer as to how many pages are contained in the offer?

Yes No

Page 9 of 60 5.0 In case the Bidder is a supply house, whether authorisation from the manufacturer,

authorising him to bid, has been enclosed with the offer?

Yes No Not applicable 6.0 Have you offered Firm prices?

Yes No 7.0 Have you indicated Currency of the quoted price?

Yes No 8.0 Whether the period of validity of the offer is as required in bidding document?

Yes No 9.0 Have you indicated Firm Delivery?

Yes No 10.0 Whether Original Bid Security has been enclosed with the offer (if called for)?

Yes No Not applicable 11.0 Whether confirmation regarding submission of Performance Security has been furnished (if

called for)?

Yes No Not applicable 12.0 Whether confirmation regarding guarantee/warranty has been furnished ?

Yes No 13.0 Whether gross weight/volume of the consignment has been furnished ?

Yes No Not applicable 14.0 Whether the cost of Third party inspection charges has been furnished in the offer (if called

for)?

Yes No Not applicable 15.0 Whether the cost of installation/erection/commissioning at site has been furnished in the

offer (if called for)?

Yes No Not applicable 16.0Whether the cost of Training has been furnished in the offer (if called for)?

Page 10 of 60 Yes No Not applicable

17.0 Has the Exceptions/Deviations Proforma (if any) has been enclosed with the offer ? Yes No 18.0 In case Antidumping duty is applicable, whether confirmation to bear the Antidumping duty

by the Bidder has been made in their Bid? Yes No Not applicable 19.0 Whether firm Ex-works and FOR destination prices have been quoted by indigenous

bidders Yes No 20.0 Have you indicated import content in your offer? Yes No 21.0 Have you indicated factory address and other Excise information ? Yes No 22.0 If the tendered item qualifies for Deemed Export Benefit, whether the Bidder has quoted

their price after taking into account various incentives and concessions granted to them under Deemed Export Benefits Scheme?

Yes No Not applicable Offer Ref .........................................Dated................................................ OIL's Tender No. .............................Signed …………......…....................... For & on behalf of ...........................Designation.................................................

*******

Page 11 of 60

PART – II

TENDER NO. JID 7753 P11

125 KVA DIESEL ENGINE DRIVEN GENSET WITH ACOUSTICALLY TREATED ENCLOSURE FOR OFFICE BUILDING OF OIL’S RAJASTHAN PROJECT, JODHPUR DETAILED TECHNICAL SPECIFICATIONS, SPECIAL NOTES AND OTHER TERMS AND CONDITIONS FOR 125 KVA DIESEL ENGINE DRIVEN GENERATING SET WITH ACOUSTIC ENCLOSURE 1.0 LOCATION : Office of OIL INDIA LIMITED RAJASTHAN PROJECT 12, OLD RESIDENCY ROAD JODHPUR – 342011 RAJASTHAN 2.0 SITE CONDITION :

1. a) Maximum Ambient air temperature : 50 º C b) Minimum Ambient air temperature : 2.0 º C 2. Maximum humidity at site ( at 40 º C) : 52 % 3. Surrounding atmospheric condition : Dry 4. Site altitude : 200 mtr 5. Seismic design co-efficient : As per IS : 1983 6. Rainfall : 27.94cm annually (average)

3.0 SCOPE OF SUPPLY :

3.1 Supply involving loading, transportation, unloading, erecting, testing and commissioning etc. of Silent Type Diesel Generating Sets of 125 KVA, turbo charged with AMF, 3 phase & neutral, 50 c/s. 415 A.C. rating, comprising following Diesel Engine, Heat Exchanger with Oil Cooler, Alternator, Sound Attenuated Acoustic Enclosure as detailed in of Technical Specifications and other associated accessories.

3.2 The make of the Engine should be restricted to following makes only : i) CUMMINS ii) KIRLOSKAR 3.3 The make of the Alternator should be restricted to following makes only : i) STAMFORD ii) CROMPTON GREAVES iii) CATERPILLAR 3.4 OTHER ITEMS : As per OIL’s technical specification,

Page 12 of 60 4.0 SCOPE OF WORK:

4.1 The offer shall cover complete supply, transportation, foundation, installation, testing and commissioning of diesel engine alternator set. All minor civil works including foundation, electrical and other works associated with testing, installation and commissioning of the sets shall be carried out by the Bidder as per specification and schedule of item. The bidder should quote for complete job to be executed under the works contract. The bidders are advised to inspect the site to obtain first hand information of all site conditions before tendering.

4.2 Fuel Oil System from day tank to engine.

4.3 Lub Oil System and speed governing system.

4.4 Alternator with excitation system and automatic voltage regulator (AVR) and necessary protection and metering CT's in terminal box of alternator.

4.5 Cooling system with Radiator.

4.6 Electrical Main Panel, Cabling, Earthing etc.

4.7 Obtaining statutory approval for DG set system.

4.8 Acoustic DG Set Enclosure conforming to CPCB specifications.

4.9 Erection, testing and final checking up to installation at site, commissioning and putting the DG sets into successful operation in co-ordination with Main Panel and AMF Panel.

AMF relay shall be used for auto ON and OFF in 125 KVA Generator Control Panel. The make of AMF relay shall be (a) EC1AMF relay, SECG/CSPC (control & Switch Gear protection) (b) CGM96SR, Conzerv Pvt. Ltd. (c) Legrand.

5.0 EQUIPMENTS & SERVICES EXCLUDED FROM THE SCOPE OF THIS

SPECFICATION: All except minor civil works and foundation/platform for DG set is excluded from the

Supplier's scope of work. 6.0 DESIGN : The design and workmanship shall be in accordance with the best engineering practices,

to ensure satisfactory performance and service life. The equipment offered by the supplier shall be complete in all respects. Any material or accessories, which may not have been specifically mentioned, but which are useful and necessary for the satisfactory and trouble free operation and maintenance of the equipment, shall be provided without any extra cost to the purchaser.

7.0 CODES & STANDARDS : The design construction, manufacture, inspection, testing and performance shall comply

with all the currently applicable statues, safety codes, relevant Bureau of Indian Standards (BIS) British Standards (BS), International Electro Technical Commission (lEC) Publication, NEMA, VDE and DEMA Standards.

Some of the applicable Standards are listed below: IS 1601 : Performance and testing of IC engines for General Purpose.

Page 13 of 60 BS-649 : Performance and testing of diesel engines for General Purpose. IS-4722 : Rotating electrical machines. IS-4889 : Method of determination of efficiency of Rotating Electrical machinery. IS-6491 : Degree of protection provided by enclosures for Rotating Electrical machinery. IS-4729 :Measurement and evaluation of vibration of Rotating Electrical machines.

AIEE-606(1959): Recommended specification for speed governing of internal combustion engine generator units

IS-2705 : Current transformers. IS-1248 : Electrical indicating instruments. 180-8528 : Reciprocating IC engine driven AC Gensets Section (part II) 8.0 GENERAL : 8.1 The DG set shall be silent type, water cooled with radiator, manually and automatically

operated, designed for continuous operation at 100% load at 100% time duty operation except the time required for periodic maintenance. The DG set shall comprise diesel engine, coupled to four pole alternator on a single frame with integrated microprocessor based genset monitoring and control system having self regulated, brushless/static excitation system.

8.2 All equipment shall be of the class most suitable for working under the conditions

specified and shall withstand the atmospheric conditions without deterioration. 8.3 The supplier shall also indicate in his offer the time schedule for routine maintenance /

overhauling operations necessary for continuous satisfactory operation of DG set.

9.0 PERFORMANCE REQUIREMENT: 9.1 The equipment shall be capable of delivering continuously at the generator terminals,

100% output at 100% load at 100% time except for periodical maintenance when operating under the site and ambient conditions described in this specification sheet. The DG set should have minimum 50% single step loading capacity and it should be able to take full load within 25 seconds from start.

The design parameters of the generator and excitation system shall be so chosen, that the

set is stable while running at any load between no-load and full load. It should have synchronous speed control with load sensing governing system and should be capable of paralleling between sets at synchronous speed.

9.2 The Engine should be heavy duty four stroke, turbo charged, after cooled, V construction

Electrical starting. The Engine should have minimum lube oil change period of 500 hrs. 9.3 The DG set should be capable of running at 100% load continuously for minimum 500

hours before any change of lube oil or filters.

Page 14 of 60 9.4 Supplier to specify and guarantee maintenance contract cost and to give an undertaking to

take a comprehensive maintenance contract at a price with draft scheme papers. 9.5 One common base frame shall be provided for mounting the engine and alternator,

complete with electric suspension 'between generating set and foundation, leveling lines etc. as required.

9.6 All externally mounted hardware shall be of high tensile steel only. 9.7 The normal speed of engine shall preferably be 1500 RPM at standard operating

conditions as per BS - 5514 and the direction of rotation shall be clearly marked on the set.

9.8 The engine shall be fitted with an exhaust gas driven turbo charger of water cooled type

complete with its own self contained lubricating system. The turbo charger shall be positioned at the free end of the engine. The turbo charger will be provided with a provision to check its lube oil level.

9.9 The engine shall be fitted with a charge air intercooler of the air/water type. Air from the

turbocharger compressor passes through the inter cooler and then to the engine manifold. The intercooler shall be of tubular construction or as per manufacturer’s design with aluminium bronze tubes, mild steel sheet and cast iron water headers.

9.10 The engine shall be capable of starting and operating for a few minutes without water for

cooling. Supplier shall indicate the maximum time for which the diesel engine can so operate.

10.0 FUEL OIL SYSTEM : 10.1 The manufacturer shall furnish a 3 mm thick mild steel day tank of 500 ltr. capacity. The

day tank shall be suitably located in the acoustic enclosure and shall be complete with gauge glasses, filling, draining and vent connection with brass float valve and level switch for low and high level alarm.

10.2 The fuel oil system shall be provided with full flow duplex oil cartridge filter having the provision to change them while DG is running. 10.3 The fuel oil system shall be equipped with a crankshaft driven fuel oil transfer pump,

which will draw the fuel oil from the day tank via filters and shall be as per the engine manufacturer design.

10.4 Direct injection system shall be designed, taking into account the type of fuel used,

engine speed, etc. so as to achieve safe knock tree performance with low emission smoke exhaust. Exhaust system pollution level shall be indicated and has to be got approved from concerned authorities.

10.5 The interconnected piping from day storage tank to engine together with piping, fitting,

relief valves, return line of surplus oil from the injectors and other accessories shall be supplied & erected by the supplier without any extra charge.

10.6 Engine will be supplied with fuel leakage module to detect the fuel leakage from the

engine and transfer it back to day tank for reuse.

Page 15 of 60 11.0 LUBRICATING OIL SYSTEM : 11.1 All lubricating parts of the engine shall be connected to pressurized lubricating oil

distributing piping system being continuously charged by gear type lube oil pump mounted at the free end of the engine, and driven From the engine crank shaft. The pumps shall take suction From a sump tank integral with the engine through a foot valve, suction filter through oil cooler, and deliver oil to a main supply header. High pressure oil shall be supplied to the main and big end bearings, crankshaft bearings, governor, auxiliary drive gear etc. Suitable lubricating arrangement for engine cylinder valve gear, cams and pistons at the required level shall be arranged. A pressure relief valve shall be mounted on the main supply header for safety against too high pressure while starting with cold oil. A timer based auto running (auto priming pump) shall be provided to keep engine lubricated all the time.

