Top Banner
OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata – 700 001. OIL INDIA LIMITED invites indigenous competitive bid through its e-procurement portal – https://etender.srm.oilindia.in/sap/bc/gui/sap/its/bbpstart/ , for the following e-Tenders :- Srl. No. E-tender Bid Closing Date Materials Description 1. SKI8045P13 14.12.2012 Foam-cum-Water Monitor 2. SKI8075P13 08.01.2013 Bitumen Felt 2.0 Application showing full address / e-mail address with Tender fee (non- refundable) of ` 1000.00 per tender (excepting PSU and SSI units registered with NSIC) by Demand Draft in favour of M/s. Oil India Limited payable at Kolkata and to be sent to Head-Calcutta Branch, Oil India Limited, 4, India Exchange Place, Kolkata – 700 001 only. Application shall be accepted only upto one week prior to Bid Closing Date . The envelope containing the application for participation should clearly indicate “REQUEST FOR ISSUE OF USER ID AND PASSWORD FOR E-TENDER NO..” for easy identification and timely issue of authorisation. On receipt of requisite tender fee, USER_ID and initial PASSWORD will be communicated to the bidder (through-e-mail) and will be allowed to participate in the tender through OIL’s e-Procurement portal. No physical tender documents will be provided. Details of NIT can be viewed using “Guest Login” provided in the e- Procurement portal. The link to e-Procurement portal has been also provided through OIL’s web site www.oil-india.com.
29

OIL INDIA LIMITED invites indigenous competitive bid ...OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata – 700 001. OIL INDIA LIMITED invites indigenous

Nov 30, 2020

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: OIL INDIA LIMITED invites indigenous competitive bid ...OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata – 700 001. OIL INDIA LIMITED invites indigenous

OIL INDIA LIMITED ( A Govt. of India Enterprise )

4, India Exchange Place,

Kolkata – 700 001.

OIL INDIA LIMITED invites indigenous competitive bid through its e-procurement portal –

https://etender.srm.oilindia.in/sap/bc/gui/sap/its/bbpstart/, for the following e-Tenders :-

Srl. No. E-tender Bid Closing Date Materials Description

1. SKI8045P13 14.12.2012 Foam-cum-Water Monitor

2. SKI8075P13 08.01.2013 Bitumen Felt

2.0 Application showing full address / e-mail address with Tender fee (non-

refundable) of ` 1000.00 per tender (excepting PSU and SSI units registered with

NSIC) by Demand Draft in favour of M/s. Oil India Limited payable at Kolkata

and to be sent to Head-Calcutta Branch, Oil India Limited, 4, India Exchange

Place, Kolkata – 700 001 only. Application shall be accepted only upto one week prior

to Bid Closing Date. The envelope containing the application for participation should

clearly indicate “REQUEST FOR ISSUE OF USER ID AND PASSWORD FOR

E-TENDER NO..” for easy identification and timely issue of authorisation. On

receipt of requisite tender fee, USER_ID and initial PASSWORD will be

communicated to the bidder (through-e-mail) and will be allowed to participate in the

tender through OIL’s e-Procurement portal. No physical tender documents will be

provided. Details of NIT can be viewed using “Guest Login” provided in the e-

Procurement portal. The link to e-Procurement portal has been also provided

through OIL’s web site www.oil-india.com.

Page 2: OIL INDIA LIMITED invites indigenous competitive bid ...OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata – 700 001. OIL INDIA LIMITED invites indigenous

TENDER NO. SKI8045P13/04

INVITATION TO e-BID UNDER

Dear Sirs,

OIL invites Bids for Remote operated Foam cum water monitor with Foam Induction MechanismSINGLE STAGE TWO BID SYSTEM

conditions are available at Booklet No.

Tenders. The prescribed Bid Forms for submission of bids are available in the tender document

folder.

The general details of tender can be viewed

invitation screen. The details of items tendered can be found by clicking to

The tender is invited with firm price for

in C FOLDER as ANNEXURE II

The tender will be governed by:

a) “General Terms & Conditions”

01/2010 for E-Procurement LCB Tenders.

b) Technical specifications and

c) Offers should be valid for minimum

Date, failing which offer shall be rejected

d) The prescribed Bid Forms

folder. Checklist and Response Sheet

technical bid.

e) In the event of receipt of only a single offer against the tender within 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.

f) Any sum of money due an

refundable to them) under this or any other contract may

Limited and set-off against any claim of Oil India Limited (or such other person or persons

OIL INDIA LIMITED

(A Government of India Enterprises)

4, India Exchange Place

Kolkata -1

TELEPHONE NO. (033) 222301657

FAX NO: (033) 22302596

Email: [email protected];[email protected]

DATE:

BID UNDER SINGLE STAGE TWO BID SYSTEM

Remote operated Foam cum water monitor with Foam Induction Mechanism through its e-Procurement

SYSTEM. The bidding documents and other terms and

are available at Booklet No. MM/CALCUTTA/E-01/2010 for E-Procurement LCB

Forms for submission of bids are available in the tender document

can be viewed at ‘Basic data’ under ‘Header data

invitation screen. The details of items tendered can be found by clicking to ‘Item data

The tender is invited with firm price for the specified quantity. Further details of tender are

ANNEXURE II.

The tender will be governed by:

“General Terms & Conditions” for e-Procurement as per Booklet No. MM/CALCUTTA/E

Procurement LCB Tenders.

and Quantity as per Annexure II

Offers should be valid for minimum 120 days from the date of Technical

, failing which offer shall be rejected.

for submission of bids are available in the tender document

Response Sheet must be filled-up and submitted along with the

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

ves 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.

Any sum of money due and payable to the contractor (including Security Deposit

refundable to them) under this or any other contract may be appropriated by Oil India

off against any claim of Oil India Limited (or such other person or persons

TELEPHONE NO. (033) 222301657

FAX NO: (033) 22302596

[email protected];[email protected]

DATE: 20.11.2012

SYSTEM

Remote operated Foam cum water monitor Procurement site under

bidding documents and other terms and

Procurement LCB

Forms for submission of bids are available in the tender document

Header data’ in Bid

Item data’.

Further details of tender are given

MM/CALCUTTA/E-

date of Technical Bid closing

for submission of bids are available in the tender document

up and submitted along with the

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

ves 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

d payable to the contractor (including Security Deposit

be appropriated by Oil India

off against any claim of Oil India Limited (or such other person or persons

Page 3: OIL INDIA LIMITED invites indigenous competitive bid ...OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata – 700 001. OIL INDIA LIMITED invites indigenous

contracting through Oil India Limited) for payment of sum of money arising out of this

contract or under any other contract made by the contractor with Oil India Limited (or such

other person or persons contracting through Oil India Limited).

2.0 Application showing full address / e-mail address with Tender fee (non-refundable) of `

1000.00 per tender (excepting PSU and SSI units registered with NSIC) by Demand Draft in

favour of M/s. Oil India Limited payable at Kolkata and to be sent to Head-Calcutta

Branch, Oil India Limited, 4, India Exchange Place, Kolkata – 700 001 only till one week

prior to the bid closing date. The envelope containing the application for participation

should clearly indicate “Request for participation” for easy identification and timely issue

of authorisation. On receipt of requisite tender fee and subject to fulfillment of eligibility

criteria, USER_ID and initial PASSWORD will be communicated to the bidder (through-e-

mail) and will be allowed to participate in the tender through OIL’s e-Procurement portal. No

physical tender documents will be provided.

