assam gas company ltd., p.o.duliajan dist:: dibrugarh ... is enclosed at annexure-iii. 5. offer...

26
Assam Gas Company Ltd., P.O.Duliajan Dist:: Dibrugarh (Assam): Pin: 786602 TENDER DOCUMENT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 01(ONE) NO OF 400 KVA ± 5% GAS GENERATING SET WITH ACOUSTIC ENCLOSURE FOR AGCL COLONY TENDER NO. :MTL/PUR/71/PT.VIII/08-09/53 DATED: 13.05.2008 BID DOCUMENT ON SALE : 14.05.2008 TO 13.06.2008 DUE DATE AND TIME FOR SUBMISSION OF BID : 16.06.2008 AT 14.00 HRS DUE DATE AND TIME FOR OPENING OF BID : 16.06.2008 AT 14.15 HRS

Upload: duongphuc

Post on 18-Apr-2018

217 views

Category:

Documents


3 download

TRANSCRIPT

Assam Gas Company Ltd., P.O.Duliajan Dist:: Dibrugarh (Assam): Pin: 786602

TENDER DOCUMENT

FOR SUPPLY, INSTALLATION & COMMISSIONING OF

01(ONE) NO OF 400 KVA ± 5% GAS GENERATING SET WITH ACOUSTIC ENCLOSURE FOR AGCL COLONY

TENDER NO. :MTL/PUR/71/PT.VIII/08-09/53 DATED: 13.05.2008

BID DOCUMENT ON SALE : 14.05.2008 TO 13.06.2008 DUE DATE AND TIME FOR SUBMISSION OF BID : 16.06.2008 AT 14.00 HRS

DUE DATE AND TIME FOR OPENING OF BID : 16.06.2008 AT 14.15 HRS

ASSAM GAS COMPANY LIMITED. (A GOVT. OF ASSAM UNDERTAKING)

P.O. DULIAJAN, PIN: 786602. Dist. DIBRUGARH (ASSAM)

TENDER FORM FOR

SUPPLY, INSTALLATION & COMMISSIONING OF 01(ONE) NO OF 400 KVA ± 5% GAS GENERATING SET WITH ACOUSTIC ENCLOSURE .

(NOT TRANSFERABLE)

PART(A):

1. TENDER NO. MTL/PUR/71/PT.VIII/08-09/53: dtd 13/05/2008 2. BID DOCUMENT ON SALE : 14.05.2008 TO 13.06.2008 DUE DATE AND TIME FOR SUBMISSION OF BID : 16.06.2008 AT 14.00 HRS

DUE DATE AND TIME FOR OPENING OF BID : 16.06.2008 AT 14.15 HRS 3. Tender Fee: (a) Non- transferable tender document can be purchased up to 13/06/2008 between 07.30 Hrs to 1500 Hrs on all working days against request letter and payment of prescribed tender fees of Rs. 2000/- (non- refundable) by crossed A/C payee Bank Draft/ Banker’s Cheque drawn in favour of Assam Gas Company Limited payable at Duliajan. The bidders downloading the tender document from the website should ensure to submit tender fee along with the techno commercial bid of tender documents.

4. EARNEST MONEY: Earnest Money in the form of Bank Guarantee /Bank draft for an amount of Rs.1,00,000.00_(Rupees One Lakh) only drawn on Nationalized/ Scheduled Banks in favor of Assam Gas Company Limited at Duliajan shall be submitted along with the TECHNO-COMMERCIAL BID. The proforma of Bank Guarantee is enclosed at Annexure-III. 5. OFFER VALIDITY: 180 DAYS (ONE HUNDRED EIGHTY DAYS) FROM THE DUE DATE OF SUBMISSION OF TENDER. 6. Bidder Qualifying Criteria: 6.01 Net worth of the Bidder should be positive as per the latest audited balance sheet i.e. for financial year 2006-07. 6.02 Return on Equity of the Bidder should be positive as per the latest audited financial results i.e. for financial year 2006-07. 6.03 1.Manufacturer’s experience:- In case the bidder is a MANUFACTURER / ASSEMBLER of the offered equipment / item, he should satisfy the following: (a) Minimum 03(THREE) years of experience of manufacturing/assembling Generator Sets. For this purpose the period reckoned shall be the period prior to the date of opening of the techno-commercial bid. (b) Should have manufactured and supplied at least one No. Gas Generator Set of

