26
IMPORTANT NOTE BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL HAVE TO PURCHASE THE TENDER DOCUMENTS FROM ANY OF OIL’S DESIGNATED OFFICES GIVEN BELOW. BID DOCUMENTS (NON- TRANSFERABLE) CAN BE PURCHASED TILL ONE DAY PRIOR TO THE RESPECTIVE BID CLOSING DATE ON PAYMENT OF TENDER FEE (NON-REFUNDABLE) OF US$ 100.00 OR RS. 4,500.00 (EXCEPTING PSUS AND SSI UNITS) FROM : ______________________________________________________________________________ (A) HEAD - MATERIALS, OIL INDIA LIMITED, P.O. DULIAJAN, ASSAM - 786602 (B) HEAD - CALCUTTA BRANCH, OIL INDIA LIMITED, 4-INDIA EXCHANGE PLACE, KOLKATA - 700001 (C) SENIOR ADVISER (CONTRACT & PURCHASE), OIL INDIA LIMITED PLOT NO.19, SECTOR - 16A NOIDA - 201301 ______________________________________________________________________________ PROOF OF PURCHASE OF TENDER DOCUMENTS MUST BE SUBMITTED ALONG WITH THE OFFER, FAILING WHICH OFFERS WILL BE TREATED AS UNSOLICITED.

crude oil despatch pump · (b) head - calcutta branch, oil india limited, 4-india exchange place, kolkata - 700001 (c) senior adviser (contract & purchase), oil india limited plot

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: crude oil despatch pump · (b) head - calcutta branch, oil india limited, 4-india exchange place, kolkata - 700001 (c) senior adviser (contract & purchase), oil india limited plot

IMPORTANT NOTE

BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL HAVE TO PURCHASE THE TENDER DOCUMENTS FROM ANY OF OIL’S DESIGNATED OFFICES GIVEN BELOW. BID DOCUMENTS (NON- TRANSFERABLE) CAN BE PURCHASED TILL ONE DAY PRIOR TO THE RESPECTIVE BID CLOSING DATE ON PAYMENT OF TENDER FEE (NON-REFUNDABLE) OF US$ 100.00 OR RS. 4,500.00 (EXCEPTING PSUS AND SSI UNITS) FROM : ______________________________________________________________________________

(A) HEAD - MATERIALS, OIL INDIA LIMITED, P.O. DULIAJAN, ASSAM - 786602 (B) HEAD - CALCUTTA BRANCH, OIL INDIA LIMITED, 4-INDIA EXCHANGE PLACE, KOLKATA - 700001 (C) SENIOR ADVISER (CONTRACT & PURCHASE), OIL INDIA LIMITED PLOT NO.19, SECTOR - 16A NOIDA - 201301

______________________________________________________________________________ PROOF OF PURCHASE OF TENDER DOCUMENTS MUST BE SUBMITTED ALONG WITH THE OFFER, FAILING WHICH OFFERS WILL BE TREATED AS UNSOLICITED.

Page 2: crude oil despatch pump · (b) head - calcutta branch, oil india limited, 4-india exchange place, kolkata - 700001 (c) senior adviser (contract & purchase), oil india limited plot

OIL INDIA LIMITED

(A Govt. of India Enterprise)

P.O. Duliajan-786602, Assam.

Fax No. 91-374-2800533, E-mail:[email protected]

Tender No. & Date :DFD0727P11/08 29.01.2011

Tender Fee

Bid Security Amount

:

:

INR

INR

4,500.00

176,000.00

OR USD

OR USD

100.00

3,900.00

Bidding Type :

(or equivalent Amount in any currency)

Two Bid

Bid Closing On

Bid Opening On

Performance Guarantee

:

:

:

27.04.2011 at 13:00 hrs. (IST)

27.04.2011 at 13:00 hrs. (IST)

Applicable

OIL INDIA LIMITED invites Global tenders for items detailed below:

Item No./

Mat. Code

Material Description Quantity UOM

10

0C000457

ELECTRIC MOTOR DRIVEN CRUDE OIL DESPATCH PUMP SET AS PER

THE FOLLOWING :

a) Detailed specification - Annexure A.