3.0 The tender is invited under SINGLE STAGE-TWO BID SYSTEM. The bidders are

required to submit both the “TECHNICAL” and “COMMERCIAL” bids through

electronic format in the OIL’s e-Tender portal within the Bid Closing Date and Time

stipulated in the e-Tender. Please ensure that Technical Bid / all technical related

documents related to the tender are uploaded in the c-Folder link (collaboration link)

under Un-priced Bid Tab Page only. Please note that no price details should be uploaded as

c-Folder link (collaboration link) under Un-priced Bid Tab Page. Details of prices as per

Bid format / Commercial bid can be uploaded as Attachment in the attachment link under

“Unpriced Bid” under “General Data”. A screen shot in this regard is given below. Offer

not complying with above submission procedure will be rejected as per Bid Rejection

Criteria .

On change Mode- The following screen will appear. Bidders are advised to Upload “Techno-Commercial

Unpriced Bid” and “Priced Bid” in the places as indicated below:

Page 4: OIL INDIA LIMITED invites indigenous competitive bid ...OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata – 700 001. OIL INDIA LIMITED invites indigenous

* The “TECHNO-COMMERCIAL UNPRICED BID” shall contain all techno-

commercial details except the prices.

** The “PRICE BID” must contain the price schedule and the bidder’s commercial

terms and conditions. 4.0 Please note that all the tender forms and supporting documents are to be submitted through

OIL’s E-procurement site only except the following documents are to be submitted manually

in a seal envelop super scribed with Tender no. and Bid Closing Date to Head-Calcutta

Branch, Oil India Limited, 4, India Exchange Place, Kolkata – 700 001 only on or before bid

closing date and time mentioned in the tender.

a) Original Bid Security

b) PSU and SSI units registered with NSIC claiming exemption from submission

of Bid Security should submit all credential.

c)Any other document required to be submitted in original as per tender

requirement

All documents submitted in physical form should be signed on all pages by the authorised

signatory of the bidder and to be submitted in triplicate.

5.0 Bidders are requested to examine all instructions, forms, terms and specifications in the

bid. Failure to furnish all information required as per the NIT or submission of offers not

substantially responsive to the bid in every respect will be at the bidders risk and may result in

rejection of its offer without seeking any clarifications.

6.0 All the Bids must be Digitally Signed using “Class 3” digital certificate (e-commerce

application) with organisation name as per Indian IT Act obtained from the licensed

Certifying Authorities operating under the Root Certifying Authority of India

(RCAI), Controller of Certifying Authorities (CCA) of India.

Area for uploading Priced

Bid**

Area for uploading Techno-

Commercial Unpriced Bid*

Page 5: OIL INDIA LIMITED invites indigenous competitive bid ...OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata – 700 001. OIL INDIA LIMITED invites indigenous

7.0 Bidders must ensure that their bid is uploaded in the system before the tender closing date

and time. Also, they must ensure that above documents which are to be submitted in a sealed

envelope are also submitted at the above mentioned address before the bid closing date and

time failing which the offer shall be rejected.

8.0 Single stage Two bid system shall be followed for this tender and only the price-bids of the

bidders whose offers are commercially and technically acceptable shall be opened for further

evaluation.

9.0 a) The Integrity Pact is applicable against this tender. OIL shall be entering into an

Integrity Pact with the bidders as per format enclosed vide Annexure V of the tender

document. This Integrity Pact proforma has been duly signed digitally by OIL’s

competent signatory. The proforma has to be returned by the bidder (along with the

technical bid) duly signed (digitally) by the same signatory who signed the bid, i.e., who

is duly authorized to sign the bid. Any bid not accompanied by Integrity Pact Proforma

duly signed (digitally) by the bidder shall be rejected straightway. Uploading the

Integrity Pact with digital signature will be construed that all pages of the Integrity

Pact has been signed by the bidder’s authorized signatory who sign the Bid.

b) The name of the OIL’s Independent External Monitors at present are as under:

i) SHRI N. GOPLASWAMI, I.A.S. (Retd.),

Former Chief Election Commissioner of India

E-mail Id : [email protected]

ii) SHRI RAMESH CHANDRA AGARWAL, IPS (Retd.)

Former Director General of Police

E-mail Id : [email protected]

10.0 The tender shall be governed by the Bid Rejection & Bid Rejection Criteria given in

enclosed Annexure II . However, if any of the Clauses of the Bid Rejection Criteria / Bid

Evaluation Criteria (as per Annexure-II) contradict the Clauses of the tender and / or

“General Terms & Conditions” as per Booklet No. MM/CALCUTTA/E-01/2010 for E-

procurement (LCB Tenders) elsewhere, those in the BEC / BRC shall prevail.

Yours Faithfully

Sd/-

(D. BHATTACHARJEE)

MANAGER MATERIALS

FOR : HEAD-CALCUTTA BRANCH

Page 6: OIL INDIA LIMITED invites indigenous competitive bid ...OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata – 700 001. OIL INDIA LIMITED invites indigenous

Tender No& Date : SKI8045P13

Tender Fee : 1000.00 INR

Bid Security Amount : 7,76,000.00

Bidding Type : SINGLE STAGE TWO BID SYSTEM

Bid Closing on : As mentioned in the Basic Data of e

Bid Opening on : As mentioned in the Basic Data of e

Performance Guarantee : Applicable

OIL INDIA LIMITED invites Indigenous tenders for items detailed below:

TECHNICAL SPECIFICATIONS WITH QUANTITY

SLNO & MATERIAL

CODE NO.

MATERIAL DESCRIPTION.

10

------------

99072837

Remote operated Foam cum water monitor with Foam Induction Mechanism

MONITOR,REMOTE OPERATED

FOAM CUM WATER

20

---------

MONITOR,MANUALLY OPERATED

FOAM CUM WATER

OIL INDIA LIMITED

(A Government of India Enterprise)

4, India Exchange Place, 4th

floor,

Kolkata 700001,

West Bengal (India)

TELEPHONE NO. (033) 2230 1657 / 58 / 59

FAX NO: (91

Email : [email protected]

[email protected]

ANNEXURE-II

8045P13 /04 DATED 20.11.2012

: 1000.00 INR

7,76,000.00 INR

SINGLE STAGE TWO BID SYSTEM

mentioned in the Basic Data of e-portal

As mentioned in the Basic Data of e-portal

Performance Guarantee : Applicable

OIL INDIA LIMITED invites Indigenous tenders for items detailed below:

TECHNICAL SPECIFICATIONS WITH QUANTITY

MATERIAL DESCRIPTION. QUANTITY UNIT

Remote operated Foam cum water monitor with Foam Induction Mechanism

MONITOR,REMOTE OPERATED

FOAM CUM WATER

36

SET

MONITOR,MANUALLY OPERATED

FOAM CUM WATER

16

NO

TELEPHONE NO. (033) 2230 1657 / 58 / 59

FAX NO: (91-033) 2230 2596

[email protected]

[email protected]

UNIT

SET.

NO

Page 7: OIL INDIA LIMITED invites indigenous competitive bid ...OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata – 700 001. OIL INDIA LIMITED invites indigenous

99074233

DETAILED SPECIFICATIONS

Remote operated Foam cum water monitor with Foam Induction Mechanism. Capacity : Variable flow of 1000, 750 and 500 GPM with single Nozzle.

Type : Non-aspirating

1.0 SCOPE

This specification covers the requirements regarding design, materials, fabrication,

performance, testing and supply of remote operated foam cum water monitor to be

used for fire fighting. The scope of supply shall include UL listed or FM approved

non-aspirating type foam-cum-water monitor to be used for Fire fighting along

with the remote operation mechanism (remote operated mechanism may or may

not be UL listed or FM approved), Motor Operated Isolation valve & flame proof

control panel etc. to facilitate remote operation of the monitor.