minimum 400 ±5% KVA capacity or above during the last three years to various companies/ Oil and Gas specific companies. For this purpose the period reckoned shall be the period prior to the date of opening of the techno-commercial bid. (‘c). In case the bidder is not a MANUFACTURER / ASSEMBLER, then the bidder is required to obtain documentary evidence in respect of the above 1 (a) and 1(b) from the concerned MANUFACTURER / ASSEMBLER and submit the same along with the techno-commercial bid. (d) Details of the tender notice may also be obtained from AGCL’s Web sites http://www.assamgas.org 7. DESCRIPTION OF WORK: Supply, installation and commissioning of new Gas Generator Set with acoustic enclosure inside industrial area of Assam Gas Company Limited at Duliajan of the following broad specification: 7.01 Packaged Gas Generator Set consisting of Natural Gas Engine (as prime mover), Alternator and Control Panel along with all the required accessories capable of driving the unit smoothly and continuously. The generator package is to be mounted on a suitable base frame of sturdy design and coupled through a specially designed flexible coupling to form a compact arrangement. 7.02 Quantity of Unit required –01 (one) Number. . 8. BID SUBMISSION PROCEDURE: The offer shall contain Techno-commercial bid and Price bid. 8.01 Techno-commercial bid should contain: 8.01.01 Earnest money and cost of tender paper as specified at clauses 3&4 above. 8.01.02 Manufacturer’s experience:- In case the bidder is a MANUFACTURER / ASSEMBLER of the offered equipment / item or, he should satisfy the following along with documentary evidence which should be enclosed along with the techno commercial bid: (a) Minimum 03 (THREE) years of experience of manufacturing Generator Sets. For this purpose the period reckoned shall be the period prior to the date of opening of the techno-commercial bid. In order to substantiate it, bidder must enclose copy of completion certificate from purchasing Authorities, giving sufficient proof as manufacturer, along with bid. (b) Should have manufactured and supplied, installed and commissioned at least one No. of Gas Generator Set of minimum 400 ±5%KVA capacity or above during the last three years to various companies/ Oil and Gas specific companies. For this purpose the period reckoned shall be the period prior to the date of opening of the techno-commercial bid. In order to substantiate above, copies of supply order/ purchase order and completion/commissioning certificate from the purchasing authority must be enclosed along with the bid. 8.01.03 (a) In case the bidder is not a ASSEMBLER/MANUFACTURER, then the bidder is required to obtain documentary evidence in respect of the above and from the concerned MANUFACTURER / ASSEMBLER and submit the same along with the techno-commercial bid. (b) The bidder shall also submit valid authorized dealership certificate from the MANUFACTURER / ASSEMBLER.

8.01.04 Catalogues and Data sheets (as per annexure-II), detailed Scope of Supply, proposed P& I D and instrument list, proposed unit layout drawing, proposed Quality Assurance Plan and submission schedule upon execution, an activity list meeting delivery schedule shall be submitted with the offer. 8.01.05 A list comprising of Reference Number of purchase Order, Name and address of customer, description of packages, year of installation, time of completion for similar gas generator package delivered to other clients. 8.01.06 Details of Turn over and Audited Balance sheet for the last three years. 8.01.07 Earnest money and cost of tender paper as specified at clause 3 and clause 7 respectively. 8.01.08 Un priced Price bid as per Annexure -I. 8.01.09 Commercial terms, if any. 8.01.10 An explicit confirmation accepting the complete scope of work and all terms & conditions given in this tender. 8.01.11 Description of after sales service as per clause 5 of Part C ( commercial terms & conditions). 8.01.12. Copy of tender document duly signed and stamped in all pages. 8.01.13 Name, designation, address, E-Mail address of contact person(s). 8.02 Price bid shall be submitted in prescribed format attached herewith (Annexure-I). 8.03 The Techno-commercial Bid & Price Bid envelopes should be sealed separately and prominently marked with “Techno-commercial Bid” & “Price Bid” for easy identification with name of the party and our Ref. No. Both these sealed envelopes should be put together in a single envelope superscripted with Ref.No., due date and to be sent by Registered Post or reputed Courier Service. The Bid must be received by the Managing Director, Assam Gas Company Limited, Duliajan, 786602, Assam on or before the due date and time mentioned at Clause No.2 of part A . The Company will not bear any responsibility for late receipt or non-receipt of tender by Post / Courier Service. 9.0 Assam Gas Company Ltd. will first open the “Techno-commercial bid” and if found competent then “Price Bid” will be opened. The “Price Bid” of unsuccessful bidders in Techno-commercial Bid will be returned back by registered post without opening.