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

c) Technical & Commercial Check lists - Annexure C

1 NO

INSTALLATION & COMMISSIONING

10 NSTALLATION & COMMISSIONING

INSTALLATION & COMMISSIONING :

1 NO

Special Notes : 1. Bids are invited under Single Stage Two Bid System. Bidders shall quote accordingly

under Single Stage Two Bid System. Please note that no price details should be furnished in

the Technical (i.e. Unpriced) bid. The "Unpriced Bid" shall contain all techno-commercial details

except the prices which shall be kept blank. The "Priced Bid" must contain the price schedule

and the bidder's commercial terms and conditions. Bidder not complying with above submission

procedure will be rejected.

2.Payment : Payment shall be released as follows :

i) 80 % of the of the order value shall be paid against proof of despatch/shipment of the

goods.

ii) Remaining 20 % of the order value along with commissioning charges, shall be paid

after successful commissioning and acceptance of the unit by OIL.

iii) OIL may also consider making 100 % payment towards supply of the units against

proof of despatch provided bidders agree to pay interest for 20 % of the order value and also

submit Bank Guarantee for the amount equivalent to 20 % of the order value. This is in addition

to the 10 % of the order value towards Performance Security as per the NIT requirement.

iv) Payment towards Installation/Commissioning shall be released on successful

completion of the Installation/Commissioning programme.

Page : 1 / 2

Page 3: crude oil despatch pump · (b) head - calcutta branch, oil india limited, 4-india exchange place, kolkata - 700001 (c) senior adviser (contract & purchase), oil india limited plot

Tender No. & Date :DFD0727P11/08 29.01.2011

Any offer not complying with the above shall be loaded at one percent above the prevailing Bank

Rate (CC rate) of State Bank of India for evaluation purpose.

2. To ascertain the substantial responsiveness of the bid OIL reserves the right to ask the bidder

for clarification in respect of clauses covered under BRC also and such clarifications fulfilling the

BRC clauses in toto must be received on or before the deadline given by the company, failing

which the offer will be summarily rejected.

3. 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 XII of tender document. This Integrity

Pact proforma has been duly signed by OIL's competent

signatory. The proforma has to be returned by the bidder along with the bid duly signed 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 by the bidder shall be rejected straightway.

4. Oil India Purchase Order No. must be engraved on the body of the item. Bidder must confirm

the same categorically in their quotation.

5. Pre-Dispatch Inspection :

In the event of an order, OIL reserves the right to carry out independent ispection of the pump.

The supplier has to give at least 30 (thirty) days prior notice for inspection. Inspection charges, if

any, shall be quoted separately which shall be considered for evaluation of the offer. However,

all to & fro fares, boarding/lodging and other daily expenses of OIL's personnel(s) shall be borne

by OIL.

6. Validity shall be 180 days.

7. Quotation must be submitted in triplicate.

8. The items covered by this tender shall be used by Oil India Limited in the PEL/ML areas

which are issued/renewed after 01/04/99 and hence Nil Customs Duty during import will be

applicable. Indigenous bidder shall be eligible for Deemed Export Benefit against this purchase.

Details of Deemed Export are furnished vide Addendum to MM/GLOBAL/01/2005 enclosed.

9. Bid Security Clause No. 9.8.2 (under Exemption of Bid Security) of Section A of the General

Terms & Conditions for Global Tender (Refer Document No. MM/GLOBAL/01/2005) stands

deleted.