Foam-cum-water monitor is required in the following discharge capacities: 1000

USGPM adjustable to 750 USGPM & 500 USGPM at 7.0Kg/cm2 inlet pressure

with the same single nozzle. The Monitor shall be designed for mounting on stand

posts or elevated platform /tower at fixed locations. The monitor shall be capable

to give discharge in the form of hollow jet and spray arrangement. All the

operation of the monitor viz. Horizontal movement, Vertical Movement, Jet/spray

adjustment should be possible manually from Monitor (without use of power) and

remotely from remote control panel.

2.0 MONITOR & FOAM INDUCTION:

2.1 Foam Induction System

2.1.1 Foam feeding shall be by a separate & single aqua powered foam inductor.

The induction system shall be UL listed or FM approved for use along with

tendered monitor.

2.1.2 The Foam Inductor should be capable of feeding foam concentrate from a

horizontal distance of up-to 75 meters from the Monitor Nozzle.

Page 8: OIL INDIA LIMITED invites indigenous competitive bid ...OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata – 700 001. OIL INDIA LIMITED invites indigenous

2.1.3 The inlet and outlet of foam Inductor shall be provided with standard 63-mm

male and female instantaneous couplings as per IS:903.

2.1.4 The length of the foam pick up tube shall be 3-4 Meters. It should be possible

to induct 3% foam for all the three flows, however, variation of +20% of the

induction rate is permissible. Manual valve shall be provided at foam inductor to

set foam induction as per 1000 USGPM, 750 USGPM or 500 USGPM water flows.

2.2 Monitor

2.2.1 The monitor shall be able to discharge 1000 USGPM, 750 USGPM and 500

USGPM (depending upon adjustment at the Nozzle) at a pressure of 7.0Kg/CM2

(g) at the mating/mounting flange. The foam compound shall be AFFF/FFFP.

2.2.2 The nozzle shall produce foam with foam expansion ratio 1:3 to 1:4.

2.2.3 The pattern of the Water/foam jet nozzle shall be adjustable from straight to

140deg wide spray.

2.2.4 The monitor shall have traversing mechanism to give 340 deg. in either

direction in horizontal plane and +90 deg. & -15 deg. in vertical plane through

swivel joints operated by worm and worm wheel operated geared unit. There shall

be separate hand wheels for horizontal and vertical movement of the monitor. The

arrangement shall be such that monitor movements can be done by a single person.

All the gear mechanisms shall be sealed by proper enclosure to avoid accumulation

of dust on lubricated parts. Both the traversing mechanisms shall be self locking

type.

2.2.5 The Swivel Joints shall have SS ball bearing with efficient sealing.

2.2.6 The monitor shall be variable flow adjustment type and it should be possible

to set all three flow rates easily and quickly at site by the operator.

2.2.7 There shall not be any flanged joint on the monitor body, except one at base

flange. Other Joint between monitor body & nozzle shall be threaded type.

2.2.8 A pressure gauge to indicate the inlet pressure shall be fitted on the monitor

body near inlet of nozzle. Pressure drop across the monitor shall be less than 10

PSI.

2.2.9 A drain connection with valve shall be provided near the base flange.

2.2.10 The monitor shall be so designed as to resist the nozzle reaction forces

during operation and shall be capable of being handled by one person.

Page 9: OIL INDIA LIMITED invites indigenous competitive bid ...OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata – 700 001. OIL INDIA LIMITED invites indigenous

2.2.11 It should be possible to operate the monitor at 10.5 Kg/cm2 pressure at Inlet

flange.

3.0 MATERIAL OF CONSTRUCTION

Item/Part Material of Construction

Nozzle SS-316

Monitor Body SS-316

Flange (150LBS,ANSI B16.5 rating size 100mm) SS-316

Matching Flange (150LBS,ANSI B16.5 rating size 100mm) SS-316

Swivel Joints SS-316

Worm SS-316

Gear SS-316

Spindle for worm SS-316

Hand-wheels for Nozzle, horizontal/vertical movement SS-316

Pick up tube (3-4 meter length) PVC reinforced with high tensile steel wire helix

as per ASTM D1785 sch.80

Drain connection SS-316

Drain valve SS-316

Foam strainer (removable type) SS-316

Foam Inductor SS-316

Foam Inductor Couplings (63mm) SS-316

Nuts/bolts at Monitor SS-316

Mounting Brackets for Motors/Limit switches SS-316

4.0 APPROVAL

The Monitor, Foam Nozzle and Foam Induction device shall be UL Listed or FM

approved with following features:

i) Nozzle : Non-Aspirating type

ii) Monitor Flow : 1000 USGPM, 750 USGPM & 500 USGPM foam

solution with single nozzle.

iii) Operating Pressure : 100 PSI

iv) Induction : Aqua Powered variable flow Foam Inductor (single) suitable

for all the three flow rates (1000 USGPM, 750 USGPM

& 500 USGPM) of monitor.

The flame proof enclosures of Electrical Motors / Electrical panels / Junction

boxes shall be CIMFR/PESO certified as per hazardous area classification.

The flameproof enclosures of Electrical Motors / Electrical panels / Junction boxes

shall be DGMS approved as per hazardous area classification.

5.0 REMOTE CONTROL SYSTEM

Page 10: OIL INDIA LIMITED invites indigenous competitive bid ...OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata – 700 001. OIL INDIA LIMITED invites indigenous

Remote Control System shall be provided for horizontal and vertical rotation of the

monitor from the flameproof control panel to be supplied along with the monitor.

Jet and spray movement of the monitor nozzle shall also be remotely from the

control panel. The remote control system shall be electrically operated.

5.1 Control Panel shall have minimum following indication and control functions

for each monitor.

a. Joystick / Push Buttons with indication for up, down, right and left movements

on the nozzle.

b. Push button/joystick with indication for adjustment of spray / jet.

c. Push Buttons with indication for Open/Close of Motor Operated Isolation valve.

d. Indication Lamps for Power available.

5.2 Control Panel shall be complete with motor starters consisting of required

rating AC-3 motor duty switch, fuse, contactor, bi-metal thermal overload relay

and earth leakage detection relay to suit motor rating, motor start / stop push

button, selector switch, voltmeter etc. and suitable structural frame for mounting of

the panel. Control panel shall be relay based; however in case of specific

requirement the monitor movement controls shall be Programmable Logic

Controller based. Plug-in type relays will not be allowed.

5.3 The control panel shall be minimum Ex-n / Ex-e / Ex-d type in flameproof

enclosure suitable for Zone -2, Gas group # IIA / IIB with GI sheet canopy. Ingress

protection for enclosure shall be minimum IP55.

5.4 Motor shall be minimum Ex-n / Ex-e / Ex-d type suitable for Zone # 2, Gas

group IIA / IIB, temperature class: T3. Ingress protection for motor enclosure shall

be minimum IP55. All the motors installed at monitor shall comply with

requirements enclosed as per Annexure-A.

5.5 4 inch size Motor operated Isolation valve (MOV) shall be supplied along-with

each monitor. Specifications of Isolation valve to be used for MOV are enclosed as

per Annexure-B.

5.6 The electrical motor operated valve actuator for the isolation valve shall be

minimum Ex-n / Ex-e / Ex-d type suitable for Zone # 2, Gas group IIA / IIB &

temperature class: T3. Specifications of the Motor operated valve actuator are

enclosed as per Annexure # C.

5.7 Minimum conductor size for power cable for Control panel shall be 4 mm2

copper and all cables between control panel & monitor junction box shall be

1100V grade PVC insulated, PVC sheathed, armoured with GI strip/wire, fire

Page 11: OIL INDIA LIMITED invites indigenous competitive bid ...OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata – 700 001. OIL INDIA LIMITED invites indigenous

retardant type. The power cables from monitor junction box to monitor motors and

limit/proximity switches shall be flexible fire retardant type.