PART (B): TECHNICAL SPECIFICATION:

1.GENERATOR: Brushless Synchronous alternator rated for 400 KVA ± 5% at 0.8 power factor (lag) 50 Hz at 1500 RPM, 3 phase, 4-wire system, horizontal, foot mounted, screen protected, self excited and self regulated, two bearing type, with class ‘B’ insulation, rotor capable of taking unbalanced force and to be tested at 10% overload. Rated output power: 400 KVA ± 5% Rated Voltage: 415V+5% Rated Frequency: 50 HZ+1% Power factor: 0.8(lagging) Type of cooling: Radiator cooled Insulation class of Generator: F/H Type of Excitation: Self excited and self regulated Voltage regulation: Less than 2% Harmonic Content: Less than 3% Over load capacity: 10% for one hour in every 12 hours 50% for 30 seconds Over speed: 120% for 2 minute Degree of protection: IP 22 for Generator IP 52 for Control Panel

2. Control Panel: Cubicle control panel, self standing, suitable for 400 KVA ± 5% and above, 3 phase, 4 wires, 0.8 PF(lag) 50 Hz, 500 volts kilo watts hour meter, Frequency meter. Three ammeter of suitable range electrical hour totalizer of suitable volts and frequency, indicator lamps, MCCB type DTH-630, 460-630 ampshigh graded solid aluminium BUS BARS 3 phase, incomming and out going gland plates, compression cable gland suitable for 3 ½ core 300 sq. mm power cable (aluminium), two nos. suitable ground provision two nos. STARTSTOP push buttoms to operate the set from the common panel, cuicle panel should be made of 14 s.w.g. C.R. Sheet and painted with Hammer tone paint. Avequate ventilation should be there for free flow of air.

1 No. Ammeter with selector switch

1 No. voltmeter with selector switch

1 No. frequency meter

1 No KW meter'1 No. KWH meter

Low lub oil pressure

High water pressure

Circuit breaker On indication

Circuit breaker Off indication

Fault accept/rest- push button

One No. 3 pole 800 Amps MCCB

3. GAS ENGINE (I) TYPE : 4 Stroke, Spark ignited, Multi-cylinder and preferably turbocharged. (II) FUEL: Natural Gas of Heat Value 8400 - 8600K.Cal/ Sm3 (944 – 966 BTU/Cft) of Sp.Gr. 0.642 (Air = 1) and gas will be available at 1.0 Kg/Cm2g. Proper fuel filter and regulators are to be provided. (III) IGNITION SYSTEM:

Non shielded ignition system consisting of Altronic-III ignition control system with Indigenous Transformers, ‘CHAMPION' Spark plugs and wiring harness shall be provided.

(IV) STARTING SYSTEM: Start up to the unit is to be provided by Electric starter- 24 volts DC with battery charging alternator. (V) AIR INTAKE SYSTEM Basic Engine Manufacturer current standard system. (VI) AIR CLEANER: Basic Engine Manufacturer current standard system.

(VII) EXHAUST SYSTEM: With flexible connector, Residential Type of silencer with insulation and proper supports. Materials of construction of silencer and piping shall be of SS-304. (VIII) PRE/POST LUBE OIL PUMP FOR ENGINE: In case it is required to be provided, Gas operated Pre/ post lube oil pump to be included for Engine. (IX)TYPE OF COUPLING: Disc type flexible Coupling. (X) Battery:

Offer shall include 2 nos-12 volts, 150 AH Batteries with its lead, each in dry and uncharged condition of STANDERD make.

4. Acoustic Enclosure: Modular construction, all the four walls & roof to be covered with insulating material conforming to IS: 8183 for sound proofing, minimum thickness of insulating material shall be 75-100 mm, minimum density of insulating material shall be 64 kg/m3, insulating material shall be compressed between fiber glass cloth/ vinyl sheet and nonferrous perforated sheet for anti droning effect, specially designed attenuators to control sound at air entry to the enclosure and exit from the enclosure, gas generator shall be mounted on specially designed anti vibration pads, shall be provided with adequate ventilation to meet air requirement for combustion and heat removal. 5.ALL PIPING (GAS PIPING, WATER PIPING, VENT & DRAIN ETC.): All drain, vent, water & gas piping to be terminated at edge of skid with counter flanges of proper rating and size.. Purchaser shall provide piping up to each skid edge for connection to vendor piping. 6.CONTROL PANEL:

Control panel for Engine shall be as per Engine manufacturer standard. It shall contain minimum but not limiting to following control and gauges:

• Starting switch with key • Water temperature gauge (outgoing) • Lub oil pressure gauge • Lub oil temperature gauge • Techometer with hour gauge • Push button shut off switch

Apart from above control, following SAFETY CONTROL (Trip Indicators) shall be provided

• High water temperature • Low lub oil pressure • Over speed

7. INSTRUMENTATIONS: The bidder shall elaborate instrumentation and control considered within the package and their makes. Temperature and pressure gauges shall be local gauge board mounted. All tubings /electrical connections from Engine skid to Control Panel are to carried by bidder.

