oil india limited p.o. duliajan 786 602

26
Oil India Limited (A Govt. Of India Enterprise) P.O. DULIAJAN 786 602 DIST. DIBRUGARH ASSAM , INDIA FAX : 91 374 2800533 EMAIL : [email protected] WEBSITE : www.oil-india.com TENDER NO. : SDG3271P10/07 TENDER FEE : Rs. 4,500.00 OR US$ 100.00 PERFORMANCE SECURITY : APPLICABLE OIL INDIA LIMITED invites Global Tenders for the item detailed below: Srl. No. Material Description Unit Qty 1 GAS ENGINE DRIVEN MULTISTAGE CENTRIFUGAL PUMPSET FOR FORMATION WATER DISPOSAL (DETAILED SPECIFICATION HAS BEEN FURNISHED VIDE ANNEXURE – A) NOS. 6 N O T E S : 1.0 The tender will be governed by “General Terms & Conditions” for e-Procurement as per Booklet NO. MM/GLOBAL/E-01/2005 for E-procurement (ICB Tenders) and its amendments. 2.0 Bid Rejection Criteria / Bid Evaluation Criteria is furnished vide Annexure-B of tender document. 3.0 Technical Check list and Commercial Check list are furnished vide Annexure – C & D. Please ensure that both the check lists are properly filled up and uploaded along with Technical bid. 4.0 The item qualifies for Nil duty / Deemed Export benifits. For Deemed Export benefits, please refer Addendum to the General terms and conditions for Global tender. 5.0 Please note that all tender forms and supporting documents are to be submitted through OIL’s e- Procurement site only except following documents which are to be submitted manually in sealed envelope super scribed with tender no. and due date to The Head Materials, Materials Department, Oil India Limited, Duliajan- 786602, Assam on or before the Bid Closing Date and Time mentioned in the Tender. a) Original Bid Security . b) Details Catalogue. and any other document which have been specified to be submitted in original Contd….2

Upload: others

Post on 15-Nov-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Oil India Limited P.O. DULIAJAN 786 602

Oil India Limited (A Govt. Of India Enterprise)

P.O. DULIAJAN 786 602 DIST. DIBRUGARH ASSAM , INDIA FAX : 91 374 2800533 EMAIL : [email protected] WEBSITE : www.oil-india.com

TENDER NO. : SDG3271P10/07 TENDER FEE : Rs. 4,500.00 OR US$ 100.00 PERFORMANCE SECURITY : APPLICABLE OIL INDIA LIMITED invites Global Tenders for the item detailed below:

Srl. No. Material Description Unit Qty

1

GAS ENGINE DRIVEN MULTISTAGE CENTRIFUGAL PUMPSET FOR FORMATION WATER DISPOSAL (DETAILED SPECIFICATION HAS BEEN FURNISHED VIDE ANNEXURE – A)

NOS. 6

N O T E S : 1.0 The tender will be governed by “General Terms & Conditions” for e-Procurement as per Booklet NO. MM/GLOBAL/E-01/2005 for E-procurement (ICB Tenders) and its amendments. 2.0 Bid Rejection Criteria / Bid Evaluation Criteria is furnished vide Annexure-B of tender document. 3.0 Technical Check list and Commercial Check list are furnished vide Annexure – C & D. Please ensure that both the check lists are properly filled up and uploaded along with Technical bid. 4.0 The item qualifies for Nil duty / Deemed Export benifits. For Deemed Export benefits, please refer Addendum to the General terms and conditions for Global tender. 5.0 Please note that all tender forms and supporting documents are to be submitted through OIL’s e-Procurement site only except following documents which are to be submitted manually in sealed envelope super scribed with tender no. and due date to The Head Materials, Materials Department, Oil India Limited, Duliajan- 786602, Assam on or before the Bid Closing Date and Time mentioned in the Tender.

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

submitted in original

Contd….2

Page 2: Oil India Limited P.O. DULIAJAN 786 602

- 2 -

7.0 The tender is invited under SINGLE STAGE-TWO BID SYSTEM. The bidders are required to submit both the “TECHNICAL” and “COMMERCIAL” bids through electronic form in the OIL’s e-Tender portal within the Bid Closing Date and Time stipulated in the e-Tender. Please ensure that Technical Bid / all technical related documents related to the tender are to be uploaded in the c-Folder link (collaboration link) under Un-priced Bid Tab Page only. Please note that no price details should be uploaded as c-Folder link (collaboration link) under 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 mentioned in Annexure-II (Refer Clause 1.0 of (B) Commercial)

8.0 Bidders are requested to examine all instructions, forms, terms and specifications in the bid. Failure to furnish all information required as per the bid or submission of offers not substantially responsive to the bid in every respect will be at the bidders risk and may result in the rejection of its offer without seeking any clarifications.