5.8 Power and Signal cable of 200 meters length for each motor shall be provided

along with the supplies for connection between the monitor motors and control

panel. Flameproof Junction Box, Signal & power cable of 200 meters length for

motor operated isolation valve and common cable tray for above cables shall be

supplied along with each monitor. Power supply cable from emergency feeder to

control panel and shall be under OIL#s scope.

6.0 PERFORMANCE

With pressure of 7 Kg/CM2 (g) at base flange, and Nozzle at 300 to 35 deg. From

horizontal the Monitor shall be capable of giving following performance:

Flow Unit : USGPM Minimum Horizontal Minimum Horizontal

Water Throw Foam Throw

(Unit : Meters) (Unit : Meters)

1000 70 64

750 60 55

500 50 45

Throw to be calculated on the basis of arithmetic average of throws (measured

from monitor base flange to approximate centre of the footprint) in downwind &

upwind directions at prevailing wind speed (maximum 4 KM/hr.) at the time of

performance test. Flow Variation of + 5% is permissible.

7.0 WORKMANSHIP AND FINISH

All the parts shall have good workmanship and finish. All burrs and sharp edges

shall be removed. Passages for foam/water shall have smooth finish.

8.0 PAINTING AND MARKING

8.1 All external surfaces shall be properly shot blasted & provided with two coats

of primer followed by two coats of final paint finish of 50 micron.

8.2 Each monitor shall be clearly and permanently marked (embossed on SS plate)

with the following:

a) Manufacturer's/Supplier#s name

b) Year of manufacturer

c) Purchaser#s name and order reference

d) Capacity

e) UL/FM marking for monitor.

Page 12: OIL INDIA LIMITED invites indigenous competitive bid ...OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata – 700 001. OIL INDIA LIMITED invites indigenous

9.0 SITE WORK

9.1 During erection, installation and commissioning of the monitor at site, vendor

shall have to depute their supervisor to commission all monitors at vendor#s cost.

9.2 Vendor shall depute the supervisor for assistance in installation/

commissioning within two weeks of call from the purchaser.

9.3 Vendor shall submit per man-day charges of supervision along with the priced

offer for any requirement of supervision during installation beyond two days.

10.0 EXCLUSION

10.1 Fire water mains up-to inlet base of monitors is excluded from vendor#s

scope.

10.2 Construction of Elevated platform / Structure.

10.3 Power supply up to the monitor control panel.

10.4 Erection of monitor, MOV & Cables.

11.0 INSPECTION & TESTING

Prior to dispatch from vendor#s shop the following acceptance tests shall be

carried out by the vendor to the complete satisfaction of OIL#s representative in

presence of Third Party Inspection Agency (TPIA) without any extra cost to OIL.

All consumable (e.g. water, foam compound etc.) shall be arranged by vendor at

his own cost. Vendor shall arrange all facilities to carry out inspection & testing as

follows:

# Positive Material Identification (PMI) test for 10% of the monitors.

# Visual and dimensional check.

# Hydraulic test of each monitor body at minimum 25 Kg/CM2 or hydraulic test

pressure specified by UL Listing/ FM approval whichever is higher. The pressure

shall be held for minimum five minutes without any leakage or distortion of any

part.

# Performance test shall be carried out for minimum 20% monitors. In case lot size

is less than 10 monitors than minimum 2 monitors shall be subjected to

performance test. Testing shall be carried out to verify the following performance

parameters as per above specification :

a) Measurement of Flow Rates (1000, 750 & 500 USGPM) at 7Kg/cm2 pressure at

inlet flange. (Variation of +5% is acceptable)

b) Horizontal Movement at 1000 USGPM flow manually by hand wheel & from

remote panel.

c) Vertical Movement at 1000 USGPM flow manually by hand wheel & from

remote panel.

Page 13: OIL INDIA LIMITED invites indigenous competitive bid ...OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata – 700 001. OIL INDIA LIMITED invites indigenous

d) Jet/spray pattern adjustment manually using lugs/handle & from remote panel.

e) Checking operation of all limit/proximity switches.

f) Horizontal Throw for foam & water at all the three 1000, 750 & 500 USGPM

settings (pressure at inlet flange 7 Kg/cm2)

g) Foam Expansion ratio 1:3 to 1:4.

h) Induction rates at all the three 1000, 750 & 500 USGPM settings.

i) Smooth functioning of Changeover of flows by single person without using

tools.

# Routine test as per applicable Indian Standards for all the motors.

Owner or his representative shall have access at all reasonable times to vendor#s

works where the appliance or its accessories are being fabricated and tested.

Annexure-A

Specification for Motors for Monitor Movement

1. Codes and Standards:

The Motor and their components shall comply with the latest editions of relevant

standard issued by BIS (Bureau of Indian Standards).

In case of imported motors standards of the country of origin shall be applicable, if

these standards are equivalent or stringent than the applicable Indian Standards.

The motor shall also conform to the provisions of Central Electrical authority

(India) Regulations, 2010, and other regulation currently in force in the country.

In case, Indian standards are not applicable or not covering any part, the standards

issued by IEC /BS /VED /IEEE /NEMA or equivalent agency shall be applicable.

In case of any contradiction between various referred standards / specifications

/Data sheets and statutory regulations the following order shall be govern.

- Statutory Regulation

- Tender specification

- Code and standards

2. Operating Conditions:

2.1. Ambient Conditions

Motor shall be suitable for operating satisfactorily in humid and corrosive

atmosphere found in refineries, petrochemical plants. Design ambient temperature

of 45º C and an altitude not exceeding 1000M above mean sea level shall be taken

in to consideration. Motor shall be operable under hot & humid outdoor weather

conditions encountered in India.

3. Frequency and Voltage

Page 14: OIL INDIA LIMITED invites indigenous competitive bid ...OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata – 700 001. OIL INDIA LIMITED invites indigenous

Motors shall be suitable for 415 Volts, 3 phase, 50 Hz A.C. Supply

Unless otherwise agreed motor shall be designed for operation at rated output

under the following conditions:

a) The terminal voltage differing from its rated value by not more than ± 6 %

or

b) The frequency differing from its rated value by not more than ± 3 % or

c) Any combination of (a) and (b)

4. Starting

4.1 Unless otherwise specified, motor shall be designed for on-line starting with

suitable protection.

4.2 Motor shall be designed for reacceleration under full load after a momentary

loss of Voltage with residual voltage being 100 % and is in phase opposition to the

applied Voltage.

4.3 Unless otherwise specified, all motors shall be suitable for starting under

specified load conditions with 75% of the rated voltage at the motor terminals.

5. Performance

- Motor shall be rated for intermittent duty cycle (S3), unless otherwise specified.

- Unless otherwise specified, the starting current (as % rated current) shall not

exceed

600% subject to tolerance.

- In particular cases, when the starting with reduced voltage is specified, care shall

be taken

such that the design values of torque meet the load requirement while at the same

time complying to starting conditions mentioned above in S.No.4.

6. Construction

6.1 Insulation

Unless otherwise specified the motor shall be with Class #B# insulation as a

minimum. In case of motor with class #F# insulation the permissible temperature

rise above the specified ambient temperature shall be limited to those specified in

the applicable Indian Standard for class #B# insulation.

In case of motors driving equipment with pulsating loads, special care shall be

taken for the joints of rotor bars and end rings to avoid premature failure due to

induced fatigue stress.