8. SKID DIMENSION AND WEIGHT: The bidder shall clearly provide the information on size of the skid in metres and weight in Kg. 9. INSPECTION AND TESTING: Vendor shall furnish their standard QA/QC plan for the review of client with offer. Following activities are to be carried out at manufacturer’s works: 1. NLMRT of engine at manufacturing place. 2. Load test of Generator set at manufacturing place. 3. Control Panel Test Report. If required, Purchaser shall engage Third Party inspection Agency to carry out inspection of the package and in such case, inspection charges will be borne by the Purchaser 10. NOISE LEVEL: Less than 75 dB at a distance of 1meter from Acoustic Enclosure. 11. EMISSION LEVEL: Bidders shall provide information on emission of exhaust gas at varies settings of the Engine. 12.TRANSPORTATION: Transportation including Transit insurance up to site is in the Scope of Vendor. 13.SPARE PARTS: List of general and overhauling spares with price break up shall be furnished along with the offer. 14.SPECIAL TOOLS AND TACKLES: One set of Maintenance tools required for normal maintenance and overhaul is to be provided with the offer. 15.DOCUMENTATION WITH SUPPLY: Total 3-sets of detailed installation and instruction manual in original and parts list containing literatures and drawings/picture/bulletins/catalogues of all the brought out parts/ vendors items shall be provided.

16.DOCUMENTATION WITH OFFER: Engine & Generator Catalogues and Data sheets, detailed Scope of Supply, proposed P&I D and instrument list, proposed unit layout drawing, proposed Quality Assurance Plan and submission schedule upon execution shall be submitted with the offer.

17.DOCUMENTATION UPON ORDER: General Arrangement And Foundation Drawings for the Units are to be supplied within 1(one) month of LOI. These drawings will contain all details required for preparation of the detailed foundation drawing. All piping, valves, flanges must be of suitable size and class. 18. ERECTION & COMMISSIONING: Erection & Commissioning of the unit will be carried out under the supervision of Errection engineer of the bidder. The bidder shall provide 'Structural details of R.C.C foundation for the Gas Generating Set including foundation depth , reinforcement details, Concrete mix, grade etc. All necessary 'Civil Works' and other related mechanical job like supply of gas, water supply etc. will be done by Assam Gas Company Limited. 19. GENERAL PERFORMANCE DATA :

Sp. Gr. Of gas 0.642 (Air = 1) RPM 1500 Altitude 107 Meters Humidity 85% - 100% during

June - August Coolant for Engine Water Ambient Temperature 7 oC minimum and 40

oC maximum. Area Classification Zone 2 Gas Group

IIA/IIB

20. COMPOSITION OF NATURAL GAS :

COMPONENTS RANGE (Percentage by Volume)

Methane 90 to 94 Ethane 4.4 to 5.5 Propane 0.5 to 1.0 Iso- Butane Nil N- Butane Nil Iso- Pentane Traces N- Pentane Traces Hexane 0.1 to 0.5 Carbon Di- Oxide 0.5 to 1.0 Nitrogen 0.5 to 1.0 Other gases Traces Calorific Valve (Net) 8400 to 8600 KCal/ SM3

PART (C):

COMMERCIAL TERMS AND CONDITIONS:

01. Earnest Money: i) Earnest Money in the form of Bank Guarantee /Bank draft for an amount of Rs 1,00,000/-(Rupees One Lakh) only drawn on Nationalised/ Scheduled Banks in favour of Assam Gas Company Limited at Duliajan shall be submitted along with the TECHNO-COMMERCIAL BID. 02. ( A ) Schedule of Payment : 80% of the equipment value along with excise duty & sales tax if any to the Bidders will be released after inspection of the total package at Duliajan. 10% of the equipment value shall be released after successful commissioning of the packages or 3 months from the date of receipt of equipment at site. Erection & Commissioning charges will be released within 1(One) month from the date of successful commissioning of the equipments. 10% of the payment shall be retained as security deposit and shall be released after submission of bank guarantee of equivalent amount for the warranty period. ( B ) PAYMENT OF EXCISE DUTY AND SALES TAX Payment of excise duty and sales tax and as applicable on the closing date of tender will be to SUPPLIER's / Contractor's account. Any statutory deviation (both plus and minus) in the rate of excise duty/ sales tax etc after the closing date of tender, as the case may be, as indicated above but within the contractual delivery/completion period will be to the account of AGCL. Any increase in excise duty/sales tax etc. during extended period of the contract / supply order will be to SUPPLIER's / contractor's account where such an extension in delivery of the material / completion of the project was on the request of SUPPLIER/ contractor. However, any decrease in excise duty /sales tax etc during extended period of the contract/ supply order will be to the account of AGCL ( C ) PERFORMANCE SECURITY /PERFORMANCE BOND The successful Bidder, within 15 (fifteen) days of the receipt of order/Letter of Intent, will be required to send Performance Security in the form of Bank Draft or in lieu thereof, Performance Bond for 7.5% of the contract value in the form of DD/Bank Guarantee from a nationalised/scheduled Bank. AGCL shall not be liable to pay any bank charges, commissions or interest on the amount of Performance Security / Performance Bond. The Performance Guarantee will be returned within 60 days of completion of contract in all respect/delivery period as per contract / supply order to the SUPPLIER after completion of supplies/after satisfactory execution of the order. In the event of non performance of the contract, if the losses suffered by AGCL are more than the value of the Performance Security/Performance bond, AGCL in addition

to forfeiting the performance security/ performance bond, reserves the right to claim the balance amount of damages/losses suffered by AGCL.