11.2 All necessary accessories such as pressure gauges temperature indicators, pressure relief

valves, bypass valves, pressure switches shall be furnished within the contract without any extra charge.

12.0 COOLING SYSTEM : This section comprises of the supply, erection, testing and commissioning of the radiator

and axial flow fans conforming to the specifications and in accordance with the requirements as per equipment schedule.

13.0 ENGINE STARTING SYSTEM : The electric starting system shall comprise starter motor, starter batteries (minimum 2

No. of 180AH each) and battery charger and all the required instrument and accessories as required.

14.0 GOVERNING SYSTEM : 14.1 The governor shall be Electronic or Mechanical type. 14.2 EXHAUST SYSTEM : Engine exhaust system shall be fitted with residential type silencer, ducting, bends,

thermally insulated aluminum clad exhaust piping etc. shall be provided along with structural support with stays for the engine, fully insulated and suitably supported class 'B' MS Exhaust pipe of required size minimum 3.25m above the highest point of the terrace.

15.0 ENGINE MOUNTED INSTRUMENT PANEL : Engine will be supplied with engine mounted microprocessor based fully integrated

generating set monitoring, metering and control system which should be equipped with digital electronic governor along with digital AVR to starting control including integrated fuel ramping to limit the black smoke frequency overshoot with optimized cold weather starting. The indicating panel should have communication network facility to facilitate remote hooking on a common network. Engine instrument panel should be equipped with digital alarm and status mirage to monitor and display the following parameters of engine and generator.

Page 16 of 60 Engine Indicators Digital tachometer

Rurming hours counter

Starting attempts counter

Lube Oil pressure low (for idle and for rated speed) Lube Oil temperature high

Turbocharger oil level low

Coolant temperature high

Coolant pressure high

Exhaust gas temperature high

Over speed

Electrical Indicators 3 x current

3 x voltage

Frequency

Active power

Reactive power

Power factor

Frequency totalizer

Battery voltmeter

Signal alarms Cranking bar missing

Control panel fault

12 V or 24 V DC fault

Failure to start

Fuel day tank level low

Cooling Tower fan fault

Water temperature low (inhibits rated speed)

Battery low voltage

Controls and selectors Operating mode selector switch (stop, manual, auto, test)

Start/stop pushbuttons

Manual control selector switch (idle, rated, synchro, loading)

Emergency stop pushbutton

Fault reset pushbutton

Page 17 of 60 16.0 ALTERNATOR : 16.1 The alternator shall be industrial type, SPDP, 1P23, Class F or Class H insulation, self

ventilated, air cooled, rotating field, salient pole, brushless, machine with exciter and shall be rated continuous duty with temperature rise Class F or Class H. The alternator should comply to standard IEC, VDE, B S, ANSI.

16.2 The alternator shall have a continuous rating of not less than the value specified under

specific requirement in Annexure-I at 0.8 pf (lag) and the voltage specified 16.3 The short circuit ratio (SCR) of the generator at rated KV A and rated voltage shall not be

less than 0.5. 16.4 The alternator shall be capable of withstand without mechanical damage an over speed of

20% for a period of 2 minutes. 16.5 The alternator shall be capable of withstanding without damage/injury for three times the

line current for 10 seconds. 16.6 The alternator shall be capable of withstanding for fifteen (15) seconds. A current of fifty

(50) percent in excess of its rated current, the voltage being maintained as near the rated value as possible, consistent with max. capacity of the prime mover.

16.7 Six nos. embedded PT -100 of platinum to measure the winding temperature and 2 nos

bearing PT -100 to measure temperature shall be provided. 16.8 The leads of embedded WTDs shall be wired upto the terminal block in a separate

terminal box. Manufacturer shall indicate the setting values for each WTD/BTD for alarm and trip.

16.9 On line greasing facility with grease nipples and grease relief devices shall be provided. 16.10 All external nuts and bolts shall be of high tensile steel only. 16.11 Alternator shall be provided with anti -condensation space heater of adequate rating

suitable for 240V, 50 Hz, 1 ph A.C. supply and shall be wired upto a separate terminal box.

16.12 Two independent earth terminals on the frame, complete with nuts, spring washer and

plain washer shall be provided. 16.13 Alternator shall be provided with suitable terminal box for terminating bus duct. Suitable

arrangement shall be provided in the terminal box for formation of star point for alternator neutral earthing.

16.14 The alternator should be capable to sustain the unbalanced current between the phases

upto minimum 30% of rated current. 16.15 The radio interference should be within limit of the CISPR standard. 16.16 Alternator should be dynamically balanced complete with rotor and shaft. 16.17 The alternator should have double long life regreasible bearing. It should be flanged on

engine, connected with elastic coupling. The Alternator shall be capable of handling at least 50% non-linear load.

Page 18 of 60 17.0 EXCITATION SYSTEM : 17.1 The alternator shall be provided with a complete diode type brushless excitation system,

capable of supplying the excitation current of the generator under all conditions of output from no load to full load and capable of maintaining voltage of the generator constant at one particular value.

17.2 The exciter shall have class-F insulation. 17.3 The excitation system shall comprise a shaft driven AC exciter with rotating rectifiers.

The rectifiers shall have in-built protection for over-voltage. 17.4 The alternator should .be complete with shunt and booster excitation. The exciter shall be

fast response type and shall be designed to have a low time constant to minimize voltage transients under severe load changes. The excitation voltage response ratio shall be at least 0.8.

17.5 The rated current of the main exciter shall be at least 10% more than the alternator rated

exciter current and it shall have a 40% overload capability for 10 seconds. 17.6 No external supply shall be required during starting and normal running of the alternator. 18.0 AUTOMATIC VOLTAGE REGULATOR : 18.1 An automatic high speed, dead band type voltage regulator shall be provided complete

with all accessories. The regulation system shall be provided with equipment for automatic and manual control.

18.2 The regulator shall regulate the output voltage from generator current and potential

signals. Series compounding transformer shall be provided to A enable maintaining adequate terminal voltage in the event of terminal faults. Alternatively excitation system shall be provided with arrangement for field forcing. Supplier shall co-ordinate suitable of protection relays for generator with the operational characteristics of automatic voltage regulator, specially under short circuit conditions.

18.3 Voltage regulation and steady stage modulation shall be within + 1% of the line voltage

with manual voltage adjustment capability within + 5%. 18.4 Necessary equipment for field suppression and surge protection shall be provided. 18.5 The response time of the exciter and the generator shall be properly matched to avoid

hunting. 18.6 AVR system shall be provided with equipment for automatic and remote

operation/control as required.

Necessary equipment shall be furnished for the following : a) To prevent automatic rise of field voltage incase of failure of potential supply.

b) To initiate transfer from automatic to manual control of excitation on fuse failure

in the generator potential signal. Circuit to assure correct division of reactive power for parallel operation. The excitation and voltage regulation shall be designed to cause necessary de-excitation in case of short circuit. Cross current compensation circuit shall be provided.

Page 19 of 60 19.0 PAINTING : 19.1 All steel surfaces, which are to be painted, shall be thoroughly cleaned, degreased and

supplied with primer prior to assembly and shall be applied with two coats of epoxy paint shade 631 as per IS5.

19.2 All castings shall be sand blasted, degreased and cleaned before painting. 20.0 TESTS : 20.1 DIESEL ENGINE 20.1.1 Following tests shall be carried out at the engine manufacturer's works in the presence of

employer if so desired. DG set and the auxiliaries shall be assembled at the manufacturer's works and the

following tests shall be performed.

a) One (1) hour at full load with fuel consumption

b) One (1) hour at 3/4 load with fuel consumption

c) One (1) hour at 50% load with fuel consumption

d) Four (4) hours at full load followed by a 1 hour continuous load at 110% and with

fuel consumption.

e) Engine starting time

f) I.H.P ./B.H.P. test

g) Noise/Vibration test

Before each test, the engine shall be brought to a steady state under the conditions of the test.

20.1.2 The alternator shall be subjected to following routine tests:

a) Measurement of resistance of stator and rotor windings.

b) Insulation resistance of stator and rotor windings..

c) High voltage tests on stator and rotor windings.

d) Open circuit and short circuit tests.

e) Temperature rise test.

f) Regulation test.

g) Efficiency test.

h) Momentary overload test.

i) Vibration and noise level measurement.

In addition to the above routine tests temperature rise test on generator shall be conducted. 20.1.3 VOLTAGE REGULA TOR

a) Sensitivity test

Page 20 of 60 b) Response time test

20.1.4 TEST AT SITE :

a) The tests shall be performed after proper installation of the diesel generating unit at site to prove the proper operation of interlock circuits and the capability of the engine to start and pick-up load in the specified time, under supervision of the employer representative responsible for supervision, testing and commissioning.

b) Guarantee tests to prove guaranteed performance of the DG set shall also be

carried out at site after proper installation. The load test with available load at site will be given for about 8 hours.

20.1.5 TEST CERTIFICATE :

a) Test certificate shall be submitted in six (6) copies. b) The test certificate shall be furnished to the AWHO Authorities for prior approval

before dispatch of any equipment from works and the approval in writing from employer shall be essential to effect dispatch of the equipment.

c) The test reports shall. furnish complete identification of the data, including serial

number of each equipment.

21.0 SPECIAL TOOLS AND TACKLES : The contactor/vendor shall supply tools as given below: A standard tool box shall be made of 16 SWG, MS sheet duly painted and be of

minimum 400mm x 200mm size. Tool box shall contain minimum following tools for the operation and maintenance of

equipments (Make Mekastar/Taparia): Spanner set having 10 pieces from 6mm to 38mm size, open end type. Spanner set having

10 pieces from 6mm to 38mm size, ring type. Box spanner with rod for transformer terminal nuts - 1 set. Insulated screw driver of 300m size - 1 No. Digital Multimeter of Philips make - 1 No.

Adjustable spanner of300mm size - 1 No. Insulated Pillar set 200 mm size - 1 No. Wire cutter and peeler set of wire up to 06 size - I Set.

22.0 SPARE PARTS :

Two years spare parts are needed along spare list with part no. 23.0 DRAWINGS, DATA AND MANUALS : Drawings and details as indicated elsewhere shall be furnished along with each of the bid.

Manuals to be supplied with both hard copy and soft copy.

Page 21 of 60 24.0 DEVIATION : Should the bidder desire to deviate from this specification in any way, he shall draw

specific attention to such deviation. Unless such deviations are recorded in the deviation sheets, as submitted with offer, it

will be taken for granted that the offer is made in conformity with the specifications. 25.0 GUARANTEED PERFORMANCE : The bidder shall furnish, along with the bid the technical particulars as called in the

Annexures. The performance figures quoted in the technical particulars sheet shall be guaranteed with the tolerance permitted by relevant standards.

26.0 PACKING FOR SHIPMENT : 26.1 The equipment shall be suitable protected by respective packing for the14.25.2 For

transportation, if totally enclosed boxes are not used, the equipment shall be mounted on skids and enclosed in the open frame wooden crates. However, items like instruments and other components not assembled with equipment number and part number for case of identification.

27.0 SYSTEM OPERATION : Diesel- alternator sets function will as follows: 27.1 Automatic Mode : While the normal mains supply is healthy the diesel alternator set will be at rest and the

load will be supplied by the mains.

The AMF relay shall monitor the main supply voltage & when the main supply voltage drops below a certain preset value, the system shall sense these conditions & shall give automatic start command to the control systems.