6.2 Terminal Box and Cable Entries

Page 15: OIL INDIA LIMITED invites indigenous competitive bid ...OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata – 700 001. OIL INDIA LIMITED invites indigenous

The terminal box shall be suitable enough to facilitate easy connection of the

cables. The terminal box shall be with necessary clearances, creepage distances

between live parts and between live parts to earth considering air insulation and

without any compound filling. The terminal box shall be provided with cable lugs

and entries for suitable cable glands corresponding to the size of the specified

cable. Nickel plated brass ( or aluminum if specifically required) , double

compression type cable glands / flame proof cable gland shall be supplied along

with the motors for the specific cable size.

Equipment and accessories shall conform to the hazardous area classification and

the environmental conditions as specified.

The terminal box shall be capable to withstand internal short circuit conditions

without danger to personnel or plant.

Appropriate phase markings as per IS shall be provided inside the terminal box.

The marking shall be non removable and indelible.

6.3 Earthing :

Two separate earthing studs shall be provided on the motor body. One additional

earth point shall be provided inside the motor terminal box.

Annexure #B

SPECIFICATION FOR ELECTRICAL MOTOR OPERATED GATE VALVE

1. Technical Data Sheet For Gate Valve

Rating : 150 Standard: API 600/ISO10434

Size: 4#Gate Valve Ends: Flanged to B-16.5, RF/125AARH

Description Construction Material

Body Cast ASTM A 216 CR. WCB

Bonnet Bolted ASTM A 216 GR WCB

Stem Rising ASTM A 182 Gr. F6a / ASTM A308

Wedge disc Solid/flexible 13% CR Steel Facing/13% Chrome

Body seat ring Renewable/Non-renewable ASTM A105 + HF with Stellite

Stem packing Renewable with valve open on stream Corrosion inhibited die

formed flexible

graphite with braided anti extrusion rings

Hand wheel Non rising Malleable Iron Cast ST/FAB.ST/DUCT.IRON

Bonnet bolts ASTM A 193 GR B7

Bonnet nuts ASTM A194 GR 2H

Requirement of

Page 16: OIL INDIA LIMITED invites indigenous competitive bid ...OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata – 700 001. OIL INDIA LIMITED invites indigenous

gear operator Yes (Refer technical notes)

Back seat &

shoulder 13% CR Steel

Hydrostatic testBody: 450 PSIG

pressure Seat: 325 PSIG

Test pressure 80 PSIG

with air

NOTES :

1) This valve specification Sheet shall be read in conjunction with technical notes

for valves.

2) Radiography of valve castings not required.

3) Valves manufactured as per API-600 and testing as per API-598 are also

acceptable.

Annexure -C

SPECIFICATION FOR ELECTRICAL MOTOR OPERATED VALVE

ACTUATOR

1.0 SCOPE

The scope of this specification covers design, manufacture, assembly, shop testing

and supply of electrical motor operated valve actuators intended for fully / partially

opening and closing valve duty. This specification does not cover the actuators for

flow regulating duty.

2.0 CODES AND STANDARDS

2.1 The equipment shall comply with the requirements of latest revision of the

following

standards issued by BIS (Bureau of Indian Standards) unless specified otherwise:

IS : 5 Colors for ready mixed paints and enamels.

IS : 325 Three-phase Induction Motors

IS : 2148 Flameproof enclosures for electrical apparatus

IS : 4691 Degrees of protection provided by enclosure for rotating electrical

machinery.

IS : 4722 Rotating electrical machines # Specification

IS : 9334 Electric Motor Operated Actuators

Page 17: OIL INDIA LIMITED invites indigenous competitive bid ...OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata – 700 001. OIL INDIA LIMITED invites indigenous

IS : 13947 Low Voltage Switchgear and Control gear(Parts #1, 3, 4&5)

2.2 In case of imported equipment, the standards of the country of origin shall be

applicable if these standards are equivalent or more stringent that the applicable

Indian standards.

2.3 The equipment shall also conform to the provisions of Central Electricity

Authority (India) Regulations, 2010 and other statutory regulations currently in

force in the country.

2.4 In case Indian standards are not available for any equipment, standards issued

by IEC/ BS/ VDE/ IEEE/ NEMA or equivalent agency shall be applicable.

2.5 In case of any contradiction between various referred standards / data sheets

and statutory regulations, the following order of decreasing priority shall govern:

a) Statutory regulations

b) Tender specification

c) Codes and standards

2.0 GENERAL REQUIREMENTS

3.1 The offered equipment shall be brand new with state of the art technology and

a proven field track record. No prototype equipment shall be offered.

3.2 Vendor shall ensure availability of spare parts and maintenance support

services for the offered equipment for at least 15 years from the date of supply.

3.3 The vendor shall be responsible for design, engineering and manufacturing of

the complete actuator to fully meet the intent and requirements of this

specification.

3.0 TECHNICAL SPECIFICATIONS

Each MOV actuator shall include the motor, actuator unit, gears, position

indicators, limit switches, hand wheel, electrical starter and controls, terminal box

etc. as a self-contained unit. The actuator shall be sized to provide adequate torque

and/ or thrust to ensure the complete intended travel of the valve under the worst

operating and electrical power supply conditions. MOV Actuator shall be

minimum Ex-n/Ex-e /Ex-d type suitable for Zone#2, Gas

group IIA /IIB, temperature class: T3 & shall meet the requirements of IS 2148,

IEC 79 or equivalent international standards. Ingress protection for motor

enclosure shall be minimum IP55. The manufacturer shall possess valid test

certificates issue by a recognized independent test house (CIMFR/

BASEEFA/LCIE/ UL/ FM/ or equivalent) and approved by DGMS (India) for the

offered actuators. All indigenous equipment shall conform to Indian standards and

shall have been tested and certified by Indian testing agencies. All equipment

(indigenous and imported) shall also have valid statutory approvals as applicable

for the specified hazardous locations from Petroleum and Explosives Safety

Organization (PESO)/ CCE or any other applicable statutory authority. All

Page 18: OIL INDIA LIMITED invites indigenous competitive bid ...OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata – 700 001. OIL INDIA LIMITED invites indigenous

indigenous flameproof equipment shall have valid BIS license and corresponding

marking as required by statutory authorities.

4.1 Motor

4.1.1 The motor shall be 3-phase squirrel cage induction type unless specified

otherwise in the data sheet. It shall have totally enclosed, non-ventilated

construction.

4.1.2 The motor shall be designed for valve actuator service with high starting

torque and shall be suitable for Direct on line starting. It shall be rated for S2-15

minute duty and shall conform to IS 325 or equivalent international standards.

4.1.3 The motor shall be provided with thermister(s) embedded in the hot spots of

motor winding for protecting the motor.

4.1.4 The motor shall be suitable for starting under required torque with 75% of

rated

voltage at motor terminals.

4.1.5 The motor shall have class #F# insulation with temperature rise limited to

class #B# limits. Motor winding shall be treated to resist corrosive agents and

moisture.

4.1.6 Motor rotor shall preferably be of die-cast aluminum and, if brazed, shall be

free

from phosphorous.

4.1.7 Motor shall be provided with two nos. earthing points on the body and one

earthing point inside the terminal box.

4.2 Integral Starter and Control Transformer

The reversing starter, control transformer and local controls shall be integral with

the valve actuator. Solid state control of valve actuator and electrically isolated

interface for remote control requirement shall be provided, wherever these features

exist in manufacturer#s design.

The integral starter shall be supplied with the following devices:

a) Electrically and mechanically interlocked reversing contactors for opening and

closing operations.

b) Control transformer with necessary tapings and protected with suitable easily

replaceable fuses.

c) Terminal block for external cable connection fully prewired for internal devices

of valve actuator.

d) MOV actuators operating with AC power supply shall be provided with

Instantaneous Phase reversal protection.

e) Earth leakage detection relay with sufficient contacts for remote indication.