The performance security/performance bond shall remain at the entire disposal of AGCL as a security for the satisfactory completion of the supply in accordance with the conditions of the contract. The proforma of performance bond is enclosed at Annexure-IV. 03. Delivery Schedule: The contractual delivery date of these packages shall be within 6 months from the award of contract in the form of LOI. The bidder shall submit an activity list meeting above delivery schedule.

04. Liquidated Damage: Time and date of delivery shall be the essence of the contract. If the contractor/supplier fails to deliver the stores, within the period fixed for such delivery in the schedule or any time repudiates the contract before the expiry of such period, the purchaser may, without prejudice to any other right or remedy, available to him to recover damages for breach of the contract : (a) Recover from the Contractor/Supplier as agreed liquidated damages and not by way of penalty, a sum equivalent to 1/2%(half percent) of the contract/supply order price of the whole unit per week for such delay or part thereof(this is an agreed, genuine pre-estimate of damages duly agreed by the parties) which the contractor has failed to deliver within the period fixed for delivery in the schedule, where delivery thereof is accepted after expiry of the aforesaid period. It may be noted that such recovery of liquidated damages may be upto a ceiling of 5% of the contract/supply order price of the whole unit of stores which the contractor/supplier has failed to deliver within the period fixed for delivery; or (b) Cancel the contract/supply order thereof by serving prior notice to the contractor/supplier. (c) It may further be noted that clause(a) above provides for recovery of liquidated damages on the cost of contract/supply order price of delayed supplies(whole unit) at the rate of 1/2%(half per cent) of the contract/supply order price of the whole unit per week for such delay or part thereof upto a ceiling of 5% of the contract/supply order price of delayed supplies (whole unit). Liquidated damages for delay in supplies thus accrued will be recovered by the paying authorities of the purchaser specified in the supply order, from the bill for payment of the cost of the materials submitted by the contractor/supplier or his foreign principals in accordance with the terms of supply order/contract or otherwise. (d) Notwithstanding anything stated above, equipment and materials will be deemed to have been delivered only when all its components and parts are also delivered. If certain components are not delivered in time the equipment and material will be considered as delayed until such time all the missing parts are also delivered. (e) Calculation of liquidated damages Liquidated damages will be calculated on the basis of contract/ supply order price of services/materials excluding duties and taxes, where such duties/taxes have been shown separately in contract/supply order.

(f) Extension in delivery period due to delay on the part of AGCL When the extension of time is required due to any delay on the part of AGCL, extension of delivery time for the period of such delay involved may be granted provided the firm produces documentary evidence of the delay. 05. After sales service and Spares Support: Bidders shall give detail descriptions about the after sale service and arrangement for stocking and supply of spares/emergency spares. Bidders shall provide details of servicing station along with name of key contact person and telephone number in the North-East part of India. 06. Packager’s Performance Assessment:

Purchaser shall be at liberty to carry out own assessment of equipments under offer and past performance of the bidder in executing similar order to other clients. Comments of the clients, and assessment of the purchaser shall carry weight in Technical bid evaluation.

07. Language of BID:

The bid prepared by the bidder, as well as, all correspondence /drawings and documents relating to the bid exchanged by the bidder and the Purchaser shall be in English language only. 08 Late bids:

Any bid received by the purchaser after the deadline for submission of bids prescribed by the purchaser will be rejected and returned unopened to the Bidder, at the sole discretion of Purchaser.

09. Evaluation, comparison and Awards:

i) Assam Gas Company Ltd will evaluate and compare the bids which have been determined to be substantially responsive. ii)The destination (Duliajan –Assam) prices shall be evaluated to arrive at the lowest bidder. iii)Maintenance spares cost shall not be considered for evaluation purpose. iv)The Purchaser will place the order on the successful Bidder whose bid has been determined to be the lowest evaluated bid.

10. Mode of Payment: Payment shall be released to Bidders within a period of thirty (30) days of Invoice with all relevant/-supporting documents, through Cheque.