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

Search and Add

Details of prices as per Bid format / Commercial bid can be uploaded in this Attachment

C-FOLDER LINK

Page 3: Oil India Limited P.O. DULIAJAN 786 602

Annexure-A Tender no. SDG3271P10/07

GAS ENGINE DRIVEN MULTISTAGE CENTRIFUGAL PUMPSET FOR FORMATION WATER DISPOSAL A. PUMP: 1. Type Horizontal, Centrifugal, Multistage confirming to API Standard 610 / IS 15657 ( Pump Design ) and IS 9137 Hydraulic Parameters of the Pump / Other applicable IS Codes. MAKE : MATHER + PLATT, KSB, KIRLOSKAR, BEACON WEIR, ANY OTHER INTERNATIONAL REPUTED MAKE . 2. Capacity and Discharge The impeller size and number of stages selected should be adequate to meet the Max pressure and volume requirements of 60 Kg/ Sq.cm and 1000 Kilo Litre per Day respectively. 3. Pump Speed The speed limit of the offered pump shall be governed by the maximum allowable speed ratings for multistage centrifugal pumps in continuous service as per API 610 / IS standards. NOTE: ‘Continuous duty’ means pump having service operation on full load for a period of 8 hours to 24 hours per day as per Hydraulic Institute Standard application. 4. Material of Construction: i. Cast Steel Casing, End cover and Stuffing Box. ii. CF8M Impeller iii. CF8 Neck Ring and Neck Bush iv. SS-410 Shaft v. SS-410(H) Sleeve vi. SS-410 Sleeve Nuts vii. Cast Steel Diffuser viii. Teflon Sealing arrangement ix. Heavy Duty SKF/FAG/TIMKEN Double Ball Bearing at Pump

side 5. Accessories

Page 4: Oil India Limited P.O. DULIAJAN 786 602

i. Full flow, suitably sized and rated, spring loaded, Reset Relief Valve, mounted on the discharge piping. (Make: OTECO/ BAIRD / CAMERON) N.B: The relief valve is to be set at 110% of our maximum pressure requirement at the time of delivery. ii. Liquid filled discharge pressure gauge having a range up to 100 Kg/cm2, with built in dampening mechanism to minimize fluctuations for accurate response to pressure changes. (Make: OTECO/ CAMERON / MARTIN DECKER) iii. The pump suction piping should incorporate a suitably sized Gate/Ball valve while the discharge line should incorporate a suitably sized Ball valve, a Check valve and a Drain valve (to de-pressurize the system when carrying out maintenance of the unit) iv. Complete set of fittings, interconnection piping and companion flanges with appropriate bolting, gaskets, dampener brackets, blind flanges etc required for mounting all items mentioned above . 6. Duty / Service The pump should be designed for continuous duty application. Necessary credentials in this regard, in the form of product catalogues / brochures from OEM#s should be furnished. NOTE: ‘Continuous duty’ means pump having service operation on full load for a period of 8 hours to 24 hours per day as per Hydraulic Institute Standard application. 7. Liquid to be handled The pumping unit should be suitable for pumping Formation Water having the following approximate characteristics: pH : 7.2 to 8.5 Dissolved salt content : 5000 ppm Max Iron content : 1 to 7 ppm Calcium content : 3 to 128 ppm Suspended solids : 1 to 400 ppm Sulphur content : Traces Oxygen content : 8 ppm Maximum Oil content : 50 to 5000 ppm Temperature of Formation Water: 70 Deg C Max Specific Gravity : 0.900 to 0.950 Climatic conditions : Altitude : 150 meter above sea level

Page 5: Oil India Limited P.O. DULIAJAN 786 602

Average Rainfall : 350 cms Relative Humidity At 21 Deg C : 10 % At 35 Deg C : 95 % At 40 Deg C : 70 % 8. Suction condition: NPSH (A): Negative NPSH (R): 4.0 Meter 9. Name plate and rotation arrows A nameplate shall be securely attached at a readily visible location wherein the manufacturers name, machine serial number, maximum and minimum design limits and rating data, maximum allowable working pressure and temperatures, hydrostatic test pressure etc. should be clearly indicated. Rotation arrows indicating direction of rotation of major items should be cast in or attached. 10. Certificates and Documents to be forwarded I. The following documents should be forwarded along with the quotations: i. Product line catalogue, specifying materials of construction and constructional features of the pump and technical literatures of all ancillary equipment. ii. Performance chart of the pump including all technical calculations such as hydraulic horse power, volumetric efficiency, mechanical efficiency, RPM, gear ratio, maximum load, NPSH requirement etc. II. The following documents shall have to be forwarded within a month of issue of LOI or placement of firm order i. A foundation diagram for the complete pump set indicating the static and dynamic loads of the package. III. The following documents must be forwarded along with the supply of equipment: i. Certified test results ii. Certificate of hydrostatic testing iii. Manufacturers certificate of authenticity iv. Certificate of test / conformance of pump and associated ancillaries like relief valves, pressure gauges, etc. v. Operation and maintenance manuals, parts list of pump, engine, gear box and all other accessory equipment.