4.3 Integral Push Button, Selector switches, Indications and Control devices

Page 19: OIL INDIA LIMITED invites indigenous competitive bid ...OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata – 700 001. OIL INDIA LIMITED invites indigenous

The following local control devices shall be provided integral with the MOV

actuator:

a) Push buttons for #Opening/ Closing/ Stop# or alternatively #Open/ Close#

selector switch.

b) Local/ Off/ Remote selector switch, pad-lockable in each position.

c) Local continuous position indication from #Valve fully open# to #Valve fully

closed# position, which may be of analogue or digital type using mechanical

indication/Indicating lamps /LEDs.

4.4 Torque and Travel Limit Switches

Torque limit switches shall be provided to protect the motor from over-loading by

cutting-off the power supply to motor during opening and closing operations. The

limit switches shall be preset. However, it shall be possible to set the value of

maximum torque during closing from 50% to 100% of rated torque of actuators.

Travel limit switch shall be provided to cut-off the power supply to the motor at

the end of preset limit of valve travel. The switches shall be provided with requisite

number of potential-free contacts for valve actuator operation and for indication on

remote panels. Instead of mechanical torque limit switches, magnetic pulse counter

/ encoders to measure and control the stroke of actuator may be provided, wherever

this feature exists in manufacturer#s design.

4.5 Control Facilities

The internal controls and monitoring circuits shall be incorporated within the

integral starter along with transformer and control unit of valve actuator. Remote

control facility shall be provided as a standard feature. The remote control circuits

shall be powered from internally derived control supply voltage.

Common status contact indicating the availability of the MOV actuator for remote

control shall be provided by monitoring the following:

- Loss of one or more phases of power supply

- Loss of control circuit supply

- Selector switch in local mode

- Local stop push button set to #Off#

- Motor thermostat tripped

- Motor earth fault

- Any other local fault/ abnormal condition

4.6 Hand Operation

A hand wheel with auto lockable lever shall be provided for emergency operation

of the MOV. The energisation of the motor shall automatically re-engage power

operation.

Page 20: OIL INDIA LIMITED invites indigenous competitive bid ...OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata – 700 001. OIL INDIA LIMITED invites indigenous

4.7 Nameplate

Each motorized valve actuator shall be provided with a stainless steel nameplate

furnishing the following details, attached firmly to it at a place convenient for

reading:

a) Actuator tag number

b) Motor kW rating, motor time rating, motor supply voltage, nominal motor

phase current, auxiliary switch rating

c) Maximum torque setting

d) Actuator enclosure type, lubricant type

e) Actuator type, wiring diagram number/ catalogue number, actuator serial

number

Apart from the nameplate indicating the Tag Number a separate nameplate shall

also be provided on each actuator to indicate the details of the testing agency

(CIMFR or equivalent), test certificate number with date, statutory approval

number with date, approval agency for hazardous area application (PESO/

CCE/DGMS), BIS license number with date, applicable Gas group and

Temperature class etc. the nameplate shall be riveted/ fixed with screws and not

pasted. In case any of the standard details listed above are embossed on the

enclosures, the same need not be repeated.

4.9 The enclosure of complete MOV actuator including motor, integral starter,

control transformer unit and all control devices shall have minimum IP-55 degree

of ingress protection.

4.10 Wiring and Terminals

All devices provided in the actuator shall be wired up to the terminal block. The

contacts for remote operation and indication shall also be wired up to the terminal

block. Minimum 10% spare terminals shall be provided for future interlocks.

Internal wiring for power and control circuits shall be appropriately sized for MOV

actuator rating. Each wire shall be identified at both ends using PVC ferrules.

The terminal compartment shall be separated from the inner electrical components

of the actuator by means of a watertight seal so that the actuator electrical

components are protected from the ingress of moisture and foreign materials when

the terminal cover is removed during installation and maintenance.

4.11 Vendor shall be solely responsible for the compatibility of the MOV actuator

with the valve and for the selection and sizing of various electrical devices and

components in the actuator.

4.12 The actuator shall be provided with minimum three adequately sized cable

entries viz., one for power cable and two for control cables. However, the actual

number of control cable entries in actuator with 2-wire control system shall be

Page 21: OIL INDIA LIMITED invites indigenous competitive bid ...OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata – 700 001. OIL INDIA LIMITED invites indigenous

provided based on job requirements as specified in data sheets/ specification for

control systems for MOVs. Suitable double compression cable glands shall be

provided with each actuator for all cable entries and sealing plugs for all control

cable entries. The cable glands and plugs shall be made of Nickel-plated brass.

5.0 Inspection, Testing and Acceptance

5.1 The equipment shall be subject to inspection by Owner or by an agency

authorized by the owner. Manufacturer shall furnish all necessary information

concerning the supply to Owner. During the course of manufacturing, the

purchaser or his authorized representative shall be free to visit the works and assess

the progress of work and the manufacturer shall render him all possible assistance

to do so.

5.2 Following routine and acceptance tests shall be carried out at the

manufacturers#

works under his supervision and at his own cost for all the actuators.

a) Functional and calibration test for torque and limit switches

b) Response time test

c) Variation of supply voltage

d) Variation of frequency

e) Routine Tests for motor (As per relevant IS/ IEC)

f) Life test

g) Test on output shaft

Tests listed at Cl. nos. 5.2(b), 5.2(c), 5.2(d), 5.2(e), 5.2(f) and 5.2(g) above are

the acceptance tests.

5.4 Type test certificates, original drawings referred in certificates and statutory

approval certificates and BIS license, where applicable, shall be shown to the

inspection agency on demand. The certificates and BIS license must be valid at the

time of dispatch.

5.5 Test certificates of bought-out components shall be shown to the inspection

agency on demand.

6.0 Packing and dispatch

All the equipment shall be divided into multiple sections for protection and ease of

handling during transportation. The equipment shall be properly packed for the

selected mode of transportation, i.e. by ship, rail or trailer. The equipment shall be

wrapped in polythene sheets before being placed in crates/ cases to prevent damage

to finish. The crates/ cases shall have skid bottoms for handling. Special notations

such as #Fragile#. #This side up#, #Center of gravity#, #Weight#, #Owner#s

particulars#, #PO no.# etc. shall be clearly and indelibly marked on the packages

together with other details as per purchases as per purchase order.

Page 22: OIL INDIA LIMITED invites indigenous competitive bid ...OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata – 700 001. OIL INDIA LIMITED invites indigenous

The equipment may be stored outdoors for long periods before installation. The

packing shall be completely suitable for outdoor storage in areas with heavy rains

and high ambient temperature unless otherwise agreed. In order to prevent

movement of equipment/ components within the crates, proper packing supports

shall be provided. A set of instruction manuals for erection, testing and

commissioning, a set of operation and maintenance manuals and a set of final

drawings shall be enclosed in a waterproof cover along with the shipment.

GENERAL NOTE:-

PAYMENT:- 70% PAYMENT WILL BE RELEASED ON SUBMISSION OF

DESPATCH DOCUMENTS AND BALANCE 30% WILL BE RELEASED ON

SUCCESSFUL INSTALATION AND COMMISSIONING AT SITE.

DELIVERY:-THE ITEMS ARE MOST URGENTLY REQUIRED FOR FIELD

OPERATIONS. BIDDERS ARE REQUESTED TO QUOTE THEIR BEST

DELIVERY PERIOD.