11. Deviations:

To avoid wastage of time and money purchaser seeks no deviation from the bidder, however if it is necessary to raise deviations, can be raised accordingly. The deviations listed by the bidders shall be considered during evaluation and price quoted by the bidder shall remain same and fixed irrespective of acceptance or non-acceptance of the deviations by the Purchaser. 12.Non-transferability of the Bid Documents:

Bid documents are non-transferable. The party to whom the bid documents are issued may only furnish the bid. The bid received from any party other than to which the bid documents are issued shall be rejected immaterial of fact of any relation ship between party to whom bid documents are issued and party who furnished the bid. 13. Bid Cost: Price quoted by the bidder shall be firm and fixed during the bidder’s performance of the contract and not subject to variation on any account. All corrections and alterations in the entries shall be signed full by the bidder with date. No erasures or over-writing are permissible. 14. Repeat Order: There shall be no repeat order under this bid.

15. Rejection Criteria: The Bid submitted by the bidder shall be in accordance to the tender requirements. The bid not withstanding the requirements as per clause 8 of part ( A ) shall be summarily rejected. However owner reserve the right to take the final decision in this regard, without assigning any reason. 16. Guarantee: The Bidder shall guarantee the supply for a period of 18 months from the date of successful commissioning of the package.

17. Resolution of Disputes/ Arbitration:

The Purchaser and the seller shall make every effort to resolve amicably by direct informal negations any disagreement or dispute arising between them under or in connection with the contract. The rules of procedure for arbitration shall be as per Indian Arbitration and Conciliation Act 1996 or as amended. The Bidder shall comply all local laws at their own cost and purchaser will not be indemnified. The Contract shall be, in all respects be construed and operated as an Indian Contract and in accordance with Indian Laws as in force for the time being and is subject to and referred to the Court of Law situated within Dibrugarh, Assam, India. 18. Signing of Contract: Once the successful bidder has been notified for acceptance of his bid, the bidder is required to execute the Contract Agreement within 15 days of issue of LOI. The Contract Agreement is to be executed on the non-judicial paper of appropriate value. 19. Training of Operator: The offer shall contain free of cost training of operating staff for at least 10 (ten) days at Purchaser’s work site in Duliajan at the time of commissioning of Gas Generating Set. 20. Destination & Location of Installation:- AGCL industrial area, Duliajan, in the district of Dibrugarh, Assam. 21. For any further clarification the bidder may approach Company’s I&E department before submission of the bid.

22. The Company reserves the right to accept or reject any or all the offers without assigning any reason thereof.

ANNEXURE – I UNIT PRICE SCHEDULE:

Sl. No.

Particulars

1 Ex. Factory Price of the complete

package (including engine, alternator and control panel).

2 Packing and Forwarding charges, if any 3 i) Excise duty @ ……… % on………….. ii) Education Cess @ ……. %

on………. 4 Sales Tax @ ……. % against ‘C’ Form

on………… 5 Transportation Charge up to AGCL at

Duliajan 6 Transit Insurance, if any 7 Total Landed Price at Duliajan 8 Erection and commissioning charges. i) Basic cost ii) Service tax 9 Price of commissioning spares, if any. 10 Assam Entry tax if applicable 11 Any other levies or charges not stated

above 12 Total Unit Price ( Inclusive of

Installation and Commissioning )

ANNEXURE-II Technical Data Sheet (To be furnished by Vendor)

1 Gas Engine 1.01 Engine Make &Model No. 1.02 Reference Standards. 1.03 Number of cylinders. 1.04 Continuous output at N.T.P. 1.05 Continuous output at the site condition as specified in specification sheet. 1.06 Fuel gas consumption at a) 100% b) 75% 1.07 Lubricating oil consumption. 1.08 Time interval from the moment of mains failure. a) To come to full speed. b) To take 100% of rated load 1.09 Efficiency of the Engine at a) 75% of rated load. b) 100% of rated load 1.10 Method of Engine starting. 1.11 Type of cooling system 1.12 Over load capacity for 1 hour 1.13 Over load capacity for 5 minutes. 2. Alternator 2.01 Make 2.02 Type 2.03 Reference Standards 3. Rating 3.01 Rated voltage with + (KV) 3.02 Rated Frequency with + (Hz) 3.03 Rated Speed (RPM) 3.04 Rated output (KW) i) Continuous under site conditions. 4. Execution 4.01 Type of Enclosure. 4.02 Degree of Protection. 4.03 Rotation (as Viewed from the engine side). 4.04 Cooling method. 5. Insulation 5.01 Class of insulation i) Stator

ii) Rotor 5.02 Material of Insulation i) Stator ii) Rotor 5.03 Winding Replaceable at site (Yes/No). 6. Performance 6.01 Current at a) 100% load. b) 75% load. 6.02 Voltage regulation and efficiency at 0.8 power factor and at a) 100% load. b) 75% load. 6.03 Power factor at a) 100% load. b) 75% load. 7. Losses. 7.01 Total guaranteed losses (KW). 7.02 Efficiency. 8. Cooling. 8.01 Type of cooling. 8.02 Type of fan. 8.03 Material of construction of fan. 9. Lubrication System. 9.01 Type a) Grease. b) Oil bath. 9.02 Bearing type and Nos. a) Driving end. b) Non-driving end. 9.03 On-line lubrication facility (YES/NO). 9.04 Specification of Lubrication. 9.05 Interval of lubrication. 9.06 Quantity of Lubrication a) Recharging. b) Replacement. 10. Mechanical Data. 10.01 Frame Size. 10.02 Dimensional Drg. No. 10.03 Total Weight of Generator. 10.04 Permissible vibration limits. 10.05 Noise level.