After a time delay of 1. 5 seconds from the main supply failure the diesel engine shall start.

When the DG set attains its rated speed and voltage a closing signal shall be given to the ACB of the DG set:

When the voltage in the mains gets restored, its quality is monitored for about one minute and if proven satisfactory the main supply breaker shall close automatically for transfer of the load from Diesel engine to the main supply at L. T. Panel.

The set shall stop after idle running time after restoration of main supply.

The diesel alternator set reverts to its standby conditions & its ready to start should the mains supply fail again.

28.0 EARTHING ARRANGEMENT : 28.1 The earthing scheme for the unit should be as per BIS-3043. 28.2 Two nos. 50 x 6mm GI straps shall be suitably fixed on the floor of the unit skid as main

earth bus. Alternator earth terminals, control panel earth terminals, COS earth terminals, enclosure and truck chassis shall each be connected through two nos. separate 25x5 mm

Page 22 of 60 GI straps to both the main straps with independent connections at separate points. All Galvanization thickness shall be min. 85 micron and as per BIS.

28.3 The neutral of the alternator will be connected by two nos. of Heavy duty PVC insulated,

PVC sheathed, flexible, single core copper cables of 50 sqmm size, from neutral bus inside the panel to main earth straps at two independent points. The Earth cables shall be suitably supported and protected to avoid any damage and shall be run in galvanized, flexible MS conduits. Both ends of the cables shall be terminated with lugs and suitably protected against mechanical damage. Make of cable: Finolex/ Havells.

28.4 Both the main earth straps shall extend upto the back side of the enclosure and each strap

will be provided with two nos. of zinc coated terminal studs, 15mm dia at the ends of the straps for connection to system earth. Two nos. of earthing cables of size & type mentioned in point no.3 above and individual length 5.0 mtr shall be provided and one end of each cable shall be connected with tinned copper lugs to the studs of the two straps for external earthing. The free ends of these cables shall be crimped with heavy duty, tinned copper tubular lugs. Suitable opening with hinged cover shall be provided in the rear side of the unit to facilitate the entry of outgoing power cable and earth leads.

28.5 Brick work enclosures of following internal dimensions and as instructed by engr in

charge shall be constructed around each earth electrode. L=600 mm, B=600 mm, depth= 400 mm.

29.0 INSTALLATION AND COMMISSIONING : 29.1 The party shall install, commission, test and hand over the Gen set to OIL to the

satisfaction of the OIL. 29.2 All works of installation shall be carried out in complete with latest BIS, IE rules, Indian

Electricity Acts and National Electric codes. 29.3 All works of installation, testing and commissioning shall be performed under the direct

supervision of a Commissioning Engineer / supervisor possessing relevant licence valid for carrying out the jobs.

29.4 If required, services of specialist Engineer(s) from the manufacturers of Motor and Control panel shall be made available by the supplier for installation and commissioning of the equipment to the full satisfaction of OIL.

29.5 The Commissioning Engineer / Specialist shall explain and train OIL#s operating and maintenance staff and engineers about :

# Operation of all equipment # Maintenance, repair and troubleshooting of the equipment 29.6 All electrical works shall be done by persons having relevant & valid electrical licence. 29.7 The contractor shall be responsible for safe custody and proper storage of materials till

handing over. 29.8 Civil engineering works such as trench cutting, masonry jobs like grouting, leveling etc.

shall be done by the supplier as per instruction of OIL. 29.9 All tools for installing and instruments for testing & commissioning shall be arranged /

provided by the supplier. 29.10 The contractor shall obtain permit to work from Engineer-in-charge/Installation manager

before taking up the installation and commissioning job. 29.11 All safety and local government regulations shall be followed during installation, testing

and commissioning.

Page 23 of 60 29.12 Complete earthing system, including materials, shall be supplied and installed by the

supplier as per instruction of OIL. 2 nos of Earth Electrodes, made from 3 mts long, 100 mm dia. GI pipes, having a 150x150 mm GI plate welded at one end shall be driven at spots shown at site for terminating earth bus. Necessary soil treatment shall be carried out and the two earthing leads supplied with the enclosure shall be connected to these earth electrodes through zinc passivated nuts and washers. All materials required for earthing shall be supplied by the vendor.

29.13 All tests shall be carried out in presence of OIL Engineers and all test results shall be recorded in a proper manner. Four sets of test results shall be submitted to OIL. The results shall be typed and properly documented.

29.14 Following should be minimum program for commissioning after complete erection- 30.0 GENERAL CHECKS : 30.1 Assembly, check as per manufacturer’s drawings and instructions 30.2 Alternator, Control panel, CO Switch, Cables installation as per specifications 30.3 Tightness check of circuits / control devices 30.4 All piping, junctions 30.5 Tightening of all terminal block connections 30.6 Painting and corrosion protection 30.7 Cleanliness 30.8 Correct alignment of Alternator to the engine 31.0 CHECK OF ELECTRICALS : 31.1 Conformity to the wiring diagram. 31.2 Protection schemes 31.3 Insulation checks. 31.4 Earth resistance test 31.5 Any other test as recommended by the manufacturer 32.0 TRIAL RUN : A trial run with optimum load for a continuous running period of at least 72 hours shall

be done prior to taking over the Gen set 32.0 HEADER NOTE : 32.1 Bidder must submit with the offer, the undertakings from the manufacturers of generator

and control panel stating that they have read and understood the complete specification and in the event of an order on the bidder the respective equipment supplied by them through the bidder will fully meet the tender specifications for rating and performance.

32.2 In their offer the bidder must mention their detailed comments point-wise against each point of tender specifications. Any deviation from the tender specification shall be specifically mentioned. Specific type and make of components shall be mentioned.

32.3 In case of an Order, the complete tender specifications shall be mentioned in the Order. However, deviations from tender specifications, as mentioned by bidder in their offer and subject to acceptance of OIL shall be mentioned in the order.

32.3 The manufacture of the unit is to be started only after written approval of the drawings by OIL.

32.4 In case the documents furnished do not comply with any of the points mentioned in the Order then the Order will be cancelled without any obligation on part of OIL. In case of such cancellation OIL may recover from the bidder the cost incurred by OIL in processing the tender till the time of cancellation.

Page 24 of 60 32.5 Packing of all Electrical items shall be adequate to avoid any transit damage and water

ingress. 32.6 All materials shall be procured from OEM or their authorized dealers only. In case of

dealers, copies valid dealership certificate shall be furnished with the offer. 32.7 Guarantee : All materials shall be guaranteed for a period of 12 months from date of commissioning and guarantee certificates shall be submitted with the supply of materials.

Page 25 of 60 ANNEXURE – I

TECHNICAL PARTICULARS OF DIESEL GENERATOR SETS

1. Quantity and rating : 125 KV A Diesel Generator Unit for feeding part domestic load

2. Mode of operation : Auto start

3. Alternator

3.1 Output rating at 0.8 p.f. (lag) :

125 KVA continuous output at 100% load time and at ambient temp. of 45°C except periodic maintenance.

3.2 Class of insulation for Stator & Rotor : Class F or Class H

3.3 Rated voltage & frequency : 415 V, 50 Hz

3.4 Maximum permissible time : for Building up rated voltage From stand still

Less than 20 seconds

3.5 Variation of voltage from No : load to full load

+ 5% of rated voltage

3.6 Frequency variation : + 1%

3.7 Capacity of largest rating : Motor starting

To be furnished

3.8 Dynamic voltage response & : permissible voltage drop during largest rating motor Starting

Less than 15% of rated voltage under operating condition at 3.6 above.

3.9 Temperature detectors : 8 nos. resistance temperature detectors of type PT -100 for winding temperature and bearing temperature measurements

3.10 Type of excitation system : Brushless, shunt and booster

3.11 Type of control for voltage regulator. : Local/remote & manual/Automatic

4.00 Type of fuel for engine : High speed diesel according to F-DMA or F-DMS as per ISO 8217

4.01 Day oil tank capacity : Sufficient to run for 12 hours continous generation

4.02 Lube Oil : Viscosity SAE-40

4.03 Maximum permissible Starting. : Starting time for attaining Full speed

Less than 20 Seconds

Page 26 of 60 4.04 Engine starting : Electric starting system

4.05 Type of governor : Electric controlled

4.06 Lubricating system : Pressure fed type

4.07 Cooling System : Radiator Cooling

4.08 Engine cranking system : To be included

Page 27 of 60 ANNEXURE-II

Minimum Bill Material for the complete DG set (a) Engine Specification: - Engine governor and control box for coupled genset

- Speed control switch end of start and over speed

- Fuel and lube oil duplex cartridges filters

- Electric starting system

- Switches on lube oil pressure and temperature, water temperature and pressure, oil

sump level, after cooler air temperature, exhaust gas temperatures.

- Control panel

- Automatic lube oil filling

- Wiring box

- Electric pre-lubricating lube oil pump

(b) Generator 415 V - According to the standard IEC, VDE, BS, ANSI

- Flanged on engine, connection with elastic coupling

- Double long life re-greasable bearings

- Single and ventilated. Discharge at the drive end.

- Insulation Class F or Class H,

- Temperature rise Class F or Class H

- Enclosure: IP23

- Excitation: Shunt and booster

- 6 stator and 2 bearing PT 100 sensors

- Preheating resistance

- Overload capacity : 110% for 1 hour every 6 hours at cosφ 0.8

- Unbalanced load : The Unbalance current between phases shall not exceed

the rated current by 30%.

- Radio interference : Within limits of CISPR standard

- Regulation performances : The voltage is kept constant within + 1%

- Manual voltage adjustment within + 5%

- Dynamic balancing of the complete rotor and shaft

- Short circuit withstanding : 3 in during 10s

Page 28 of 60 (c) Generating Set: - Flywheel housing mounted between engine and generator

- Elastic suspension between generating set and foundations

- Flexible connections on the interface of the circuits for lube oil, water, fuel oil and

exhaust gases.

- Standard blue coating

- Maintenance manual

- Factory standard test

(d) Electrical Control Panel with circuit breaker 1 x Generator Control panel with Power Command Control which should cover following

functions. -The system should be integrated into an electric panel * Instrumentation The instrumentation should consist of: * 1 numerical measure station (Enerdis type Reedigit 1600 E) controlling following

parameters: - Voltage on the 3 phases -Current on the 3 phases -Active power

- Reactive power

- Power factor

- Active energy

- Reactive energy

- 1 battery voltmeter

- 1 synchrono scope

- 1 speed indicator including: 1 hour meter and 1 starting meter

- 1 stop, manual, auto switch

- 1 set of push-buttons for engine start and stop

- 1 set of push buttons for interlocking and release of the genset connection circuit breaker.

- 1 load taking selector (manual mode)

- 1 push button for emergency stop with key

- The whole alarms of the gensets should be reported by light signals connected to the

push-buttons sound alarm stop, fault discharge and lamp tests.

* Automation:

Page 29 of 60 The automation of the genset control must be carried out by PLC including starting and

stopping sequences of the genset according to the different operating modes as well as the alarm management.