SPECIAL TERMS AND CONDITIONS

1.0 Each monitor shall be clearly and permanently marked (embossed on SS plate)

with the following:

a) Manufacturer's/Supplier#s name

b) Year of manufacturer

c) Purchaser#s name and order reference

d) Capacity

e) UL/FM marking for monitor.

2.0 APPROVAL

a) The Monitor, Foam Nozzle and Foam Induction device shall be UL Listed or

FM approved with following features:

i) Nozzle : Non-Aspirating type

ii) Monitor Flow : 1000 USGPM, 750 USGPM & 500 USGPM foam solution with

single nozzle.

iii) Operating Pressure : 100 PSI

iv) Induction : Aqua Powered variable flow Foam Inductor (single) suitable for all

the three flow rates (1000 USGPM, 750 USGPM & 500 USGPM) of monitor.

b) The flame proof enclosures of Electrical Motors / Electrical panels / Junction

boxes shall be CIMFR/PESO certified as per hazardous area classification.

Page 23: OIL INDIA LIMITED invites indigenous competitive bid ...OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata – 700 001. OIL INDIA LIMITED invites indigenous

c) The flameproof enclosures of Electrical Motors / Electrical panels / Junction

boxes shall be DGMS approved as per hazardous area classification.

3.0 PERFORMANCE CRITERIA

The OEM must have manufactured and supplied UL Listed/FM approved variable

flow (minimum two flow with single Nozzle) foam-cum water monitor along with

foam induction system of tendered or higher capacities (minimum two flow with

single nozzle) of remote/manual/fixed/mobile type to any Petroleum or

Petrochemical or Fertilizer Industries, which must be working satisfactorily for a

minimum period of six months on tender bid due date. Bidder should submit

relevant documents with technical bid.

4.0 INSPECTION & TESTING

Prior to dispatch from vendor#s shop the following acceptance tests shall be

carried out by the vendor to the complete satisfaction of OIL#s representative in

presence of Third Party Inspection Agency (TPIA) without any extra cost to OIL.

All consumable (e.g. water, foam compound etc.) shall be arranged by vendor at

his own cost. Vendor shall arrange all facilities to carry out inspection & testing as

follows:

# Positive Material Identification (PMI) test for 10% of the monitors.

# Visual and dimensional check.

# Hydraulic test of each monitor body at minimum 25 Kg/CM2 or hydraulic test

pressure specified by UL Listing/ FM approval whichever is higher. The pressure

shall be held for minimum five minutes without any leakage or distortion of any

part.

# Performance test shall be carried out for minimum 20% monitors. In case lot size

is less than 10 monitors than minimum 2 monitors shall be subjected to

performance test. Testing shall be carried out to verify the following performance

parameters as per above specification :

a) Measurement of Flow Rates (1000, 750 & 500 USGPM) at 7Kg/cm2 pressure at

inlet flange. (Variation of +5% is acceptable)

b) Horizontal Movement at 1000 USGPM flow manually by hand wheel & from

remote panel.

c) Vertical Movement at 1000 USGPM flow manually by hand wheel & from

remote panel.

d) Jet/spray pattern adjustment manually using lugs/handle & from remote panel.

e) Checking operation of all limit/proximity switches.

f) Horizontal Throw for foam & water at all the three 1000, 750 & 500 USGPM

settings (pressure at inlet flange 7 Kg/cm2)

g) Foam Expansion ratio 1:3 to 1:4.

h) Induction rates at all the three 1000, 750 & 500 USGPM settings.

Page 24: OIL INDIA LIMITED invites indigenous competitive bid ...OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata – 700 001. OIL INDIA LIMITED invites indigenous

i) Smooth functioning of Changeover of flows by single person without using

tools.

# Routine test as per applicable Indian Standards for all the motors.

Owner or his representative shall have access at all reasonable times to vendor#s

works where the appliance or its accessories are being fabricated and tested.

5.0 DOCUMENTATION AT THE TIME OF SUPPLY:

Three sets of documents (duly certified) to be provided :

a) As built (approved) drawings of monitor assembly.

b) Electrical circuit diagrams (approved) for junction boxes & remote panel. Cable

termination details & cable schedule.

c) Installation procedure.

d) All inspection and testing records including electrical items.

e) Valid DGMS approval for flame proof enclosures, motors & panel, and all flame

proof electrical items.

f) Operating and Instruction manual.

BID REJECTION CRITERIA (BRC) / BID EVALUATION CRITERIA

(BEC)

The following BRC/BEC will govern the evaluation of the bids received against

this tender. Bids that do not comply with stipulated BRC/BEC in full will be

treated as non responsive and such bids shall prima-facie be rejected. Bid

evaluation will be done only for those bids that pass through the “Bid Rejection

Criteria” as stipulated in this document.

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

Conditions vide MM/CALCUTTA/E-01/2010 for E-Procurement LCB Tenders.

However, if any of the Clauses of the Bid Rejection Criteria / Bid Evaluation

Criteria (BRC / BEC) contradict the Clauses of the tender or MM/CALCUTTA/E-

01/2010 elsewhere, those in the BRC / BEC shall prevail.

1.0 BID REJECTION CRITERIA (BRC):

The bid shall conform generally to the specifications and terms and conditions

given in this document. Notwithstanding the general conformity of the bids to the

stipulated specifications, the following requirements will have to be particularly

met by the Bidders without which the same will be considered as non-responsive

and rejected.

A) TECHNICAL:

Page 25: OIL INDIA LIMITED invites indigenous competitive bid ...OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata – 700 001. OIL INDIA LIMITED invites indigenous

1.0 Bidder's Qualification: The bidder shall be an Original Equipment

Manufacturer (OEM) or an authorized representative / dealer /supplier of the

OEM.

2.0 Bidder's Experience

2.1 For Manual operated HVLR:

a) The bidder shall be in the business of manufacturing/ supplying for last 3

years as on Bid Closing Date.

b) The bidder shall have the credential of successfully executing supply of

not less than 10% of tender quantity of UL listed/FM approved variable

flow (minimum two flow with single Nozzle) manually operated foam-

cum water monitor along with foam induction system of tendered or

higher capacities in last three years as on Bid Closing Date.

c) Documentary evidence in support of the bidders past supply shall be

submitted along with the bid in the form of Purchase Orders with detail

Specification of the item.

d) In case the bidder is an authorized dealer/agent to market the said product,

the dealer/agent can submit the bid on behalf of the OEM having above

experience qualification. A valid copy of authorization letter issued by

the OEM must be submitted along with the bid.

2.2 For Remote operated HVLR:

a. The bidder shall be in the business of manufacturing/ supplying for last 3

years as on Bid Closing Date.

b. The bidder shall have the credential of successfully executing supply of not

less than 10% of tender quantity of the quoted item viz. UL listed/FM

approved variable flow (minimum two flow with single Nozzle) remote

operated foam-cum water monitor along with foam induction system of

tendered or higher capacities (variable flow remote operated) in last three

years as on Bid Closing Date.

c. Documentary evidence in support of the bidders past supply shall be

submitted along with the bid in the form of Purchase Orders with detail

Specification of the item.

d. In case the bidder is an authorized dealer/agent to market the said product,

the dealer/agent can submit the bid on behalf of the OEM having above

experience qualification. A valid copy of authorization letter issued by the

OEM must be submitted along with the bid.