11. Accessories Included. (YES/NO) 11.01 Anti vibration mounting pads. 11.02 Cable glands. 11.03 Cable lugs / connectors. 11.04 Earthing Terminals. 11.05 Lifting eye bolt. 11.06 Name Plate. 11.07 Drain Plug. 12. Cable Box. 12.01 Mains cable box. 12.02 Neutral cable box. 12.03 Type of gland. 13. Control Panel. 13.01 Make. 13.02 Maker’s type. 13.03 Reference Standard. 13.04 IP class of enclosure. 13.05 Type of Sheet Steel. 13.06 Thickness of Sheet Steel. 13.07 Treatment. 13.08 Painting. 13.09 Maximum temperature rise. 13.10 Overall dimension L B H 14. Busbars. 14.01 Material. 14.02 Size a) Horizontal Bus bar. b) Vertical Bus bar. c) Ground. 14.03 Minimum clearances a) Between phases. b) Between phase and earth. 14.04 Minimum creepage distances. 14.05 Current Rating a) Continuous. b) Short time for 1 second. 14.06 Temperature rise over ambient a) for continuous load. b) for short time current. 14.07 Supports a) Material. b) Make. c) Voltage class. d) BIL. 14.08 Bus bar insulation.

14.09 Bus bar phase identification mark. 15. MCCB / ACB 15.01 Make. 15.02 Maker’s type. 15.03 Reference Standard. 15.04 Short circuit capacity. 15.05 Short circuit category. 15.06 Type Testing Authority. 15.07 Rated Voltage. 15.08 Maximum Operating Voltage. 15.09 No. of poles. 15.10 Rated operating duty. 15.11 Over Current & Short Circuit Protection. 16. Current Transformer 16.01 Make. 16.02 Maker’s type and reference standard. 16.03 Type of primary winding. 16.04 Ratio. 16.05 Rated Burden. 16.06 Accuracy class. 16.07 Insulation material. 16.08 Insulation class. 17. Instrument and Meters 17.01 Application. 17.02 Make. 17.03 Maker’s type. 17.04 Reference Standard. 17.05 Operating Principle. 17.06 Rated Voltage / Current. 17.07 Burden at rated voltage / current. 17.08 Operating range. 17.09 Scale range. 17.10 Type of Scale. 17.11 Accuracy. 18. Control Switches 18.01 Make. 18.02 Maker’s type. 18.03 Reference Standard. 18.04 Rated Voltage. 18.05 Rated thermal current. 18.06 Utilization category. 19. Push Button 19.01 Make. 19.02 Maker’s type. 19.03 Reference Standard. 19.04 Current rating of contacts at rated voltage.

20. Acoustic Enclosure 20.01 Modular Construction (YES/NO). 20.02 Material of construction. 20.03 Overall Dimension L B H 20.04 Thickness of material of construction (SWG). 20.05 Type of painting. 20.06 Material of insulation. 20.07 Density of insulation (KG / M3). 20.08 Thickness of insulation (MM). 20.09 Type & Thickness of insulation covering. 20.10 Type & thickness of overall metallic covering sheet. 20.11 Type of silencer used for engine exhaust. 20.12 Type of attenuators at air inlet and exhaust. 20.13 Capacity of Air blower / Fan. 20.14 Noise level inside the enclosure (dB) (A). 20.15 Noise level at 1 meter from enclosure (dB) (A). 21. Signal Lamps 21.01 Make. 21.02 Maker’s type. 21.03 Reference Standard. 21.04 Rated Voltage V 21.05 Rated Wattage W 21.06 Type.

Annexure- III

PROFORMA FOR BANK GUARANTEE FOR EARNEST MONEY DEPOSIT/BID SECURITY

( To be stamped in accordance with the Stamp Act)

Ref……………………. Bank Guarantee no………………………….. Date :

To

Assam Gas Company Limited,

P.O.Duliajan

Dist: Dibrugarh

Assam: 786602

Dear Sir(s)

In accordance with letter inviting Tender under your Tender No………………………………..

M/S …………………………………...having their Registered / Head Office at………………….

( hereinafter called the Tenderer) wish to participate in the said tender………………………..

………………………………………………………………………………

As an irrevocable Bank Guarantee against Earnest Money for the amount of …………………

is required to be submitted by the Tenderer as a condition precedent for participation in the said tender which amount is liable to be forfeited on the happening of any contingencies in mentioned in the Tender Document.