Page 6: Oil India Limited P.O. DULIAJAN 786 602

B. SPEED REDUCTION GEAR BOX: The speed reduction from the gas engine at its rated rpm to the desired rpm of the multistage centrifugal pump shall be effected by means of a separate external foot mounted gear box installed between the prime mover and the pump. The Gear Box should be SHANTI/GREAVES Make parallel shaft speed reducer with a gear rated to designed HP from an engine at 1500 rated RPM to the pump at desired RPM, with a suitable Gear ratio, and a minimum 1.75 AGMA SF. The unit design includes cast iron housing, helical gear elements, anti-friction roller bearings on all shafts, and a self-contained splash lubrication system with a shaft driven lube oil pump and radiator type air/oil cooler to meet the thermal horsepower requirements. Unit additionally includes thermostatic bypass valve and radiator type cooler. Drive Coupling: 1(One) No. Falk high-speed Steel flex coupling of size 1090-T10, complete with non sparking two piece shroud, to be utilized from the shaft of the engine PTO to the end of the bolt on pump gear reducer shaft. Coupling will be fitted utilizing a laser mounting system. Service factor of 2.0 Shaft extension: Spicer 1810 Drivelines coupled with slip yoke assemblies. This driveline set up should allow for the elimination of a center support bearing, and allow of angular deflection in the transmission line. This should also eliminate the need and task of attempting to align equipment blindly through constructed wall, and makes the center support bearing an optional item. 1(One) No. Driveline tubing, length = 48 Inch (1219. mm) long, 5.0 Inch Diameter. 2(Two) Nos Tube Yoke, for fit to end of PTO and input shaft of gear reducer. 1(One) No. Slip Yoke Assemblies. Listed allowable deflection is given as 30 Deg. Degree of actual deflection will be less than published. 2(Two) Nos U-Joints, 1810 Series C. PRIME MOVER: The prime mover should be a four stroke, water cooled gas engine rated for continuous power having a minimum Net available HP in the range of 210 to 230 HP with a limiting rpm of 1500 rpm and limiting compression ratio of 10.5 : 1 . Make : Cummins / Caterpillar / Waukesha

Page 7: Oil India Limited P.O. DULIAJAN 786 602

The engine should comprise of the following sub systems: i. Starting system: The engine should have an electric starting system comprising of a Maintenance free heavy duty battery pack of reputed make, engine mounted battery charging alternator ( preferably LUCAS TVS make ) and a 12 or 24 volt starter ( preferably LUCAS TVS / DELCO REMY make ). Batteries should be housed in a hard rubber or polypropylene case with provision for venting. Required cables should be furnished and sized to satisfy circuit requirements. ii. Ignition system: The ignition system should be a non shielded ignition system comprising of engine driven Altronic III ignition timer, HT and LT wiring harness, transformers and spark plugs (Preferably of STITT / CHAMPION make). iii. Air Intake system: The air intake system should preferably comprise of a heavy duty air cleaner (having a dry type filter element) with a vacuum indicator and air intake manifold. iv. Exhaust system: The exhaust system should comprise of a water cooled exhaust manifold, stainless steel exhaust flexible connection, residential type exhaust silencer, spark arrestor and piping connections. v. Cooling system: The cooling system should comprise of an engine mounted water pump, an industrial type heavy duty radiator suitable for operation in the ambient temperatures and a blower fan. The heavy duty radiator should have capacity at least 20% in excess of total heat rejection of the engine. Heat rejection calculations are to be submitted along with the offer for technical scrutiny. vi. Fuel system: The fuel system should comprise of *governor(Preferably WOODWARD make), carburetor ( preferably IMPCO make ), main line and secondary line gas pressure regulator ( Preferably VANAZ/FISHER make ) , gas manifold with fine filter , Scrubber, gas shut off vale etc and related linkages.

Page 8: Oil India Limited P.O. DULIAJAN 786 602

The engine governor shall be Mechanical / Mechanical-Hydraulic / Electronic Speed Control with EG Electro-Hydraulic actuator or Barber Coleman Equal. Speed drop shall be extremely adjustable from 0 ( isochronous) to 10% from no load to full rated load. Steady state frequency regulation shall be + / - 0.5 percent. NOTE : The first stage regulator is to have an inlet pressure rating of 20 psig and outlet pressure rating of 7 psig. The second stage regulator is to have an inlet pressure of 7 psig and outlet pressure of 8 inch ( 200 mm ) water column equal to 0.284 psig and both the Gas Regulators viz., First Stage Regulator from 20 psi to 7 psi and Second Stage Regulator from 7 psi to 0.284 psi are to be arranged by the supplier. Fuel inline to the engine shall be having stainless steel flexible hose connection to take care of vibration / shock, if any, in the system. vii. Lubricating system: The lubricating system should comprise of lubricating oil pan, gear driven lubricating oil pump, lubricating oil filter assembly with a replaceable paper element, lubricating oil cooler and crank case breather. viii. Instrument panel: The instrument panel should comprise of the following: a. lubricating oil pressure gauge b. lubricating oil temperature gauge c. water temperature gauge d. starting switch e. push button f. mechanical / digital tacho meter g. ammeter ix. Safety controls: Engine mounted safety shut off / trip system for tripping the engine in the event of a. low lubricating oil pressure b. high engine coolant temperature c. engine over speed N.B.: A fuel solenoid valve should additionally be incorporated in the fuel gas line of the engine to cut off the fuel supply