- Speed regulator should controls the engine to maintain the genset frequency at present

value. - A battery charger should be installed inside the panel (associated to a battery supply for

the 12 V / 24 V DC to the common automatism) * Auxiliaries supply: The panel should incorporate the power outgoing for the following genset auxiliaries. - Ventilation and anti –condensing resistance for control panel –Alternator preheating

resistance - Pre-lubricating pump - Preheating pump - Preheating resistance * The following on board protection should be provided:

- max. current - excitation loss - Unbalancing - power return - mini/max voltage - mini/max frequency - earth fault - others as specified in the tender elsewhere

Page 30 of 60 ANNEXURE-III

TECHNICAL PARTICULARS OF D.G. SET (TO BE FURNISHED BY SUPPLIER) Bidder shall furnish following technical particulars for engine, alternator, governor, heat exchangers, together with tender documents.

1.0 ENGINE 1.1 Engine rating (standard) - BHP 1.2 Engine rating (at site conditions) - BHP 1.3 Maximum engine rating at site - BHP 1.4 Time interval between successive starts - Sees

1.5 Maximum time required to start the diesel Engine from cold and to bring up to rated speed And in condition to take load

- Sees

1.6 Operating speed - 1500 RPM

1.7 No. of strokes/cycle -

1.8 No. of cylinders -

1.9 Direction & rotation when viewed from free end -

1.10 Fuel system injector pressure -

1.11 Lube oil pressure at pump discharge - KglCum2

1.12 Lube oil temperature at pump inlet - Deg. cel.

1.13 Minimum acceptable lube oil temperature at Start up - Deg. cel.

1.14 Maximum period for which the engine can Operate without cooling water - Min.

1.15

Heat balance Fuel input Mechanical Cooling water circuit Cooling fuel circuit Thermal exhaust Engine radiation

- - - - - - -

KW KW KW KW KW KW KW

1.16 Specific fuel consumption - Gm/KWH

full load (on incidental power) - GmlKWH

¾ load (on incidental power) - GmlKWH

½ Load (on incidental power) - Gm/KWH

1.17 Emissions

Nox as N02 at 5% dry oxygen -

Nox as N02 (on incidental output) -

Page 31 of 60 1.18 Cooling circuit engine water inlet degree - degree C engine water outlet degree - degree C water flow rate - M3/h 1.19 Air Intake Air intake flow - Kg/hr Exhaust gas flow - Kg/hr Exhaust gas temp. - Degree C Max. exhaust back pressure - mm WG 1.20 Lube oil consumption - ltr/hr 1.21 Camshaft - Length mm 1.22 Crank Pin - Diameter mm 1.23 Bearing Material of Construction - 1.24 Supercharger Manufacturer/ (Turbo charger) - Type Number - Drive/Speed - Bearing Cooling - 1.25 No. of inlet valves per cylinder head - 1.26 No. of exhaust valves per cylinder head - 1.27.0 Radiator - 1.27.1 Fluid circulated - 1.27.2 Quantity of fluid circulated in Kg/hr - 1.27.3 Temperature – inlet/outlet - 1.28 Crank case heater Type/Number Rating 1.29 Vibration limit. 1.30 Noise level

Page 32 of 60 33.0 ALTERNATOR DESIGN DATA 33.1 GENERAL 33.1.1 Manufacturer/Type

33.1.2 Rating - Design/Site

33.1.3 Maximum rating - Design/Site

33.1.4 Rated Voltage, current & PF

33.1.5 Rated speed & frequency

33.1.6 Insulation class - stator/Rotor

33.1.7 Temperature rise above. 40°C - Stator/rotor/Core

33.1.8 Enclosure details.

33.1.9 Maximum rated KW of motor that can be started ‘Direct on line’ when generator is

a) Unloaded

b) 50%loaded

c) 85%loaded

33.1.10 Excitation at MCR a) Voltage

b) Current

33.1.11 Rise in voltage when load is thrown off a) With AVR

b) Without AVR

33.2 ALTERNATOR PARAMETERS: Synchronous reactance - xd

Transient reactance - xd

Sub-transient reactance - xd

Zero sequence reactance - xO

Negative sequence reactance - x2

Short circuit ratio

Resistance of stator winding at operating temperature

Resistance of rotor winding at operation temperature

Page 33 of 60 33.3 ALTERNATOR PERFORMANCE

33.3.1 GENERATOR LOSSES

a) Full load losses

b) Armature copper; loss

c) Rotor copper loss

d) Core loss

33.3.2 EFFICIENCY

a) Efficiency at full load

b) Efficiency at 3/4 load

c) Efficiency at 1/2 load

d) Efficiency at 1/4 load machine

33.3.3 Variation of terminal voltage and frequency % 33.3 .4 Load power factor 33.3.5 Form factor of the % deviation of the wave shape from standard 33.3.6 Maximum continuous & momentary unbalanced load capacity 33.3.7 Symmetrical short circuit current withstand and duration 33.3.8 Machine Time Constant a) Open Circuit Transient time constant

b) Short Circuit Transient time constant

c) Short Circuit Sub-Transient time constant

d) Short Circuit armature time constant

33.3.9 Vibration limit

33.3.10 Noise level

33.4 ALTERNATOR AUXILIARIES & ACCESSORIES

33.4.1 Exciter

a) Type

b) Rated voltage/current

c) Voltage at rated speed but no load

d) Voltage at rated speed with full load

e) Response ratio

f) Class of insulation – Stator

Page 34 of 60 33.5 Automatic voltage regulator a) Type

b) Dead band

c) Response time

d) Voltage of operation

e) Line drop compensator for maintaining bus voltage constant provided

f) Range of voltage adjustment

g) Catalogues & characteristics curves attached

33.6 GOVERNOR

a) Make/Type

b) Steady state speed regulation

c) Steady state governing speed plus of minus % of rated speed

d) Momentary overspeed after full load rejection % of rated speed

e) Momentary underspeed of rated speed after sudden increase of 25% rated load

f) Prescribed speed band + rated speed

34.0 FUEL AND COOLING WATER REQUIREMENTS

34.1 Day oil tank for fuel:

a) Fuel consumption at full load Ltrs/Hr

at 75% load Ltrs/Hr

at 50% load Ltrs/Hr

at 25% load lts/hr

b) Capacity of day oil tank Litres c) Grade of fuel oil to be used 35.0 WEIGHT SCHEDULE 35.1 Weight of engine less flywheel including standard accessories Kgs.

Total shipping weight Kgs.

Weight of alternator Kgs.

Weight of exciter Kgs.

Heaviest piece to be handled in normal maintenance Kgs.

36.0 PIPING, FITTINGS & VALVES 36.1 Furnish valve schedule giving size, type of ends, manufacturer, materials of construction,

rating etc.

Page 35 of 60 36.2 Furnish piping schedule giving size of pipes, wall ‘thickness, codes, construction, rating

etc. 36.3 Furnished all fittings, drains, vents, accessories, etc. as required. 37.0 CONTROLS AND INSTRUMENTS: 37.1 Pressure Indicator: 37.1.1 Make, type and range 37.1.2 Size of dial and accuracy 37.2 Flow indicator, Integrator, Recorder: 37.2.1 Make, type and range 37.2.2 Accuracy 37.3 Temperature Indicator 37.3 .1 Make, type and range 37.3 .2 Accuracy 37.4 Controller 37.4.1 Make and type 37.4.2 Details with loop

*****

Page 36 of 60 PART-III

OIL INDIA LIMITED

(A Government of India Enterprise) RAJASTHAN PROJECT

12, OLD RESIDENCY ROAD, JODHPUR – 342 011 RAJASTHAN (INDIA) TEL: 0291-2438174, FAX NO.: + 91-291-2431689, E-Mail: mat_rp @oilindia.in,

Web Site: www.oil-india.com

GENERAL TERMS AND CONDITIONS FOR INDIGENOUS TENDER

MM/OIL(RP)/INDIGENOUS TENDER/2009

APPLICABLE TO BOTH PRESS AND LIMITED INDIGENOUS TENDERS

1.0 TRANSFERABILITY OF BID DOCUMENTS : 1.1 The Bid documents are non-transferable. The bid can only be submitted in the name of

the bidder in whose name the bid document has been issued. 1.2 Unsolicited offers will not be considered and will be straightway rejected. 1.3 Employees of Oil India Limited are prohibited from quoting and also from getting others

to quote on their behalf. 2.0 COST OF BIDDING : 2.1 The Bidder shall bear all costs associated with the preparation and submission of its bid

and OIL will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

3.0 AMENDMENT TO BIDDING DOCUMENTS :

At any time prior to the bid closing date, OIL may for any reason, whether at its own initiative or in response to clarifications requested by the prospective bidder(s), modify the bidding document by amendment(s). All prospective bidders who have received the bidding documents will be notified of the amendments in writing.

4.0 CONTENTS OF OFFERS : 4.1 Offer should be in English and the bidders are required to indicate both Ex-works as well

as FOR Destination price by road. The Price Schedule shall be furnished by the bidder as per proforma vide Annexure - II. The prescribed proforma duly filled in and signed should be returned intact whether quoting for any item or not. When any item is not being quoted by the Bidder, the corresponding space should be filled up by the words “Not Quoting”. The Price Schedule shall be complete and free from ambiguity, change or interlineations.

Page 37 of 60 4.2 OIL reserves the right to place order on FOR (despatching station) or FOR (destination)

terms. Offered rates should be kept firm through delivery/despatch. 4.3 EXCISE DUTY: 4.3.1 Excise Duty, if any, should be quoted either as “extra” or as inclusive as the case may be.

The Seller, if happens to be a Supply House, should not quote “Excise Duty” as extra. 4.3.2 SSI Unit availing slabs rate of turnover for duty structure should specify the maximum

Excise Duty levies against the order at the time of delivery, if order is placed on them. 4.3.3 Bidders, who are manufacturers, should indicate the rate of Excise Duty, if any,

separately for all quoted items. 4.3.4 Any benefit/concession/exemption involved should be spelt out clearly by the bidders. In

case such information is not furnished in the Bid, the offer will be loaded with the maximum amount of Excise duty applicable for the item for evaluation purpose. However, OIL reserves the right to place the order based on the excise duty indicated in the Bid which will be binding on the Bidder.

4.3.5 Bidder should indicate the following in their offer:

a) Address of the factory from where the goods will be despatched. b) Chapter, Heading and Sub-heading of the Excise tariff for the material offered.

4.4 SALES TAX : 4.4.1 In case of concessional CST @ 2 % ( or any other rate as per the Act), necessary ‘C’

form shall be issued by OIL wherever applicable at the time of settlement of invoice. Wherever Rajasthan General Sales Tax is payable by OIL, same shall be deducted at source for which Tax Deduction Certificate shall be issued.

4.4.2 Any other benefit/concession/exemption available at the time of delivery should be spelt

out clearly by the bidders. In case such information is not furnished in the Bid, the offer will be loaded with the normal amount of tax applicable for the item for evaluation purpose. However, OIL reserves the right to place the order based on the tax indicated in the Bid which will be binding on the Bidder.

4.5 Taxes, Excise duty, if any, should be shown separately as indicated in the Annexure-II.

IF TAXES ETC. ARE NOT SHOWN SEPARATELY THE OFFER WILL BE CONSIDERED TO BE INCLUSIVE OF ALL TAXES, DUTIES ETC. AND WILL BE BINDING ON THE BIDDER.

4.6 OTHER TAXES & LEVIES : (i) All taxes, stamp duties and other levies for the services including

installation/commissioning, Training etc. shall be to the Bidder/Seller’s account.