Page : 2 / 2

Page 4: crude oil despatch pump · (b) head - calcutta branch, oil india limited, 4-india exchange place, kolkata - 700001 (c) senior adviser (contract & purchase), oil india limited plot

Annexure - A to Tender No. DFD0727P11/08

ELECTRIC MOTOR DRIVEN CRUDE OIL DESPATCH PUMP SET A. PUMP : 1. Type Horizontal , single acting , triplex plunger pump as per API Standard 674 . 2. Capacity and Discharge The plunger size selected should be adequate to meet the pressure and volume requirements of 50 Kg/ Sq.cm and 40 CuM/hr respectively. 3. Pump Speed The speed limit of the offered pump shall be governed by the maximum allowable speed ratings for single acting plunger type pumps in continuous service as per API 674 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. Fluid end features i. Aluminum Bronze / Forged Carbon Steel / Cast Nodular Iron , Valve cover, Valve , Mono Block Fluid End with bolt on type valve covers ii. Al Bronze / Carbon Steel / Nodular Iron stuffing boxes iii. Hard coated plungers iv. General service packing v. Suitably designed valves with tapered valve seats pressed onto mono block fluid end vi. Three feed belt driven packing lubricator, to drip feed ( Make : PREMIER / MEGA ) vii. Suction and Discharge on either side 5. Power end features i. One piece Cast Iron frame ii. Alloy steel / Cast Nodular Iron crankshaft iii. Heavy duty Taper Roller crankshaft bearings iv. Two piece , steel backed, precision type, Aluminum alloy / Tin & Babbit lined crank pin bearings v. Ductile / nodular iron connecting rods vi. Nodular Iron / Cast Iron cross heads vii. Bronze crosshead pin bushings viii. Alloy Steel crosshead pins ix. Stainless Steel pony / extension rods x. Flooded sump Splash Lubrication for power end xi. Sight glass gauge or oil level dipstick

Page 5: crude oil despatch pump · (b) head - calcutta branch, oil india limited, 4-india exchange place, kolkata - 700001 (c) senior adviser (contract & purchase), oil india limited plot

6. Accessories 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/ Sq.cm , with built in dampening mechanism to minimize fluctuations for accurate response to pressure changes. ( Make : OTECO/ CAMERON / MARTIN DECKER ) iii. Suitably designed Suction Stabilizer and Discharge Pulsation Dampener(Diaphragm type, pre charged) , mounted and installed in line with the suction and discharge piping. N.B: Dampeners should be of Carbon Steel construction built to ASME pressure vessel codes and code stamped. iv. The pump suction piping should incorporate a suitably sized Gate / Ball valve and suction stabiliser while the discharge line should incorporate a suitably sized Ball valve/Gate valve , a Check valve, a Drain valve ( to de-pressurize the system when carrying out maintenance of the unit ),a by pass valve, a Reset relief valve and discharge pulsation dampner.Suction and discharge piping, fitting and accessories connection should be preferably as per the sketch enclosed. NB: a).The discharge valve/By pass valve should be full opening/ full bore ball valve/Gate valve conforming to API 6D specification, RTJ Flanged ends of suitable size and pressure rating with a pair of companion RTJ flange (weld neck) conforming to ANSI B16.5 (latest edition), complete with two no ring joint gaskets and requisite no of studs and nuts. b).The check valve of discharge line should be full opening/ full bore check valve conforming to API 6D specification, bolted cover, renewable seat, RTJ Flanged ends of suitable size and pressure rating with a pair of companion RTJ flange (weld neck) conforming to ANSI B16.5 std.(latest edition)complete with two no ring joint gaskets and requisite no of studs and nuts. c). All the pipes, valves and fittings of the suction/discharge line should be of same size. v. 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 . vi. A Centrifugal Charge Pump , direct driven by a flameproof Electrical Motor , suitably sized to provide 1.5 times the input flow volume requirement of the triplex plunger pump should be provided against the pumping unit. The basic requirements of the Charge Pump system shall be as follows :

Page 6: crude oil despatch pump · (b) head - calcutta branch, oil india limited, 4-india exchange place, kolkata - 700001 (c) senior adviser (contract & purchase), oil india limited plot