Page 9: Oil India Limited P.O. DULIAJAN 786 602

and protect the engine in the event of an engine over speed situation. x. Other features: a. viscous type vibration dampener b. flywheel with ring gear and pilot housing to suit clutch PTO c. SAE No: 1 flywheel housing d. lifting eyes e. guards over belt drives( water pump drive pulley, radiator fan drive pulley, alternator drive pulley, timing pulley ) and power transmission couplings f. SAE standard rotation g. Twin disc friction type clutch PTO (preferably Model: SP214) with hand lever arrangement is to be mounted on the flywheel housing of the engine h. standard engine painting N.B: Provision of guards over belt drives and couplings has become mandatory as per recommendations of OISD and DGMS bodies. xi. General features: a. The bidder should submit the following information along with relevant performance rating curves / engine product line catalogue: - Gross HP developed by the engine at rated rpm - Deduction for fan , alternator and other ancillary equipment - Nett HP developed by the engine at rated rpm b. The engine should perform effectively for a range of values of the individual components of the fuel gas as provided below. This is required as the composition of fuel gas available at the installations where the engines are finally deployed varies within the indicated range: METHANE : 86.64 -- 91.72 % ETHANE : 3.20 -- 5.60 % PROPANE : 1.90 -- 1.00 % ISO-BUTANE : 1.00 -- 0.06 % N-BUTANE : 0.30 -- 0.01 % PENTANE + : 0.96 -- 0.21 % NITROGEN : 5.50 -- 0.20 % CARBONDIOXIDE : 0.50 -- 1.20 % HYDROGEN SULPHIDE : 0.00 -- 0.00 % OXYGEN : 0.00 -- 0.00 % 100 % -- 100 % GAS SP. GRAVITY : 0.6291

Page 10: Oil India Limited P.O. DULIAJAN 786 602

GROSS CALORIFIC VALUE (KCAL/SCUM) : 9627.5 NET CALORIFIC VALUE (KCAL/SCUM) : 8698.2 c. The engine should conform to ISO 3046 / BS 5514 / IS 10000 specifications and rated for continuous power with an overload power rating of 110 % of the continuous power corresponding to engine application, for a period of 1 hr within a period of 12 hrs of operation. d. The engine should be suitable for operation at the site conditions mentioned below: Maximum Temperature : 41 Deg C Minimum Temperature : 6O Deg C Maximum Relative Humidity at 35 Deg C : 95 % Maximum Altitude above sea level : 150 meter e. The bidder must undertake and confirm from OEM that the equipment to be supplied are not going to become obsolete for the next 10 years and provisioning of spares can be continued. D. ALARM / SHUT DOWN SYSTEM : The following discrete alarms/shutdowns should also be provided: 1. Gear reducer oil level 2. Engine radiator jacket water temperature 3. Engine low oil level 4. Emergency shutdown push button N.B.: A fuel gas solenoid valve should additionally be incorporated in the fuel gas line of the engine to cut off the fuel supply and protect the engine in the event of an engine over speed situation. E. DRIVE ARRANGEMENT: The drive arrangement will involve flow of prime mover power through a flywheel mounted clutch PTO to the input shaft of an external foot mounted gearbox and finally to the pump. An extension shaft supported by pedestal bearings should be incorporated between the output shaft of the clutch PTO and the input shaft of the external foot mounted gear box to facilitate construction of a fire brick wall for adherence of safety norms associated with deployment of such equipment within hazardous areas. The length of the extension shaft as well as it#s diameter and material should be suitably designed to match the power torque requirements of the transmission. Suitably selected Flexible Disc/Grid Member Couplings should be incorporated to transfer power from the prime mover to the pump through the transmission, as illustrated in the schematic diagram.

Page 11: Oil India Limited P.O. DULIAJAN 786 602

NOTE : a) Clutch PTO should be friction type of reputed manufacturer (GHATKE PATIL / TWIN DISC ) with hand lever arrangement and is to be mounted on the flywheel housing of the engine. b) Suitably selected Flexible Disc / Steel Flex Couplings should be incorporated to transfer power from the prime mover to the pump through the transmission, as illustrated in the schematic diagram. c) The gear box should be of reputed manufacturer ( SANTHI / GREAVES ), a parallel shaft , helical gear unit. The unit design should preferably include a cast iron housing , helical gear elements, anti friction roller bearings on all shafts and a self-contained splash lubricating system . d) All rotating parts should be covered by suitable guards. F. MASTER SKID: The pump set is to be supplied with all components and accessories fitted and mounted on an oilfield type three runner portable master skid and should be ready for operation after carrying out initial servicing and making provisions for fuel. While unitizing the pump set, easy approach to various

ENGINE

CLUTCH PTO

EXTENSION SHAFT

EXTERNAL FOOT MOUNTED GEAR BOX

PUMP

COUPLING # 3

MASTER SKID

COUPLING # 1 COUPLING # 2

Page 12: Oil India Limited P.O. DULIAJAN 786 602

components should be kept in mind, to facilitate operational and maintenance requirements. The floor of the skid should be covered with anti skid steel plates. The skid should be fabricated out of properly sized beams to withstand loading / unloading and transfer in oil field trucks. The size of the skid should be adequate enough to provide for sufficient working space in and around the pump set. G. INSPECTION AND TESTING: The pump set shall be inspected by OIL’s deputed engineer at manufacturers/assemblers works/factory prior to dispatch. However, such inspection will not relieve the supplier of his responsibility to ensure that the equipment supplied conforms to the correct specifications and is free from manufacturing and all other defects. The supplier shall carry out full load performance test on the pump set, at duty conditions; in the presence of OIL#s deputed representative. N.B.: Charges for carrying out the above tests at the manufacturer#s facility should be included in the purview of the offer. H. INSTALLATION & COMMISSIONING: Installation and Commissioning of the Pump set shall be carried out by the bidder in the presence of OIL representatives at its fields at Duliajan, Assam (India). Services of qualified and competent personnel from equipment manufacturer is essential during installation and commissioning of the pump sets. Only competent service personnel shall be engaged for installation, testing and commissioning of pump sets. OIL will provide necessary statutory permits in classified areas as and when required. Installation / commissioning charges should be quoted separately which shall be considered for evaluation of the offers. These charges should included amongst others to and fro fares, boarding/ lodging and other expenses of the commissioning engineers during their stay at Duliajan, Assam (India). All Personal, Income and Service Tax etc. towards the services provided by the supplier shall be borne by the supplier and will be deducted at source. Bidders should also confirm about installation/ commissioning in the Technical Bid. Note : Once commissioned at designated site the pump set will be subjected to a trial run on available load for a minimum period of 72 hrs and on satisfactory performance shall be subsequently handed over to OIL.