Page 38 of 60 (ii) Income Tax /Service Tax on the value of the Services rendered by the Bidder/Seller in

connection with installation/commissioning, training etc. shall be deducted at source from the invoices at the appropriate rate under the I.T. Act & Rules from time to time.

4.7 STATUTORY VARIATION:

Any statutory variation (increase/decrease) in the rate of excise duty/sales tax/Customs Duty or any statutory levy after the closing date of tenders/revised priced bid, as the case may be, but within the contractual delivery/completion period will be to the account of OIL subject to documentary evidence. However, any increase in excise duty/sales tax/Customs Duty or any statutory levy after the expiry of the scheduled date of delivery shall be to the supplier’s account.

4.8 THIRD PARTY INSPECTION (When specifically called for in the tender): 4.8.1 All inclusive charges for Third Party Inspection must be indicated separately as shown in

the Price schedule vide Annexure – II. 4.8.2 Offers without any mention about Third Party Inspection charges as specified above will

be considered as inclusive of Third Party Inspection charges. When a bidder mentions Third Party Inspection charges as extra without specifying the amount, the offer will be loaded with maximum value towards Third Party Inspection charges received against the tender for comparison purposes. If the bidder emerges as lowest bidder after such loading, in the event of order on that bidder, Third Party Inspection charges mentioned by OIL on the Purchase Order will be binding on the bidder.

4.9 SAMPLES (When specifically called for in the tender): 4.9.1 Bidder shall submit Samples of requisite quantity whenever called for. Each sample shall

be sealed and have a card affixed indicating

a) Bidder’s name, address, contact Telephone No. & Email address b) Tender No. and Bid Closing Date

c) Product Name d) Item No. of the tender

4.9.2 Sample must be received on or before the Bid closing date failing which the will be

rejected. The unsuccessful bidder should take back the sample submitted within 90 days time from the date of bid closing failing which OIL would not have any responsibility towards safe custody of the sample.

4.9.3 Bidders who have been exempted from submission of tender sample through specific

communication from OIL, need not submit any sample. However, they will be required to enclose a photocopy of the exemption letter along with their bid failing which their offers will be liable to be rejected.

4.10 TRAINING (When specifically called for in the tender):

Page 39 of 60 4.10.1 Bidders shall indicate cost for training OIL’s personnel separately whenever called for. 4.10.2 For training at Bidder’s premises, only the training fee should be indicated by the Bidder.

All charges towards to & fro fare, boarding/lodging and daily expenses etc. for OIL’s personnel shall be borne by OIL.

4.10.3 For training at OIL’s premises, the Bidder should quote training charges which should be

inclusive of all charges of their personnel viz. to and fro air fares, boarding/lodging expenses and daily expenses etc. for the entire period. Local transport for commuting to the site at the place of training will be provided by OIL.

4.11 INSTALLATION AND COMMISSIONING (When specifically called for in the

tender): 4.11.1 In the event installation and commissioning of the item by the technical experts of the

bidders is involved, the charges thereof should be quoted separately which should be inclusive of to and fro air fares, boarding/lodging & daily expenses of the bidder’s technical personnel amongst others. OIL will provide local transport for commuting to the installation site. Bidders shall also indicate in their offer the total expected time required for installation/commissioning of the items.

4.11.2 Offers without any mention about installation/commissioning and Training charges will

be loaded with maximum value towards installation/commissioning and Training charges received against the tender for comparison purposes.

4.12 DISCOUNT

Prices should be quoted net of discount and no discount should be shown separately. Discount, if any should be merged with the quoted prices. Discount of any type, indicated separately as well as conditional discount, will not be taken into account for evaluation purpose. However, if an offer is found to be the lowest even without considering discount, OIL shall avail such discount at the time of placement of order.

4.13 Any interlineations, erasures or overwriting shall be valid only if they are initialed by the

person or persons signing the bid. 4.14 Bidders should offer firm prices.

Offered prices shall be both in figures and words and in case of any discrepancy between these two, the prices indicated in words will only be considered.

4.15 CHANGE IN QUANTITY : OIL reserves the right to increase / decrease the quantity. It

will be obligatory on the part of the Bidder to supply ordered quantity at the offered rates. 4.16 TECHNICAL LITERATURE: Relevant technical literature must be submitted along

with the offer whenever called for without which the offer would be liable to be rejected. 4.17 DELIVERY :

Page 40 of 60 Offers should be for delivery at site as indicated, with firm delivery date. If delivery is not specifically indicated by the bidders, it will be construed that the delivery quoted is as per delivery indicated in our enquiry and will be binding on the bidder. The delivery will be counted from the date of receipt of the letter of intent/order by the successful bidder.

4.18 VALIDITY :

Offers must be valid for acceptance for the minimum period of 75 days, unless otherwise specified, counted from the Bid Closing Date as indicated in the covering page. Offers without the minimum validity period will be liable for rejection. In the absence of any categoric mention regarding validity of the offer, it will be construed that the offer is valid as called for in the covering page and it will be incumbent on the bidders to accept order, if any, when placed within such validity.

4.19 VAGUE AND INDEFINITE EXPRESSIONS:

Any vague and indefinite expressions such as “Subject to prior sale”, “Prices ruling at the time of dispatch”, “Subject to availability of materials” etc. will not be considered.

5.0 CLARIFICATION IN RESPECT OF INCOMPLETE OFFERS

Prospective bidders are advised to ensure that their bids are complete in all respects and conform to OIL’s terms, conditions and bid evaluation criteria of the tender. Bids not complying with OIL’s requirement may be rejected without seeking any clarification.

6.0 BID SECURITY :

(NOTE : This clause is applicable only in case of tenders wherever specifically mentioned.)

6.1 All the Bids must be accompanied by Bid Security for the amount as mentioned in the

NIT and shall be in the prescribed format (Annexure IV) in one of the following forms: i) A Bank Guarantee from any nationalised scheduled Indian Bank. The Bank Guarantee shall be valid for six months from the bid closing date and shall be enforceable at Jodhpur/Delhi/Kolkata.

ii) Bank draft in favour of OIL INDIA LIMITED and payable at Jodhpur.

6.2.1 The bidders will have to submit the Bank Guarantee from any of the scheduled Indian

banks and on non - judicial stamp paper of requisite value, as per the Indian Stamp Act, purchased in the name of the issuing banker.

6.2.2 The Bank Guarantee issued by a Bank amongst others must contain the following

particulars of such Bank :

(a) Full Address

(b) Branch Code

(c) Code Nos. of the authorized signatory with full name and designation

Page 41 of 60 (d) Phone Nos./Fax Nos./E-mail address

6.2.3 In case, any such Bid Security in the form of a Bank Guarantee is found to be not genuine

or issued by a fake banker or issued under the signatures of fake official of the Bank, the bid submitted by the concerned bidder shall be rejected forthwith and the bidder shall be debarred from participating in future tenders.

6.3 Any bid not accompanied by a proper Bid Security (in Original) in conformity with

Clauses 6.1 and 6.2.1 will be rejected outright without any further reference. 6.4 The Bid Security of the unsuccessful bidders will be returned after finalization of tender

whereas the Bid Security of the successful bidder will be discharged on such bidder’s furnishing the Performance Security to OIL in the prescribed format (Annexure IV) against the Purchase Order secured by the bidder within the stipulated time frame. The successful bidder will however, ensure that the validity of the Bid Security till such time the Performance Security in conformity with Clauses 7.0 below as the case may be, is furnished.

6.5 The bidders will extend the validity of the Bid Security, if and whenever specifically

advised by OIL, at the bidder’s cost. 6.6 Bid Security will not accrue any interest during its period of validity or extended validity. 6.7 The Bid Security will be forfeited:

a) If a bidder withdraws his bid during the period of validity of bid or any extension thereof duly agreed by the bidder,

OR

b) If the successful Bidder do not accept the order or fails to furnish the Performance Security within 30 days of placement of order or before the expiry of Bid Security (unless extended), whichever is earlier

6.8 Exemption of Bid Security: 6.8.1 Small Scale Units registered with NSIC/Directorate of Industries are exempted from

submitting bid security provided they submit an attested copy of their valid registration with Corporation / directorate of Industries which indicates the category of items being tendered for and if the total tender value is less than the monetary limit for which the unit is registered. Documentary evidence of the monetary limits should be enclosed without which the bidder will not be entitled for exemption.

6.8.2 Public Sector undertakings are exempted from submitting Bid Security. 7.0 PERFORMANCE SECURITY :

(NOTE : This clause is applicable only in case of tenders wherever specifically mentioned.)

Page 42 of 60 7.1 The successful bidder shall furnish the Performance Security in the form enclosed

(Annexure V) herewith within 30 days of the receipt of Letter of Intent / order failing which OIL reserves the right to cancel the order and forfeit the Bid Security. Bidders should undertake in their bid to submit Performance Security as stated above.

7.2 In the event of Seller’s/Bidder’s failure to discharge their obligations under the Contract,

the Performance Security shall be encashed and the proceeds thereof shall be forfeited without any further reference to the Seller/Bidder.

7.3 The Performance Security shall be denominated in the currency of the contract and shall

be in the form of a Bank Guarantee. 7.4 The Bank Guarantee will have to be given from the nationalised scheduled banks on non

in the name of the issuing bank. 7.5 The Bank Guarantee issued by the Bank amongst others must contain the following

particulars of the Bank : (a) Full Address

(b) Branch Code (c) Code Nos. of the authorized signatory with full name and designation

(d) Phone Nos./Fax Nos./E-mail address 7.6 In case, the Performance Security in the form of a Bank Guarantee is found to be not

genuine or issued by a fake banker or issued under the signatures of fake official of the Bank, the LOI/Purchase Order issued/placed on the Supplier shall be treated as cancelled forthwith and the bidder shall be debarred from participating in future tenders. Further, the Bid Security submitted by such Supplier shall be invoked without any further reference.

7.7 The Bank Guarantee shall be enforceable at Jodhpur / Delhi / Kolkata or as specified in

the order. 7.8 Performance Security for capital nature items like plant and machinery etc. shall be valid

for 12 months from the date of commissioning or 18 months from the date of despatch whichever concludes earlier. However, for consumables like chemicals, cement, tubular etc. the Performance Security shall be valid for 12 months from the date of despatch. The validity requirement of Performance Security specified in the main order is assuming despatch within stipulated delivery period. In case of any delay in despatch, validity of the Performance Security is to be extended suitably as aforesaid.

7.9 Performance Security will be discharged by the Purchaser and returned to the Seller,

within 30 days of its expiry of validity including any extension sought thereof in case of no claim on seller by the purchaser.

7.10 Performance Security amount will not accrue any interest. 7.11 Exemption of Performance Security :

Page 43 of 60 7.11.1 Small Scale units registered with NSIC/Directorate of Industries are exempted from

submitting Performance Security if the order/contract value is less than the monetary limits for which the firm is registered. In absence of monetary/quantity limit in the NSIC/Directorate of Industries certificate, bidders should submit Capacity Assessment Certificate issued by concerned NSIC/District Industries Centres. Otherwise the unit will not be eligible to avail exemption for Performance Security.