Pump : a. Horizontal Non Clogging Single Stage Centrifugal Pump b. Back Pull Out Design c. Thick Walled , Non Split Concentric Casing with Axial Suction and Tangential Discharge d. Semi Open , Single Shrouded , Curved Vane Impeller e. Strong Shaft with minimum overhang and Ceramic Coated Steel Shaft protection sleeve f. Gland Type Stuffing Box # lubrication & cooling of Gland internally by oil and grease g. Heavy duty and high efficiency design h. Heavy duty duplex set of angular contact bearing ( outboard ) and double row ball bearing ( inboard ) i. Suitably sized impeller to achieve desired head and discharge 7. 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 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. 8.Liquid to be handled : The pumping unit should be suitable for pumping crude oil . Recent Test reports of a typical sample is provided to assist the selection process : API Gravity at 60 Deg F : 30 PH : 7.2 Salinity ( ppm ) : 4400 CO3 : NIL HCO3 : 305 Pour Point ( Deg C ) : 27 Water Content ( % v / v ) : 21 Pumping Temp : 34 to 35 Deg C Viscosity :13 cp @ 26 Deg C, 17 cp @ 24 Deg C, 29 cp @ 22 Deg C Sp Gravity : 0.8574 @ 35 Deg C and 0.8718 @ 15 Deg C 9. Suction condition : Positive suction 10. 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.

Page 7: crude oil despatch pump · (b) head - calcutta branch, oil india limited, 4-india exchange place, kolkata - 700001 (c) senior adviser (contract & purchase), oil india limited plot

Rotation arrows indicating direction of rotation of major items should be cast in or attached. 11. 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 triplex plunger pump and technical literatures of all ancillary equipment. ii. Performance chart of the plunger pump including all technical calculations such as hydraulic horse power, volumetric efficiency, mechanical efficiency, RPM, gear ratio, maximum plunger load, NPSH requirement, etc. iii. Detail of Motors as per tender, CMRI certificate, DGMS approval for motors and motor glands as per tender. II. The following documents shall have to be forwarded within a month of issue of LOI or placement of firm order. Bidder to confirm the same while quoting. i. Foundation diagrams for the complete main pump set and charge 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, motors and associated ancillaries like relief valves, pressure gauges, dampeners, etc. v. operation and maintenance manuals , parts lists of pump, electric motor , gear box and all other accessory equipment. B. SPEED REDUCTION GEAR BOX : The speed reduction from the Prime Mover (Electric Motor) at its rated rpm to the desired rpm of 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 Electric Motor at 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.

Page 8: crude oil despatch pump · (b) head - calcutta branch, oil india limited, 4-india exchange place, kolkata - 700001 (c) senior adviser (contract & purchase), oil india limited plot

C. PRIME MOVER:For Main Pump and Charge Pump The Prime mover for Main Pump and Charge Pump shall be Three phase, squirrel cage rotor Induction Motor with the following specifications: 1. Type :The motor shall be 3- phase, FLAMEPROOF type, suitable for installation in Zone-1, Zone-2 Hazardous Area, Gas Group IIA and IIB, of Oil Mine. The motor shall be certified by Central Mining Research Institute (CMRI), Dhanbad, India and approved by Director General of Mines Safety (DGMS), Dhanbad, India for FLP construction and use in above area. 2. Rated output: The minimum HP of the motor should be 100 HP. However, the motor output rating shall be minimum 10% higher than the respective absorbed power required for full rated capacity load handling of pump.The HP of the charge pump motor should be clearly mentioned. 3. Enclosure: TEFC, FLP with Degree of protection - IP55. CI/ MS enclosure painted with Epoxy based DA Grey Paint. 4.Insulation: Vacuum pressure impregnated. Class F with temperature rise limited to that of class B. Space heater shall be fitted if the motor HP is more than 100HP. 5. Standards: Motor shall confirm to IS-2148, 325, 4691 6. Voltage: Motor shall be suitable for 415 ± 6% volts, 3 Phase, 50HZ, AC supply and should withstand high voltage fluctuation. 7. Freq.: 50 Hz +- 3% 8. RPM : To match driven equipment 9. Duty : Continuous (S1) 10. Mounting :As per equipment design. 11. Shaft support : Rolling element Bearings at DE and NDE 12. Cooling : Bidirectional cooling fan at NDE 13. Terminal stud arrangement of winding : 6 nos terminal studs shall be available in the terminal box and shall be marked for identification. Terminal studs shall be required for heater, if fitted. 14. Switching : 15 Cold Starts /Hr. 15. Ambient : Max. 40ºC, Min 6ºC, 95% RH, Altitude-150 Mtr 16. Terminal Box : FLP Cable termination box with brought out terminal studs suitable for terminating PVCA aluminium cables of proper size as per rating of motor. Terminal shall be of brass with non-hygroscopic insulation support (FRP or DMC) suitable for tropical climate. Suitable termination arrangement shall also be provided in case the