Page 13: Oil India Limited P.O. DULIAJAN 786 602

I. WARRANTY: The warranty period for the engine, pump set and all ancillary equipment should be a minimum of 18 months from the date of dispatch / shipment or 12 months from the date of commissioning. J. SPARE PARTS AND SPECIAL TOOLS: a. Bidders have to provide the price, along with the part numbers , of the following spares that we envisage shall be required for maintenance of the pump set for two years . The prices of these spares shall be considered during commercial evaluation of the offer. PUMP : i. IMPELLER : 8 NOS PER PUMP ii. NECK RING : 8 NOS PER PUMP iii. NECK BUSH : 8 NOS PER PUMP iv. SHAFT : 1 NO PER PUMP v. SLLEVE : 2 NOS PER PUMP vi. SEALING : 1 SET PER PUMP GAS ENGINE: i. SPARK PLUG : I SET PER ENGINE ii. IGNITION TRANSFORMER : 1 SET PER ENGINE iii. LUB OIL FILTER ELEMENT : 6 NOS PER ENGINE iv. SET OF VEE BELTS : 2 SETS PER ENGINE v. AIR FILTER ELEMENT : 4 NOS PER ENGINE vi. SET OF GASKETS : 1 SET PER ENGINE b. Bidders shall have to provide the unit price, along with the part numbers, of the following insurance spares. The cost of these spares shall however not be considered during commercial evaluation of the offer. GAS ENGINE: i. CYLINDER HEAD INCLUDING HEAD GASKET ii. CYLINDER LINER iii. PISTON ASSEMBLY INCLUDING PISTON RINGS iv. BIG END BEARING SET v. CRANKSHAFT vi. CAMSHAFT vii. GOVERNOR viii. CARBURETTOR

Page 14: Oil India Limited P.O. DULIAJAN 786 602

ix. ALTRONIC III c. The following special tools should be included [one set against each pump set] in the scope of supply, as commissioning spares. The prices of these spares shall be considered during commercial evaluation of the offer. i. A set of each type and size of coupling installed in the pump set ii. A set of special wrenches for the pump K. AFTER SALES SERVICE: The nature of after sales service, which can be offered by the bidder during initial commissioning and also subsequently should be clearly stated. Bidders should also confirm that spares, both regular consumable ones as well as vital/ insurance spares, for engine, pump and all accessories quoted, shall be available for at least 10 years after the delivery of the material.

Page 15: Oil India Limited P.O. DULIAJAN 786 602

DATA SHEET DATA SHEET ( ENGINE )

MAKE MODEL NUMBER OF CYLINDERS

ASPIRATION

COMPRESSION RATIO

SIZE (BORE X STROKE ) DISPLACEMENT RATED SPEED DUTY GROSS HP AT RATED RPM

DEDUCTION FOR FAN, ALTITUDE , TEMPERATURE

NETT HP AVAILABLE AT 1500 RPM SPECIFIC FUEL CONSUMPTION AT • 110% LOAD • 100% LOAD • 75% LOAD • 50% LOAD

LUBRICATING OIL CONSUMPTION ( LT / HR ) ENGINE SUMP CAPACITY ( LTS ) ENGINE RADIATOR CAPACITY ( LTS )

MAKE AND TYPE OF GOVERNOR MAKE OF CLUTCH PTO MODEL OF CLUTCH PTO MAKE OF STARTER MAKE AND MODEL OF COUPLING BETWEEN CLUTCH PTO AND GEARBOX

DATA SHEET (PUMP) MAKE MODEL IMPELLER SIZE LIMITING PRESSURE AND VOLUME AT OFFERED SIZE OFFERED SPEED LIMITING SPEED AS PER RELEVANT STANDARD DISCHARGE VOLUME@OFFERED SPEED HHP REQUIREMENT AS PER NIT PARAMETERS MAKE AND MODEL OF EXTERNAL GEAR BOX GEAR RATIO OF EXTERNAL FOOT MOUNTED GEAR BOX

TYPE AND SIZE OF COUPLING BETWEEN CLUTCH PTO AND EXTENSION SHAFT

TYPE AND SIZE OF COUPLING BETWEEN EXTENSION SHAFT AND GEAR BOX INPUT SHAFT

TYPE AND SIZE OF COUPLING BETWEEN GEAR BOX OUTPUT SHAFT AND TRIPLEX PUMP INPUT SHAFT

Page 16: Oil India Limited P.O. DULIAJAN 786 602

Annexure-B

Tender no. SDG3271P10/07

BID REJECTION CRITERIA (BRC) / BID EVALUATION CRITERIA (BEC)

(I) BID REJECTION CRITERIA (BRC) The bids must conform to the specifications and terms and conditions given in

the tender. Bids shall be rejected in case the item(s) 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 :

(A) TECHNICAL :