We, the …………………………………………………………… Bank at………………………...

having our Head Office ……………………………………………………………………………..

( Local Address ) guarantee and undertake to pay immediately on demand without any recourse to the tenderers by Assam Gas Company Limited,the amount …………….without any reservation, protest , demur and recourse . Any such demand made by Assam Gas Company Limited, shall be conclusive and binding on us irrespective of any dispute or difference raised by the Tenderer.

This guarantee shall be irrevocable and shall remain valid upto 16/12/2008. If any further extension of this guarantee is required , the same shall be extended to such required period on receiving instructions from M/S…………………………………………………………………whose behalf this guarantee is issued.

In witness whereof the Bank , though its authorised officer, has set its hand and stamp on this

……………………………….day of ……………………………….200 at…………………………

Witness

( SIGNATURE) ( SIGNATURE )

( NAME) ( NAME)

OFFICIAL ADDRESS) Designation with Bank Stamp

Attorney as per power of Attorney No.

INSTRUCTIONS FOR FURNISHING BID-GUARANTEE

BANK GUARANTEE

a. The Bank Guarantee by bidders will be given on non-judicial stamp paper as per stamp duly applicable. The non-judicial stamp paper should be in the name of the issuing bank. In case of foreign bank, the said bank guarantee to be issued by its correspondent bank in India on requisite non-judicial stamp paper. b. A letter from the issuing bank of the requisite Bank guarantee confirming that said bank guarantee / all future communication relating to the Bank Guarantee shall be forwarded to the employer. c. Bidders must indicate the full postal address of the bank alongwith the bank’s E-mail / Fax from where the earnest Money bond has been issued.

Annexure-IV

PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE

GUARANTEE ( ON NON – JUDICIAL PAPER OF APPROPRIATE VALUE ) To,

Assam Gas Company Limited,

P.O.Duliajan

Dist: Dibrugarh Assam: 786602 Dear Sir (s), M/s…………………………………………………………………………………… have been awarded the work of …………………………………………………………………………………...............

For Assam Gas Company Limited, P.O. Duliajan, Dist.Dibrugarh, Assam – 786602. The Contracts conditions provide that the CONTRACTOR shall pay a sum of………………………….

( as full Contract Performance Guarantee in the Form therein mentioned. The form of payment of Contract Performance Guarantee includes guarantee executed by Nationalised bank, undertaking full responsibility to indemnify Assam Gas Company Limited, in case of default. The said …………………………………………………has approached us and at their request and in consideration of the premises we having our office at……………………………………………………....... Have agreed to give such guarantee as hereinafter mentioned. 1. We………………………………………………………………………………………

……..hereby undetake and agree with you that if default shall be made by M/s………………………………………….. in performing any of the terms and conditions of the tender or in payment of any money payable to Assam Gas Company Limited, We shall on demand pay without any recourse to the contractor to you in such manner as you may direct the said amount of ……………………………………….only or such portion thereof not exceeding the said sum as you may from time to time require. 2. You will have the full liberty without reference to us and without affecting this guarantee, postpone for any time or from time to time the exercise of any of the power and rights conferred on you under the contract with the said …………………….and to enforce or to forbear from endorsing any powers or rights or by reason of time being given to the said……………………….which under law relating to the sureties would but for provision have the effect of releasing us. 3. Your right to recover the said sum of …………………………………………………………………. ( ) from us in manner aforesaid will not be affected or suspended by reason of the fact that any dispute or disputes have been raised by the said M/s…………………………………and / or that any dispute or disputes are pending before any officer, tribunal or court. 4. The guarantee herein contained shall not be determined affected by the liquidation or winding up dissolution or changes of constitution or isolvency of the said but shall in all respects and for all purposed be binding and operative until payment of all money due to you in respect of such liabilities is paid.

6. This guarantee shal be irrevocable and shall remain valid upto…………………………… (The date should be after 2 months after the successful commissioning date), if any further extension of this guarantee is required, the same shall be extended to such require period on receiving instruction from M/s…………………………………………..on whose behalf this guarantee is issued. 7. The Bank Guarantees payment of an amount is payable on demand and in any case wihin 48 hours of the presentation of the letter or invocation of Bank Guarantee should the banker fail to release payment on demand , penal interest of 18% per annum shall become payable immediately and any dispute arising our of or in relation to the said Bank Guarantee shall be subject to the jurisdiction of Dibrugarh Courts. 8, We have power to issue this guarantee in your favour under Memorandum and Article of Association and the undersigned has full power to do under the power of Attorney dated………………… granted to him by the Bank. Yours faithfully, ………………………………………Bank By its Constituted Attorney

Signature of a person duly authorized to Sign on behalf of the bank