7.11.2 The bidders will extend the validity of the Performance Security, if and whenever

specifically advised by OIL, at the Bidder/Seller’s cost. 8.0 DOCUMENTS COMPRISING THE BID : 8.1 The bid prepared by the bidder shall comprise the following components, duly

completed:

a) Price schedule (Refer Annexure-II) b) Bid must accompany necessary literature/catalogue of the equipment as well as of the spare parts catalogue thereof, wherever required. c) Exceptions/Deviations Statement, if any d) Authorisation letter for attending Tender Opening (Refer Annexure III) e) Bid Security, wherever required.

f) Confirmation about the Performance Security, wherever required

8.2 In case of Press Tenders, Bidders should enclose the proof of purchase of tender

document. 9.0 SUBMISSION OF OFFER : 9.1 SEALING AND MARKING OF BIDS : 9.1.1 Offers should be sent in triplicate in double sealed envelope. 9.1.2 The original offer in bidders own original letterhead duly signed by authorised signatory

and stamped should be marked as ORIGINAL and the two copies as DUPLICATE & TRIPLICATE. All the three copies of offer should be put in a sealed envelope bearing the following details on the left hand top corner: i) Oil India Ltd.’s Enquiry No. ii) Bid closing date iii) Brief Description of materials iv) Bidder’s Name, official address with Phone Nos. & Email address.

NOTE : Bidder’s Name, Address, Phone Nos., Email address as described above should be indicated on the inner envelope to enable OIL INDIA LTD to return the late bid to the bidder, if necessary.

Page 44 of 60 9.1.3 The sealed inner envelope containing the offers should then be put in another envelope

bearing the following address: Chief Manager(M&C), Oil India Limited, Rajasthan Project 12, Old Residency Road, JODHPUR -342011 (RAJASTHAN)

9.1.4 In the event of receipt of only a single offer against the tender within the B.C. date OIL

reserves the right to extend the B.C. date as deemed fit by the company. During the extended period, the bidders who have already submitted the bids on or before the original B.C. date , shall not be permitted to revise their quotation.

9.2 Special methods of marking & sealing where tender is called under “TWO BID

SYSTEM” & “TWO STAGE BIDDING SYSTEM” : 9.2.1 In case of TWO BID SYSTEM, bidders shall prepare the technical and commercial bids

in triplicate separately and shall put these in two separate envelopes marked as “Techno-commercial “Unpriced Bid” and “Priced Bid”. Both the envelopes containing the “Unpriced Bid” and “Priced Bid” should be superscribed with Bid Closing Date., enquiry no, bidder`s name and brief description of materials, and sealed and then put inside another envelope superscribing the enquiry no., Bid Closing Date, bidder`s name and brief description of materials. 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. The bid bond in original should be submitted along with the technical bid.

9.2.2 Under TWO STAGE BIDDING SYSTEM, bidders are required to submit only the

Techno-commercial “Unpriced Bids” in the first stage. The “Priced Bids” will be submitted at a later date when called for by OIL.

9.3 Any offer not complying with the above submission procedure will be rejected. 9.4 Bidders, in their own interest, are advised to drop their offers personally in “LOCAL

TENDER BOX” at Materials Department’s office at Jodhpur. Alternatively they may send the same through Registered Post/courier. Oil India Limited will not be responsible for any delay, wrong delivery or non-delivery of the offers. No offer will be accepted after the bid closing date and time.

9.5 Bids must be submitted in original. No offer should be sent by Telex / Cable / Fax / E-

mail/telephone unless specifically asked for in writing. Bids not complying with above will be rejected.

10.0 DEADLINE FOR SUBMISSION OF BIDS : 10.1 Offers must be received at the office of the Head Materials, Oil India Limited at Jodhpur,

Rajasthan (India) by the Bid Closing Date & time mentioned in the Notice Inviting Tender (NIT).

10.2 Timely delivery of the offer at the above address is the responsibility of the bidder.

Page 45 of 60 11.0 MODIFICATIONS AND CLARIFICATIONS OF BIDS : 11.1 Offers or modifications to offers received after the Bid Closing Date and time will not be

considered. No unsolicited correspondence after submission of the offer will be taken cognizance of or responded to.

11.2 After the opening of the bid, OIL may at its discretion ask the bidder for clarification of

its bids. The request for clarification and response shall be in writing and no change in the price or substance of the Bid shall be accepted. The reply of the bidder should be restricted to the clarifications sought.

12.0 EXTENSION OF BID SUBMISSION DATE :

Normally no request for extension of Bid Closing Date will be entertained. However, in case of any changes in the specifications, inadequate response or for any other reasons, OIL may at its discretion, extend the bid closing date and/or time.

13.0 RETURN OF LATE BIDS : 13.1 Bids received after Bid Closing Date & time will be treated as “Late Bids”. In case of

tenders where Bid Security has been called for, the late bids shall be returned to the bidders immediately. In all other cases, the late bids will be destroyed by OIL.

14.0 OPENING OF TENDERS : 14.1 Bidder or their authorised representative (only one person per bidder) will be allowed to

be present at the time of opening of the Bids. However, a letter (in the form as per Annexure III enclosed) must be produced to the Tender Opening Officer at the time of opening of tenders. Unless this letter is presented, the representative will not be allowed to attend the tender opening.

14.2 In case of any unscheduled holiday/Bandh on the bid opening date, the Bids will be

opened on the next working day. Accordingly, Bid Closing Date / time will get extended up to the next working day.

15.0 COMPLIANCE WITH TENDER : 15.1 Bidder’s offer must conform in all respects with the applicable specifications, drawings

and terms and conditions of the tender. Any deviation from the tender specifications or terms and conditions must be clearly and explicitly stated. In order to be considered responsive, bidder’s offer must specifically include the following statement : We certify that our offer complies with all NIT requirements and Specifications except for the following :

List exception If none, state “None”

15.2 OIL reserves the right to accept / reject any deviation in bidder's offer pertaining to the

materials specifications or to the terms and conditions stipulated in this tender without assigning any reason other than Bid Rejection Criteria specified in the Bid document.

Page 46 of 60 16.0 PURCHASER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL

BIDS. 16.1 OIL reserves the right to accept / reject or prefer any offer either in full or in part or annul

the bidding process and reject all bids at any time prior to award of contract without thereby incurring any liability to the affected bidder (s) or any obligation to inform the affected bidder (s) of the ground for OIL`s action. OIL also reserves the right to split the order between two or more parties.

17.0 INSPECTION AND TEST : 17.1 All materials to be supplied shall be subject to inspection and test by OIL at its discretion

at any stage of manufacture and before despatch by mutual arrangement. Inspection and tests shall be carried out either by OIL’s personnel or through a third party nominated by OIL. Seller has to arrange for the inspection through the nominated third party (whenever applicable) and obtain the necessary inspection certificates.

17.2 OIL reserves the right to inspect the material through any of the Third Party Inspection

Agencies. While appointing the Third party Inspection Agency (from OIL’s approved agencies), the bidder shall pass instruction to the appointed Third Party Inspection Agency to comply and respond to the advice/queries made by OIL directly with the inspection agency in connection with the inspection.

17.3 Bidder must extend the required facility for inspection by Third Party Inspection Agency.

The bidder will be responsible for arranging the third party inspection and must submit the inspection certificate in Original to OIL alongwith the despatch documents. The certificate issued by the Third Party Inspection Agency must specify that the inspection has been carried out for the material to be supplied to OIL INDIA LIMITED and inspection has been carried out as per the scope of inspection stipulated in OIL’s Purchase Order. The certificate should also specify OIL’s Purchase Order Number.

18.0 PACKING : 18.1 Packing of goods must be sufficiently robust to withstand multiple handling during transit

for delivery to their final destination so that contents do not get damaged. Protection of the plant and equipment against corrosion or deterioration must be given special attention.

18.2 Machined steel and iron parts are to be heavily greased / varnished as a prevention

against rust. 18.3 In the case of internal combustion engines, compressors and similar equipment, internal

parts are to be sprayed with an inhibitor or water splitting preservative and all openings covered with tape to prevent ingress of water.

18.4 Boxes / Packing cases containing electrical / electronic equipment are to be waterproof

lined. 18.5 All items must have their respective identification marks painted / embossed on them.

Page 47 of 60 18.6 Crates or boxes should have a list of items contained therein secured to the exterior by

means of an enveloping piece of tin sheet nailed to the wood. A duplicate list should also be included inside the crate with the contents.

18.7 The Seller shall be responsible for damage of goods either in full or in part and for corrosion and/or deterioration of the plant and equipment during transit due to inadequate/insufficient packing or due to non-compliance with the above Para Nos. 18.1 to 18.4 depending upon the nature of items and as such shall be obligated to repair or replace the damaged goods or plant or equipment in full or in parts thereof, at free of cost to OIL within a reasonable period of time.

18.8 WEIGHT AND SIZE LIMITATION OF PACKAGES :

Normal limiting dimensions and weights are as under :

Category Length Width Height Capacity Truck 5.185 Mtrs. 1.98 Mtrs. 1.98 Mtrs. 9 MT Normal Trailer 10.98 Mtrs. 2.44 Mtrs. 2.44 Mtrs. 18 MT Semi Low Bed Trailer 10.98 Mtrs. 3.05 Mtrs. 3.05 Mtrs. 20 MT Low Bed Trailer 6.71 Mtrs. 3.05 Mtrs. 3.81 Mtrs. 18 MT

This dimensional restriction must not be violated without prior approval from OIL. The finished packing should be in the form of a Box under the limited dimensions.

19.0 DESPATCH : 19.1 Road Despatch : 19.1.1 In the event of an order other than FOR Destination terms, the material will be required

to despatch through OIL’s approved transporter (which will be specified in the order) on “Door Delivery” basis.

19.1.2 For orders placed on FOR Destination basis, the material will be required to despatch

through reputed Bank approved transporters only on Door Delivery basis. In case OIL is required to collect the material from transporters godown, extra expenditure incurred thereof will be recovered from the Bidder/seller.

19.2 Rail Despatch :

In case of Rail despatch, the Bidder will be fully responsible for arranging required railway wagons/rake. Tubular consignment will be despatched on open type wagons only. Height of the wagons should not exceed 4.6 metres.

19.1 Successful suppliers will be given necessary permission to enter into the Company’s Area

or Company’s other operating areas to deliver the materials as per the timings given below :

a) Monday to Friday : Morning : 09.30 AM to 01.30 PM Afternoon : 02.00 PM to 04.30 PM

b) Saturday : Morning : 09.30 AM to 01.30 PM 20.0 INSURANCE : 20.1 Transit insurance will be arranged and paid for by OIL for all orders other than FOR

Destination orders. The Bidder/seller will be required to intimate the insurance agency

Page 48 of 60 (which will be specified in the Purchase Order) regarding the despatch details immediately after despatch. The Sellers have to arrange the transit insurance at their cost in case of orders placed on FOR Destination basis.

21.0 PAYMENT TERMS : 21.1 Payment terms where installation / commissioning and Training are not involved : 21.1.1 Payment will generally be made against completed supply. Where phased delivery is

indicated in the order, payment will be made against each lot as per phasing. 21.1.2 In certain cases, payment to the extent of 90% maximum of the value of the supply will

be made against proof of despatch presented through Bank or to OIL directly. Balance 10% of the value will be released not later than 30 days of receipt of goods at OIL’s site. Adjustments, if any, towards liquidated damage shall be made from the balance 10% payment. OIL may consider releasing 100% payment against despatch documents for suppliers having good track record with OIL and where 10% Performance Security is submitted in time and no installation/commissioning is involved.

21.2 Payment terms where installation /commissioning and Training are involved :

Wherever installation / commissioning and Training are involved, 70% payment will be made against supply of materials and balance 30% after satisfactory commissioning at site along with the installation & commissioning charges after adjusting liquidated damages, if any. Payment towards training will be released after successful completion of training.