1.0 The offered pump should be centrifugal, multistage as per API Standard 610 / IS 15657 (Pump Design) and IS 9137 (Hydraulic Parameters of the Pump)/ Other applicable IS codes, suitable for meeting the delivery parameters (Volume and Pressure) mentioned in the tender. 2.0 The prime mover should be a four stroke , water cooled gas engine conforming to ISO 3046 / BS 5514 / IS 10000 specifications, having a minimum nett available HP / HP range with limiting rpm and limiting compression ratio mentioned in the tender . 3.0 The bidder should be an OEM or authorized dealer of OEM of the pump or an OEM (pump) recommended assembler of pump sets. In all cases the bidder has to purchase the engine from an OEM of Engine or their Authorized Dealer. Documentary evidence in this regard must be enclosed with the offer failing which the offer will be rejected. 4.0 If the bidder is an OEM (pump) recommended assembler of pump sets, he must purchase the pump and the engine from OEM or their authorized dealer. Documentary evidence in this regard must be enclosed with the offer failing which the offer will be rejected. The assembler should indicate that necessary infra structural facilities for fabrication and load testing of the pump sets are available with them. Bidders other than the OEM must furnish the following undertaking from the OEM: Date of manufacture, make, model, serial no, test certificate, literatures and parts book of the pump will be supplied if order is placed on the bidder.

Page 17: Oil India Limited P.O. DULIAJAN 786 602

5.0 Bidders or their OEM should have the experience of completing 3(Three) orders in the last 10(Ten) financial years before the bid closing date of this enquiry against supply of continuous duty pump sets for water flood / formation water disposal / hydrocarbon service applications in PSUs, Central Govt. Undertakings, Public Limited Companies in the Oil & Gas sector. Copies of purchase orders from the clients indicating the supply of such equipment are to be forwarded with the offer. The offers are to be further substantiated by performance certificates from the consumers. 6.0 The model of pump offered should be one that has a proven track record for continuous duty water flood / formation water disposal / hydrocarbon service applications. The model should be one that has been successfully deployed for any of the continuous duty applications, viz.: water flood / formation water disposal / hydrocarbon service , for a minimum period of 6000 hours or 1(One) year from its date of commissioning . Documentary evidence in this regard should be enclosed. NOTE: 1. “Continuous duty” means pump having service operation on full load for a period of 8 hours to 24 hours per day as per Hydraulic Institute Standard application. 2. Hydrocarbon Service Application of continuous duty pump in the context of our NIT refers to applications where such pumps are deployed for duties such as Formation Water Disposal, crude oil transfer, condensate injection, polymer injection, glycol injection etc in the E & P Sector and also continuous duty handling of petroleum and petrochemical products in the Refining & Distribution Sector of the Oil & Gas Industry.

(B) COMMERCIAL : 1.0 Bids are invited under Single Stage Two Bid System. Bidders shall quote accordingly

under Single Stage Two Bid System. Bidder not complying with submission procedure mentioned in General Terms & Conditions of Global Tender will be rejected.

2.0 Bid security of US $ 12,000 or Rs. 5,00,000 shall be furnished as a part of the TECHNICAL BID. Any bid not accompanied by a proper bid security in ORIGINAL will be rejected without any further consideration. For exemption for submission of Bid Security, please refer Clause No. 9.8(Section A) of General Terms and Conditions for Global Tender. The Bid Security shall be valid for 240 days from the date of bid opening.

Page 18: Oil India Limited P.O. DULIAJAN 786 602

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

4.0 Bidders must confirm that Goods, materials or plant(s) to be supplied shall be

new of recent make and of the best quality and workmanship and shall be guaranteed for a period of eighteen months from the date of shipment/dispatch or twelve months from the date of commissioning whichever is earlier against any defects arising from faulty materials, workmanship or design. Defective goods/materials or parts notified by OIL shall be replaced immediately by the supplier at the supplier’s expenses.

5.0 Successful bidder will be required to furnish a Performance Bank Guarantee

@10% of the order value. The Performance Bank Guarantee must be valid for one year from the date of successful commissioning of the equipment or 18 months from the date of shipment whichever is earlier. Bidder must confirm the same in their Technical Bid. Offers not complying with this clause will be rejected.

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

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

7.0 Bidders shall quote directly and not through Agents in India. Offers made by

Indian Agents on behalf of their foreign principals will be rejected. Similarly offers from unsolicited bidders will be rejected.

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

be accepted. 9.0 Validity of the bid shall be minimum 180 days from the bid closing date. Bids

with lesser validity will be rejected.

10.0 Bids containing incorrect statement will be rejected. 11.0 Bidders are required to submit the summary of the prices in their

commercial bids as per bid format ( Summary ), given below :

(i) Commercial Bid Format ( SUMMARY ) for Foreign Bidders : (A) Total Material value of the Pumps (B) Cost of 2 Years Maintenance Spares (C) Cost of Commissioning Spares, if any (D) Grand Total Material Value, ( A + B + C ) (E) Packing & FOB Charges (F) Total FOB Port of Shipment value, ( D + E ) above (G) Ocean Freight upto Kolkata(India) port (H) Insurance Charges (I) Total CIF Kolkata value, ( F + G + H )