Page 9: crude oil despatch pump · (b) head - calcutta branch, oil india limited, 4-india exchange place, kolkata - 700001 (c) senior adviser (contract & purchase), oil india limited plot

heater is installed. Cable box shall have two nos. of cable entries in case of motor above 10 hp and one no. cable entry in case of motor upto 10 hp. Cable entry thread ET type. 17. Glands : FLP double compression, Nickel plated brass glands, approved by CMRI as per cable size shall be fitted in all the cable entries in terminal box of the motor. Make of Gland: Baliga, GMI, Dowells. 18. Earthing : Two nos of earthing studs to be provided on both sides of the motor. Earthing system for the motor shall be as per the IS: 3043. 19. Lifting Eye : Lifting hook(s) shall be provided for lifting the motor. 20. Markings : Name plate details with name of manufacturer, frame size, rated voltage, rated out put, current, frequency, type of duty, class of insulation, no. of phases, speed in rpm at rated out put, degree of protection, winding connections, amb. temp, bearing sizes, lubricant, lubrication material and year of manufacture, CMRI certification no, DGMS approval No, Gas Group 21. Certificates : Test certificate of Motor for routine tests done at manufacturer's works shall be submitted with the supply. 22. Guarantee : Motor shall be guaranteed for one year. Guarantee certificate shall be submitted with the supply. 23. Make : Bharat Bijlee/ Crompton Greaves/ KEC/ Siemens/NGEF. 24. Preferred ratings in HP : 0.5, 1.0, 1.5, 2.0, 3.0, 5.0, 7.5, 10.0, 12.5, 15, 20, 25, 30, 40, 50, 60, 75, 100, 125, 150, 175, 200 25. General Notes on motor (i)DGMS approval no. & mark should be fixed on the motor body as per guidelines mentioned in the DGMS approval. (ii)The FLP motor and the FLP gland(s) must be suitable for installation in Hazardous Area Zone 1 area, Gas Group IIA and IIB, of Oil Mine. These must be certified by Central Mining Research Institute (CMRI), Dhanbad, India and approved by Director General of Mines Safety (DGMS) Dhanbad, India for FLP construction and use in above area. Copies of CMRI certification and DGMS approval for the motor as well as the glands must be furnished with the offer. (iii)Frame size & make of the offered motor should be mentioned in the offer. (iv)Copy of the drawing of the offered FLP Motor enclosure showing terminal box & cable entry arrangement with double compression FLP cable gland should be submitted with the offer. (v)All unused cable entries holes must be plugged with CMRI certified FLP sealing plugs made of cast iron.