21.3 Payment against Trial Orders :

In the event of placement of trial orders, payment will be made only on acceptance of goods after successful field trial of the materials.

21.4 PAYMENT TO THIRD PARTY :

Request for payment/part payment to third party (i.e., other than the party on whom the order has been placed) will not be entertained by OIL under any circumstances. The offers stipulating payment/part payment to such third party will be considered as non-responsive and such offers will be rejected.

21.0 BANKING CHARGES :

All banking charges will be to the bidder's account. 22.0 ADVANCE PAYMENT : 22.1 Request for advance payment shall not be normally considered. Depending on merit and

at the discretion of OIL, advance payment may be agreed at an interest rate of 1% above the prevailing Bank rate (CC rate) of State Bank of India compounding on quarterly basis from the date of payment of the advance till recovery /refund.

22.2 Advance payment if agreed to by the Company shall be paid only against submission of

an acceptable Bank Guarantee whose value should be equivalent to the amount of advance plus the amount of interest estimated by OIL on the basis of contractual delivery period.

Page 49 of 60 22.3 Bank Guarantee shall be valid for 3 months beyond the delivery period incorporated in

the order and same shall be invoked in the event of Seller's failure to execute the order within the stipulated delivery period.

22.4 In the event of any extension to the delivery date, seller shall enhance the value of the

bank guarantee to cover the interest for the extended period and also shall extend the validity of bank guarantee accordingly.

23.0 CONFIDENTIAL INFORMATION : 23.1 The Bidder / Seller shall treat as confidential all designs, drawings, data or information

written or verbal, supplied by OIL and shall use its best endeavors to ensure that such design, drawings, data or information is not divulged to any third party except with the consent of OIL where necessary for the purpose of performance of its obligation hereunder and subject to similar undertakings being obtained from such third parties to treat such design, drawings, data or information in like confidence other than designs, drawings, data or information which at the time of proposed disclosure are within the public knowledge or in the Bidder’s/Seller's possession.

24.0 PATENT AND OTHER RIGHTS : 24.1 The Bidder/Seller shall fully indemnify OIL against any action, claim or demand, costs

and expenses arising from or incurred by reason of any infringement or alleged infringement of any letter, patent, design, trademark or name, copy right or other legally protected rights in respect of any plant, work, materials to be supplied or any arrangement, system or method of using, fixing or working to be employed by the Bidder/Seller.

24.2 In the event of any claim or demand being made or action brought against OIL in respect

of any of the aforesaid matters, OIL shall notify the Bidder/Seller thereof as soon as possible and Bidder/Seller shall conduct with the assistance of OIL if necessary, but at his own expense, all negotiation for the settlement of such matter and any legal proceeding, litigation/ arbitration involved or which may arise therefrom.

25.0 INDEMNITY AND INSURANCE : 25.1 The Bidder/Seller shall defend or hold OIL harmless from all actions, claims, suits and

demands made, against either or both of them in respect of injuries to or death of any person including employees of the Bidder/Seller or non-compliance of any statutory/safety requirement.

25.2 The Bidder/Seller shall also defend and hold OIL harmless for loss of and damage to

property arising from the supply of any goods or materials or the erection, installation repair or operation for a period, of any plant hereunder.

26.0 ASSIGNMENT : 26.1 The Bidder/Seller shall not transfer, assign or sublet the consequent Contract or any part

thereof without the prior consent in writing from OIL. Any permitted transfer/assignment

Page 50 of 60 or subletting shall not relieve the Bidder/Seller of any of his obligations which might have arisen before such permission was given.

27.0 WARRANTY / GUARANTEE : 27.1 Goods, materials or plant (s) to be supplied hereunder shall be new, of recent make, of

the best quality & workmanship and shall be guaranteed by the Seller for a period of 18 (eighteen) months from the date of despatch or 12 (twelve) months from the date of commissioning/receipt (where commissioning is not involved) whichever is earlier against defects arising from faulty materials, workmanship or design. Defective goods / materials or parts notified by OIL to the Seller shall be replaced immediately by the Seller on F.O.R destination basis including payment of all taxes and duties at Seller's expense. This guarantee shall survive and hold good not-withstanding inspection, payment for and acceptance of the goods. However, for consumables like chemicals, cement, tubular etc. the guarantee shall be valid for 12 months from the date of despatch

28.0 DEFAULT IN DELIVERY / LIQUIDATED DAMAGES : 28.1 Time will be of the essence of the contract. 28.2 In the event of the Seller’s default in maintaining the agreed delivery schedule set out in

the order, OIL shall have the right to cancel the order at any time after expiry of scheduled delivery date without any reference to the Seller and make alternative arrangement at the discretion of OIL in which case extra expenditure involved, will be recoverable from the Seller and OIL shall not be responsible towards such cancellation or any damage that may be incurred by the Seller. The decision of OIL shall be final and binding on the Seller.

28.3 As an alternative to Clause No. 28.2 above, OIL reserve the right to accept the materials

but, the Seller shall be liable to pay liquidated damages @ 0.5% per week or part thereof of the value of the goods in respect of which default in delivery takes place subject to a maximum of 7.5 %. Should there be default on the part of the Seller for more than 15 Weeks from the scheduled date to complete the delivery or to complete the installation/commissioning & Training (wherever applicable) successfully, OIL shall have the right, in addition to the provisions under Clause 28.2 to invoke the Performance Security without causing any notice to the Seller to this effect. The amount of liquidated damage as stipulated above is a pre-estimated genuine loss as agreed by both the parties and shall be payable without any demur and shall not be open for any dispute whatsoever.

28.4 The liquidated damage as agreed by both the parties as a genuine pre-estimated loss shall

be payable on Landed Cost of the materials at Jodhpur inclusive of all cost to the extent of default (undelivered portion only in cases where part delivery is acceptable) and commissioning at site is not involved.

29.0 FORCE MAJEURE : 29.1 In the event of either of the parties being rendered unable, wholly or in part by force

majeure to carry out its obligations under the agreement when entered into, it is agreed that on such party giving notice and full particulars of such force majeure in writing or by telegram / telex / fax to other party as soon as possible (within maximum one week), after the occurrence of the cause relied on then the obligations of the party giving such notice

Page 51 of 60 with proper documentary evidence so far as they are affected by such force majeure, shall be suspended during the continuance of any inability so caused but for no longer period, and such cause as far as possible be remedied with all reasonable effort.

29.2 The term “Force Majeure" as used herein shall mean ‘Acts of God’ including Landslides,

Lightning, Earthquake, Fires, Storms, Floods, declared Wars, Blockades, insurrection, riots, Government regulations etc., which are not within the control of the party claiming suspension of its obligations within the meaning of the above Clause 29.1 and which renders performance of the contract by the said party completely impossible.

30.0 DEFAULT : 30.1 In the event of an Contract with the Bidder, if the Bidder/Seller contravenes any of the

provisions of the Contract or neglects to carry out his obligations of the Contract, OIL may give notice in writing thereof requiring the Bidder/Seller to remedy the breach within seven days, or within such period as OIL may agree to be reasonable and in the event of Bidder’s/Seller's failing to do so, OIL will be at liberty to purchase the goods elsewhere or have the work which the Bidder/Seller has neglected to do, carried out by some other person at the Bidder’s/Seller's expense. In such an event OIL shall have the right to terminate the Contract.

31.0 TERMINATION : 31.1 In the event of an Contract with the Bidder, OIL shall have the right to terminate the

Contract giving 7 days notice or such reasonable time and in this event shall pay to the Bidder/Seller such sum as shall fully compensate the Bidder/Seller for work carried out by him in performance of the Contract prior to such termination.

32.0 APPLICABLE LAW :

The contract arising out of this tender shall be interpreted in accordance with and governed by the laws of India.

33.0 ARBITRATION : 33.1 All disputes and differences whatsoever arising between the parties out of or relating to

the construction, meaning and operation or effect of this Tender and consequent Contract or the breach thereof shall be mutually settled. However, in case no such mutual settlement is arrived at, the matter shall be settled by arbitration in accordance with the provision of arbitration of the Indian Arbitration & Conciliation Act, 1996 and any statutory modification or re-enactment thereof and the Rules made there under and for the time being in force. The venue of arbitration shall be at Jodhpur unless otherwise agreed by OIL

33.2 In case of dispute with the Seller who happens to be a Public Sector Undertaking, the

same shall be resolved as per Department of Public Enterprises (DPE) guidelines.

Page 52 of 60 34.0 BID REJECTION CRITERIA :

The bids must conform to the specifications, terms, and conditions given in the NIT. Bids shall be rejected in case the items offered do not conform to the required minimum / maximum parameters stipulated in the technical specifications and to the respective international /national standards wherever stipulated. Notwithstanding the general conformity of the bids to the stipulated specifications and terms and conditions, the following requirements shall have to be particularly met by the bidders, without which the offer will be considered as non-responsive and rejected:

34.1 Bidders shall offer firm price through delivery and not subject to variation on any

account. Bids with adjustable price shall be treated as non responsive and rejected. 34.2 Offers with inadequate validity will be rejected. 34.3 Bids received after Bid Closing Date and time shall be rejected. Also, modification of

Bids received after Bid Closing Date/time shall not be considered. 34.4 Offers received from unsolicited parties shall not be considered and rejected. 34.5 Bids shall be typed or written in indelible ink and Original bid shall be signed by the

bidder or his authorized representative on all pages failing which the bid shall be liable for rejection.

34.6 Offers received through Telex / Cable / Fax / E-mail/telephone shall be rejected unless

specifically asked for in writing. Similarly offers received as xerox/ photocopy which is not on original letterhead of the Bidder & not duly signed & stamped will be rejected.

34.7 Bids shall contain no interlineations, erasures or overwriting except as necessary to

correct errors made by bidder, in which case such corrections shall be initialed by the person (s) signing the bid. Any bid not meeting this requirement shall be liable for rejection.

34.8 Any offer containing incorrect statement will be rejected 34.9 Bids without original Bid Security as per Para 6.0 (wherever called for) and confirmation

regarding submission of requisite Performance Security as per Para 7.0 (wherever called for) shall be rejected.

34.10 Bids not submitted in compliance with Special methods of marking & sealing under Two

Bid / Two Stage Bidding system mentioned in Para 9.2 (whenever applicable) will be rejected.

34.11 Bids submitted without all the cost details required vide Annexure II will be rejected. 34.12 Bids not submitted in compliance with Para 4.9.2 regarding submission of samples

(whenever applicable) will be rejected. 34.13 Any mention of price details in the technical bid in case of single stage two bid system.

Page 53 of 60 35.0 BID EVALUATION CRITERIA : 35.1 Bids which are found to be responsive and meeting the requirement both specification

wise and terms and conditions in the enquiry will be considered for final evaluation. 35.2 Each item shall be normally evaluated independently unless otherwise stated. 35.3 In the event of computational error between unit price and total price, unit price shall

prevail and adopted for evaluation. 35.4 Similarly, in the event of discrepancy between words and quoted figure, words will

prevail. 35.5 Preference to Public Sector Undertaking and Small Scale Industries etc. will be given as

per prevailing Government Guidelines as applicable on bid closing date. 35.6 At the time of evaluation of the offers, past performance of similar equipment supplied

by the bidder as well as after-sales service, supply of spares, etc. in respect of such equipment by the concerned bidder will be considered / evaluated. If the same are not found to be satisfactory as already communicated to the bidder, the offer may be considered as unacceptable offer and rejected.