Page 19: Oil India Limited P.O. DULIAJAN 786 602

(J) Pre-Despatch/Shipment Inspection & Testing charges, if any (K) Installation/Commissioning charges (L) Total Value, ( I + J + K ) above (M) Total value in words : (N) Gross Weight : (O) Gross Volume : (ii) Commercial Bid Format ( SUMMARY ) for Indigenous Bidders : (A) Total Material value of the Pump (B) Cost of 2 Years Maintenance Spares (C) Cost of Commissioning Spares, if any (D) Grand Total Material Value, (A + B + C ) (E) Packing and Forwarding Charges (F) Total Ex-works value, ( D + E ) above (G) Excise Duty including Education Cess (Please indicate applicable

rate of Duty & Cess ) (H) Sales Tax, (Please indicate applicable rate of Tax) (I) Total FOR Despatching station price, ( F + G + H ) above (J) Road Transportation charges (K) Insurance Charges (L) Assam entry tax (M) Total FOR Duliajan value, ( I + J + K +L) above (N) Pre-Despatch/Shipment Inspection & Testing charges, if any (O) Installation/Commissioning charges (P) Total Value, (M +N +O) above (Q) Total value in words : (R) Gross Weight : (S) Gross Volume :

NOTE : 1.0 The cost of the individual item of the spares under Para J(a) of Annexure – A should be shown separately.

2.0 The cost of the Pumps should include the cost of the Special

Tools under Clause J(c) of Annexure – A.

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

4.0 List of Commissioning Spares indicating the qty, description and

unit prices must be shown separately.

5.0 Pre-Despatch / Shipment Inspection & Testing charges, if any, shall be quoted on lumpsum basis separately which shall be considered for commercial evaluation of the offers. However, all to and fro fares, boarding/lodging and other expenses of OIL’s Inspection Engineer(s) shall be borne by OIL.

Page 20: Oil India Limited P.O. DULIAJAN 786 602

Bidders must categorically indicate the Pre-despatch/Shipment Inspection charges, if any in their commercial bid and must confirm about providing the same in their Technical bids.

6.0 Installation/Commissioning charges must be quoted separately on lumpsum basis which shall be considered for evaluation of the offers. These charges should include amongst others to and fro fares, boarding/lodging, local transport at Duliajan and other expenses of supplier’s commissioning personnel during their stay at Duliajan, Assam(India). All Income, Service, Corporate Taxes etc. towards the services provided under installation / commissioning shall be borne by the supplier and will be deducted at source at the time of releasing the payment. Bidder should also confirm about providing all these services in the Technical Bid

(II) BID EVALUATION CRITERIA (BEC) :

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

(A) TECHNICAL : 1.0 All materials as indicated in the material description of the enquiry should be

offered. If any of the items are not offered by the bidders, the offer will not be considered for evaluation.

B. COMMERCIAL : 1.0 The evaluation of bids will be done as per the Price Schedule (SUMMARY)

detailed vide Para 11.0 of BRC. 2.0 If there is any discrepancy between the unit price and the total price, the unit

price will prevail and the total price shall be corrected. Similarly, if there is any discrepancy between words and figure, the amounts in words shall prevail and will be adopted for evaluation.

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

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

Page 21: Oil India Limited P.O. DULIAJAN 786 602

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

5.0 To ascertain the inter-se-ranking, the comparison of the responsive bids will

be made as under, subject to corrections / adjustments given herein. 5.1 When only foreign bids are involved :

Comparison of bids will be done on the basis of “TOTAL VALUE” which is estimated as under:

(A) Total Material value of the Pump (B) Cost of 2 Years Maintenance Spares (C) Cost of Commissioning Spares, if any (D) Grand Total Material Value, ( A + B + C ) (E) FOB Charges (F) Total FOB Value, ( D + E ) above (G) Ocean Freight upto Kolkata(India) port (as quoted) (H) Insurance Charges @ 1% of Total FOB Value vide ( F ) above (I) Banking Charges @ 0.5% of Total FOB Value vide ( F ) above in case

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

(J) Total CIF Kolkata Value, ( F + G + H + I ) above (K) Pre-Despatch/Shipment Inspection & Testing charges, if any (L) Installation/Commissioning charges (M) Total Value, ( J + K + L) above

Note : Banking charge in the country of the foreign bidder shall be borne by the bidder.

5.2 When only domestic bids are involved :

Comparison of bids will be done on the basis of “Total Value" which is

estimated as under :

(A) Total Material value of the Pump (B) Cost of 2 Years Maintenance Spares (C) Cost of Commissioning Spares, if any (D) Grand Total Material Value, ( A + B + C ) (E) Packing and Forwarding Charges (F) Total Ex-works value, ( D + E ) above (G) Sales Tax as applicable on ( F ) above (H) Total FOR Despatching station Value, ( F + G ) above (I) Transportation charges (as quoted ) (J) Insurance charges @0.5% of Total FOR Despt. Station Value ( H )

above (K) Assam entry tax (L) Total FOR Duliajan value, ( H + I + J +K ) above (M) Pre-Despatch/Shipment Inspection & Testing charges, if any

Page 22: Oil India Limited P.O. DULIAJAN 786 602

(N) Installation/Commissioning charges (O) Total Value, (L +M + N) above Note : Excise Duty in case of indigenous bidder is EXEMPTED under

Deemed Export.