Page 26: OIL INDIA LIMITED invites indigenous competitive bid ...OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata – 700 001. OIL INDIA LIMITED invites indigenous

B) COMMERCIAL:

i). Bids are invited under “Single Stage Two Bid System”. Bidders have to

submit both the “Techno-commercial Unpriced Bids” and “Priced Bids”

through electronic form in the OIL’s e-Tender portal within the bid Closing

date and time stipulated in the e-tender. The Techno-commercial Unpriced

bid is to be submitted as per scope of works and Technical specification of

the tender and the priced bid as per the online Commercial bid format. For

details of submission procedure, please refer relevant para of General Terms

and Conditions vide MM/CALCUTTA/E-01/2010 for E-Procurement LCB

Tenders. Any offer not complying with the above shall be rejected

straightway.

ii). Bid security: Bid security of Rs. 776000.00 shall be submitted manually in sealed

envelope superscribed with Tender no. and Bid Closing date to Head

Materials, Materials Department, Oil India Limited, Duliajan- 786602,

Assam on or before the Bid Closing Date and Time mentioned in the

Tender. If bid security in ORIGINAL of above mentioned amount is not

received within bid closing date and time , the bid submitted through

electronic form will be rejected without any further consideration. For

exemption for submission of Bid Security, please refer Clause No. 8.8 of

General Terms and Conditions vide MM/CALCUTTA/E-01/2010 for E-

Procurement LCB Tenders. The Bid Security shall be valid for 10 months

from the date of bid opening.

iii). Performance Security:

Successful bidder will be required to furnish a Performance Bank Guarantee

@10% of the order value.

For exemption for submission of Performance Bank Guarantee, please refer

Clause No. 9.12 of General Terms and Conditions vide MM/CALCUTTA/E-

01/2010 for E-Procurement LCB Tenders. The Performance Bank Guarantee

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 Bank Guarantee shall be

valid for 12 months from the date of despatch.

iv). The Bank Guarantee should be allowed to be encashed at all branches

within India.

v). Validity of the bid shall be minimum 120 days from the Bid Closing Date.

Page 27: OIL INDIA LIMITED invites indigenous competitive bid ...OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata – 700 001. OIL INDIA LIMITED invites indigenous

vi). The prices offered will have to be firm through delivery and not subject to

variation on any account. A bid submitted with an adjustable price will be

treated as non-responsive and rejected.

vii). Bids received after the bid closing date and time will be rejected. Similarly,

modifications to bids received after the bid closing date & time will not be

considered.

viii). All the Bids must be Digitally Signed using “Class 3” digital certificate (e-

commerce application) as per Indian IT Act obtained from the licensed

Certifying Authorities operating under the Root Certifying Authority of

India (RCAI), Controller of Certifying Authorities (CCA) of India. The bid

signed using other than “Class 3” digital certificate, will be rejected.

ix). C folder is meant for Technical bid only. Therefore, No price should be

given in C folder, otherwise the offer will be rejected.

x). Price should be maintained in the “online price schedule” only. The price

submitted other than the “online price schedule” shall not be considered.

xi). Integrity Pact :

OIL shall be entering into an Integrity Pact with the bidders as per format

enclosed vide Annexure V of the tender document. This Integrity Pact

proforma has been duly signed digitally by OIL’s competent signatory. The

proforma has to be returned by the bidder (along with the technical bid) duly

signed (digitally) by the same signatory who signed the bid, i.e., who is duly

authorized to sign the bid. Any bid not accompanied by Integrity Pact

Proforma duly signed (digitally) by the bidder shall be rejected straightway. Uploading the Integrity Pact with digital signature will be

construed that all pages of the Integrity Pact has been signed by the bidder’s

authorized signatory who sign the Bid.

2.0 BID EVALUATION CRITERIA (BEC)

The bids conforming to the technical specifications, terms and conditions

stipulated in the tender and considered to be responsive after subjecting to the Bid

Rejection Criteria as well as verification of original of any or all documents/

documentary evidences pertaining to BRC, will be considered for further

evaluation as per the Bid Evaluation Criteria given below.

i) To evaluate the inter-se-ranking of the offers, Assam Entry Tax on purchase

value will be loaded as per prevailing Govt. of Assam guidelines as

applicable on bid closing date. Bidders may check this with the appropriate

authority while submitting their offer.

Page 28: OIL INDIA LIMITED invites indigenous competitive bid ...OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata – 700 001. OIL INDIA LIMITED invites indigenous

ii) To ascertain the substantial responsiveness of the bid OIL reserves the right

to ask the bidder for clarification in respect of clauses covered under BRC

also and such clarifications fulfilling the BRC clauses in to must be received

on or before the deadline given by the company, failing which the offer will

be summarily rejected.

iii) Priced bids of only those bidders will be opened whose offers are found

technically acceptable. The technically acceptable bidders will be informed

before opening of the "priced bid".

AA. Standard Notes:

1) The tender is invited under SINGLE STAGE-TWO BID SYSTEM. The

bidder has to submit both the “TECHNICAL” and “COMMERCIAL” bid

through electronic form in the OIL’s e-Tender portal within the Bid Closing

Date and Time stipulated in the e-Tender. The Technical Bid is to be

submitted as per Scope of Work & Technical Specification of the tender and

Commercial bid as per the Online Commercial Bid format.

2) In Technical Bid opening, only Collaboration Folder ( C folder ) will be

opened. Therefore, the bidder should ensure that Technical bid is uploaded in

the c-Folder link (collaboration link) under Un-priced Bid Tab Page only. No

price should be given in above C folder, otherwise the offer will be rejected.

Please go through the help document in detail before uploading the document.

3) The original bid security ( amount is mentioned above and also in Basic Data of

the tender in OIL’s e-portal) should reach us before bid closing date and time of

the technical bid. Bid without original Bid Security will be rejected. The bidders

who are exempted from submitting the Bid Bond should attach documentary

evidence in the Collaboration folder as per clause 8.8 of General Terms and

Conditions vide MM/CALCUTTA/E-01/2010 for E-Procurement LCB Tenders.

The Bid Security shall be valid for six months from the date of bid opening.

4) COMMERCIAL BIDS OF ONLY THOSE BIDDERS WILL BE OPENED

WHOSE OFFERS ARE FOUND TO BE TECHNICALLY ACCEPTABLE.

5) OIL reserves the right to allow Small Scale Sectors registered with NSIC

purchase preference facility as admissible as per existing Government Policy. The

bidders are requested to check the latest position on the subject on their own and

OIL does not accept any liability whatsoever, on this account.

6) To ascertain the substantial responsiveness of the bid OIL reserves the right to

ask the bidder for clarification in respect of clauses covered under BRC also and

Page 29: OIL INDIA LIMITED invites indigenous competitive bid ...OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata – 700 001. OIL INDIA LIMITED invites indigenous

such clarifications fulfilling the BRC clauses in to must be received on or before

the deadline given by the company, failing which the offer will be summarily

rejected.

7) Price should be maintained in the “online price schedule” only. The price

quoted in the “online price schedule” will only be considered.

8) All the Bids must be Digitally Signed using “Class 3” digital certificate (e-

commerce application) only as per Indian IT Act obtained from the licensed

Certifying Authorities operating under the Root Certifying Authority of India

(RCAI), Controller of Certifying Authorities (CCA) of India. The bid signed

using other than “Class 3” digital certificate, will be rejected.

9.) Offers should be valid for minimum 120 days from the date of Technical

Bid closing Date, failing which offer shall be rejected.

10) Integrity Pact is applicable against this tender. Therefore, please attach

the Integrity Pact document duly signed along with your quotation as per BRC. The name of the OIL’s Independent External Monitors at present are as

under :

(A) SHRI N. GOPALASWAMI, I.A.S ( Retd) ,

Former Chief Election Commissioner of India

E-mail Id : [email protected]

(B) SHRI RAMESH CHANDRA AGARWAL , IPS( Retd)

Former Director General of Police

E-mail Id : [email protected]

-----xxxx-----