35.7 Considering the nature of the item, if the product offered by the lowest acceptable bidder

is not field proven in OIL, purchaser at its discretion may place a trial order to the extent of 25% (maximum) only and balance quantity will be procured from other competitive bidders whose product has been field proven in OIL.

36.0 COMPARISON OF OFFERS : 36.1 Comparison of the bids will be done on total F.O.R. destination cost basis to ascertain the

lowest bid. Railway freight in case of bulky consignments (forming rake loads) and road freight for others will be considered for arriving at the FOR destination cost.

36.2 In case of any conflict between the Rejection/Evaluation criteria stipulated here with that

given in the Invitation for Bid, those mentioned in the Invitation for Bid will prevail.

37.0 General Health, Safety and Environment aspects will be as per the terms set forth in Appendix –A

38.0 SET OFF:- “Any sum of money due and payable to the Supplier (including security

Deposit refundable to them) under this or any other contract may be appropriated by the Company and set off against any claim of the Company (or such other person or persons contracting through the Company) for payment of a sum of money arising out of this contract or under any other contract made by the Supplier with the Company (Or such other person or persons contracting through the Company)”

********

Page 54 of 60 ANNEXURE-II

PRICE SCHEDULE

To,

Chief Manager(M&C), Oil India Limited, Rajasthan Project 12, Old Residency Road, JODHPUR -342011 (RAJASTHAN)

Enquiry No. ...........................................................................

With reference to your above enquiry we quote our best prices as under : Enquiry Item No.

Brief Description Quantity Unit Unit Price (In figure)

Unit Price (in words)

- Total Ex-works price : - Packing & Forwarding charges : - Third Party Inspection charges if any : - Excise Duty ……………. : - Sales Tax ……………… : - Other charges (Please specify) : - Total FOR Despatching Station : - Name of Despatching station : - Erection and Commissioning Charges if any : - Firm freight upto Jodhpur by Road / Rail / air / Courier : - Transit Insurance if any : - FOR Jodhpur value : - Delivery Period : - Validity : - Payment term : - Bid Security if any : - Whether performance security (if applicable) would be

submitted in the event of order placement : Yes / No - Name of original manufacturer : - Other terms if any :

We agree to all the terms and conditions given in Annexure MM/RP/INDIGENOUS

TENDER/2009 of the Tender Document. We confirm that material will conform to OIL’s specification. --------------------------------------------------------------------------- SIGNATURE OF WITNESS SIGNATURE & SEAL OF TENDER Full Name : Full Name : Address : Address : Date : Date :

Page 55 of 60 ANNEXURE-III

To,

Chief Manager(M&C), Oil India Limited, Rajasthan Project 12, Old Residency Road, JODHPUR -342011 (RAJASTHAN)

Dear Sir,

Sub : Your Enquiry No......................................................... For .................................................. Mr. /Mrs. ........................................................ has been authorised to be present at the time of opening of the above Enquiry due on ............ At Jodhpur on my/our behalf.

Yours faithfully,

Page 56 of 60 ANNEXURE-IV

BID SECURITY FORM

Whereas ............................................................................................................................................. (hereinafter called ‘the Bidder’) has submitted their Bid No. .......................................................... dated........................ against OIL INDIA LIMITED, JODHPUR, RAJASTHAN, INDIA (hereinafter called the Purchaser)’s Enquiry No............................................................. for the supply of ............................................................................................................. (hereinafter called ‘the bid’ .............................................................................................. KNOW ALL MEN by these presents that we .............................................................. Of ................................................................................................... having registered office at ........................................................................................................................... (hereinafter called ‘the bank’) are bound unto the Purchaser, in the sum of ................. for which payment will and truly be made to the said Purchaser, the Bank binds itself, its successors and assigns by these presents. THE CONDITIONS of this obligations are : 1. If the Bidder, withdraws their bid during the period of bid validity specified by the Bidder or 2. If the Bidder, having been notified of the acceptance of their bid by the purchaser during the period of bid validity : a) fails or refuses to accept the order, or b) fails or refuses to furnish the performance security. We undertake to pay to the purchaser up to the above amount upon receipt of their first written demand (by way of letter/fax/cable) without the purchaser having to substantiate their demand, provided that in their demand the purchaser will note that the amount claimed by it is due to it owing to the occurrence of one or both of the two conditions, specifying the occurred conditions or conditions. This Guarantee will remain in force upto and including sixty (60) days after the period of bid validity, and any demand in respect thereof should reach the Bank not later than the above date. Sealed with the ............................... Said Bank this .................... day of ................................

Signature of the Bank.

Page 57 of 60 ANNEXURE-V

PERFORMANCE SECURITY FORM

To,

Chief Manager(M&C), Oil India Limited, Rajasthan Project 12, Old Residency Road, JODHPUR -342011 (RAJASTHAN)

WHEREAS ......................................................................................………………………………

(name of the Seller) hereinafter called ‘the Seller’ has undertaken, in pursuance of order No.............................dated .................. to supply .................................................................................................(description of Goods and Services) hereinafter called ‘the Contract’. AND WHEREAS it has been stipulated by you in the said Contract that the Seller shall furnish you with a Bank Guarantee by a recognised Bank for the sum specified therein as security for compliance with the Seller’s performance obligations in accordance with the Contract. AND WHEREAS we have agreed to give the Seller a Guarantee : THEREFORE we hereby affirm that we are Guarantors and responsible to you, on behalf of the Seller, upto a total of ...................................................(amount of the Guarantee in words and figures) and we undertake to pay you, upon first written demand declaring the Seller to be in default under the contract and without cavil or argument sum or sums within the limits of ..................... (amount of Guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein. This Guarantee is valid until the .................... day of .......................... Signature of the Bank

Page 58 of 60 APPENDIX – A

Page – 1 of 3 GENERAL HSE POINTS 1. It will be solely the Contractor’s responsibility to fulfill all the legal formalities with

respect to the Health, Safety and Environmental aspects of the entire job (namely; the person employed by him, the equipment, the environment etc.) under the jurisdiction of the district of that state where it is operating. Ensure that all sub-Contractors hired by him comply with the same requirement as the Contractor himself and shall be liable for ensuring compliance all HSE laws by the sub or sub-sub Contractors.

2. Every person deployed by the Contractor in a mine must wear safety gadgets to be

provided by the Contractor. The Contractor shall provide proper Personnel Protective Equipment as per the hazard identified and risk assessed for the job and conforming to statutory requirement and company PPE schedule. Safety appliances like protective footwear, Safety Helmet and Full Body harness has to be DGMS approved. Necessary supportive document shall have to be submitted as proof. If the Contractor fails to provide the safety items as mentioned above to the working personnel, the Contractor may apply to the Company (OIL) for providing the same. OIL will provide the safety items, if available. But in turn, OIL will recover the actual cost of the items by deducting from Contractor’s Bill. However, it will be the Contractor’s sole responsibility to ensure that the persons engaged by him in the mines use the proper PPE while at work. All the safety gears mentioned above are to be provided to the working personnel before commencement of the work.

3. The Contractor shall prepare written Safe Operating Procedure (SOP) for the work to be

carried out, including an assessment of risk, wherever possible and safe methods to deal with it/them. The SOP should clearly state the risk arising to men, machineries & material from the mining operation/operations to be done by the Contractor and how it is to be managed.

4. The Contractor shall provide a copy of the SOP to the person designated by the mine

owner who shall be supervising the Contractor’s work. 5. Keep an up to date SOP and provide a copy to changes to a person designated by the

Mine Owner/Agent/Manager. 6. Contractor has to ensure that all work is carried out in accordance with the Statute and

SOP and for the purpose he may deploy adequate qualified and competent personnel for the purpose of carrying out the job in a safe manner. For work of a specified scope/nature, he should develop and provide to the mine owner a site specific code of practice in line.

7. All persons deployed by the Contractor for working in a mine must undergo Mines

Vocational Training, initial medical examination, PME. They should be issued cards stating the name of the Contractor and the work and its validity period, indicating status of MVT, IME & PME.

Page 59 of 60 APPENDIX – A

Page – 2 of 3 8. The Contractor shall submit to DGMS returns indicating - Name of his firm, Registration

number, Name and address of person heading the firm, Nature of work, type of deployment of work persons, Number of work persons deployed, how many work persons hold VT Certificate, how many work persons undergone IME and type of medical coverage given to the work persons.

9. The return shall be submitted quarterly (by 10th of April, July, October & January) for

contracts of more than one year. However, for contracts of less than one year, returns shall be submitted monthly.

10. It will be entirely the responsibility of the Contractor/his Supervisor/Representative to

ensure strict adherence to all HSE measures and statutory rules during operation in OIL’s installations and safety of workers engaged by him. The crew members will not refuse to follow any instruction given by Company’s Installation Manager / Safety Officer / Engineer / Official / Supervisor / Junior Engineer for safe operation.

11. Any compensation arising out of the job carried out by the Contractor whether related to

pollution, Safety or Health will be paid by the Contractor only. 12. Any compensation arising due to accident of the Contractor’s personnel while carrying

out the job, will be payable by the Contractor. 13. The Contractor shall have to report all incidents including near miss to Installation

Manager/departmental representative of the concerned department of OIL. 14. The Contractor has to keep a register of the persons employed by him/her. The

Contractor’s supervisor shall take and maintain attendance of his men every day for the work, punctuality.

15. If the Company arranges any safety class/training for the working personnel at site

(Company employees, Contractor worker, etc.) the Contractor will not have any objection to any such training.

16. The health check up of Contractor’s personnel is to be done by the Contractor in

authorized Health Centers as per OIL’s requirement & proof of such test(s) is to be submitted to OIL. The frequency of periodic medical examinations should be every five years for the employees below 45 years of age and every three years for employees of 45 years of age and above.

17. To arrange daily tool box meeting and regular site safety meeting and maintain records. 18. Records of daily attendance, accident report etc. are to be maintained in Form B, E, J (as

per Mines Rules 1955) by the Contractor. 19. A Contractor employee must, while at work, take reasonable care for the health and

safety of people who are all the employee’s place of work and who may be affected by the employee’s act or omissions at work.

Page 60 of 60 APPENDIX – A

Page – 3 of 3 20. A Contractor employee must, while at work, cooperate with his or her employer or other

persons so far as is necessary to enable compliance with any requirement under the act or the regulations that is imposed in the interest of health, safety and welfare of the employee or any other person.

21. Contractor’s arrangements for health and safety management shall be consistent with

those for the mine owner. 22. In case Contractor is found non-compliant of HSE laws as required Company will have

the right for directing the Contractor to take action to comply with the requirements, and for further non-compliance, the Contractor will be penalized prevailing relevant Acts/Rules/Regulations.

23. When there is a significant risk to health, environment or safety of a persons or place

arising because of a non-compliance of HSE measures Company will have the right to direct the Contractor to cease work until the non-compliance is corrected.

24. The Contractor should prevent the frequent change of his contractual employees as far as

practicable. 25. The Contractor should frame a mutually agreed bridging document between OIL & the

Contractor with roles and responsibilities clearly defined. 26. For any HSE matters not specified in the Contract document, the Contractor will abide

the relevant and prevailing Acts/rules/regulations/pertaining to Health, Safety and Environment.

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