5.3 When both Foreign and Domestic bids are involved :

The Total Value of domestic bidder (inclusive of customs duty on imported raw material and components etc, and applicable terminal excise duty on the finished products and Sales Tax) excluding inland transportation to destination and Insurance charges worked out as per Para 5.2 above and Total Value of the foreign bidder worked out as per Para 5.1 above excluding inland transportation to destination will be compared. No price preference will be allowed to indigenous bidders except that for capital goods, the domestic manufacturers would be accorded a price preference to offset CST to the extent of 4 % or actual, whichever is less subject to 30 % local content norms as stipulated for World Bank Funded project to the satisfaction of OIL. When more than one domestic bidders fall within price preference range, inter-se-ranking will be done on Total Value basis.

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

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

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

Page 23: Oil India Limited P.O. DULIAJAN 786 602

ANNEXURE C

TO TENDER NO. SDG3271P10/07

TECHNICAL CHECK LIST

1. Whether quoted as OEM of Pump and whether documentary evidences

submitted ? YES/NO

2. Whether quoted as authorised dealer of Pump and whether documentary evidences submitted ?

YES/NO

3. Whether quoted as OEM recommended assembler of Pump sets and whether documentary evidences submitted ?

YES/NO

4. Whether the offered Pump is Horizontal, Centrifugal, Multistage confirming to API Standard 610 / IS 15657 ( Pump Design ) and IS 9137 Hydraulic Parameters of the Pump / Other applicable IS codes ?

YES/NO

5. Whether the Pump is designed for continuous service / duty ? YES/NO 6. Whether the offered engine conforms to ISO3046 / BS 5514 / IS 10000

specifications ? YES/NO

7. Whether the Minimum net HP of the engine is as per NIT requirement? YES/NO 8. Whether the engine is rated for continuous power ? YES/NO 9. Whether the engine is water cooled ? YES/NO 10. Whether the speed reduction gear box is external foot-mounted ? YES/NO 11. Whether the floor of the three runner skid shall be covered by checkered

plates ? YES/NO

12. Whether Flexible disc / grid member couplings have been incorporated in the transmission ?

YES/NO

13. Whether guards shall be provided over couplings and belt drives ? YES/NO 14. Whether the two years spares for the packages indicated have been quoted ? YES/NO 15. Whether special tools and commissioning spares have been included in the

scope of supply ? YES/NO

16. Whether spares shall be available for 10 years after supply of equipment? YES/NO 17. Whether separately highlighted any deviation from the technical

specifications ? YES/NO

18. Whether the Pre-despatch inspection of the Pump packages shall include Full Load Performance test of the Pump Sets ?

YES/NO

Page 24: Oil India Limited P.O. DULIAJAN 786 602

ANNEXURE DTO TENDER NO. SDG3271P10/07

COMMERCIAL CHECK LIST

1 Whether quoted as manufacturer ?

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

3

(a) Whether submitted valid and proper authorization letter from manufacturer confirming that bidder is their authorized Supply House for the product offered ?(b) Whether manufacturer’s back-up Warranty/Guarantee certificate submitted

4 Whether bid submitted under Two Bid System ?

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

(a) Amount :

(b) Name of issuing Bank :

(c) Validity of Bid Bond :

6 Whether offered firm prices ?

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

8 Whether quoted a firm delivery period?

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

10 Whether quoted any deviation ?

THE CHECK LIST MUST BE COMPLETED AND RETURNED WITH YOUR OFFER. PLEASE ENSURE THAT ALL THESE POINTS ARE COVERED IN YOUR OFFER. THESE WILL ENSURE THAT YOUR OFFER IS PROPERLY EVALUATED. PLEASE SELECT 'YES' OR 'NO' TO THE FOLLOWING QUESTIONS, IN THE RIGHT HAND COLUMN.

If quoted as Supply House / Distributor,

Page 25: Oil India Limited P.O. DULIAJAN 786 602

11 Whether deviation separately highlighted ?

12 Whether agreed to the NIT Warranty clause ?

13 Whether Price Bid submitted as per Price Schedule (refer Para 11.0 of BRC vide Annexure – B)

14 Whether Spare Parts as per Clause (J) of Annexure – A quoted ?

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

16 Whether quoted all the items of tender ?

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

18 Whether technical literature / catalogue enclosed?

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

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

21Whether installation & Commissioning charges applicable?

22If installation & Commissioning charges applicable, whether separately quoted on lump sum basis?

23

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

24Whether confirmed that all Service, Income, Corporate tax etc. applicable under installation & Commissioning are included in the prices quoted?

25For Foreign Bidders - Whether offered FOB / FCA port of despatch including sea / air worthy packing & forwarding?

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

27For Indian bidders – Whether indicated the place from where the goods will be dispatched. To specify :

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

Page 26: Oil India Limited P.O. DULIAJAN 786 602

29For Indian Bidders only - Whether offered Ex-works price including packing/forwarding charges ?

30 Whether Indian Agent applicable ?

31 If YES, whether following details of Indian Agent provided ?(a) Name & address of the agent in India – To indicate

(b) Amount of agency commission – To indicate

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

32 Whether weight & volume of items offered indicated ?

33 Whether Pre-despatch/shipment inspection & testing of the Pumps quoted?

34 Whether charges towards Pre-despatch/shipment inspection & testing of the Pump applicable?

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

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

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

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

39 For Indian Bidders only - Whether deemed export quoted?

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

41 Whether all BRC/BEC clauses accepted ?

OFFER REF

NAME OF THE

BIDDER