Page 10: crude oil despatch pump · (b) head - calcutta branch, oil india limited, 4-india exchange place, kolkata - 700001 (c) senior adviser (contract & purchase), oil india limited plot

(vi)Packing should be suitable for transit damage & protection against tropical rains. (vii)Bidder must categorically mention that their offer complies with all the features mentioned in the Motor specification & all the relevant documents required as per above points are enclosed in their offer. D. DRIVE ARRANGEMENT : The drive arrangement will involve flow of prime mover power through Direct Flexible Disc coupling to the input shaft of an external foot mounted gearbox and finally from the Out put shaft to the crankshaft of the triplex pump through a Flexible Disc coupling. Suitably selected Flexible Disc / Grid Member Couplings should be incorporated to transfer power from the prime mover to the triplex pump through the transmission , as illustrated in the schematic diagram. N.B. : All rotating parts should be covered by suitable guards. E. PUMP PACKAGE UNITISATION: The pump set is to be supplied with all components and accessories fitted and mounted on a rhobust oilfield type three runner portable master skid. The floor of the skid should be covered with anti skid steel plates. While unitizing the pump set, easy approach to various components should be kept in mind, to facilitate operational and maintenance requirements. The skid should be fabricated out of properly sizes beams to withstand loading / unloading and transfer in oil field trucks. The skid shall be sized to contain the entire pump and motor unit and should include the following components: a) Drip pan for cradle/fluid area of pump and packing area complete with threaded drain b) Dip lip for cradle / fluid area of pump and packing area c) Grouting holes d) Horizontal adjustment screws for minor adjustment e) Charge pump bypass system and valving f) Two grouting bosses on skid g) Interconnection piping spool pieces on suction and discharge with ancillary components h) Non sparking Aluminum safety guards. i) One set of proper size foundation bolts and nuts with each pump sets.The foundation Bolt for the skid is to be in accordance with ASTM #A193 and nut as per ASTM # A193. N.B.: The unitization process shall also include following a) Painting of skid, pump, piping and other accessories. Paint / finish specifications shall consist of wire brushing structural pieces and piping, solvent cleaning of components, one coat of red oxide alkyd primer 2.0 to 2.5 mils dry film thickness. The top coat shall be one coat of gloss sakyd national blue enamel 1.0 to 2.0 mils dry film thickness.

Page 11: crude oil despatch pump · (b) head - calcutta branch, oil india limited, 4-india exchange place, kolkata - 700001 (c) senior adviser (contract & purchase), oil india limited plot

b) Supply and erection of suction stabiliser, Discharge dampener, Safety Relief Valve, pressure gauges, inlet & outlet ball valves, check valves drain valve, Bypass valve and pipes and pipe fittings. F. 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. G. 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. H. WARRANTY : The warranty period for the Electric Motor, 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. I. SPARE PARTS AND SPECIAL TOOLS :

a. Bidders have to provide the price , along with the part numbers , of the following

Page 12: crude oil despatch pump · (b) head - calcutta branch, oil india limited, 4-india exchange place, kolkata - 700001 (c) senior adviser (contract & purchase), oil india limited plot

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.

TRIPLEX PLUNGER PUMP : i. SUCTION VALVE ASSEMBLY : 3 NOS PER PUMP ii. DELIVERY VALVE ASSEMBLY : 3 NOS PER PUMP iii. VALVE COVER GASKET : 12 NOS PER PUMP iv. VALVE SEAT ( SUCTION ) : 3 NOS PER PUMP v. VALVE SEAT ( DELIVERY) : 3 NOS PER PUMP vi. ROD WIPER : 6 SETS PER PUMP vii. PLUNGER : 3 NOS PER PUMP viii. PLUNGER PACKING : 6 SETS PER PUMP ( EACH SET ADEQUATE TO CATER FOR 3 PLUNGERS) ix. CRANK PIN BEARING : 3 SETS PER PUMP 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. TRIPLEX PLUNGER PUMP : i. FLUID END ii. STUFFING BOX ASSEMBLY iii. GLAND NUT iv. EXTENSION ROD v. CRANKSHAFT vi. CROSS HEAD vii. CONNECTING ROD ASSEMBLY 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 valve seat puller and special wrenches for tightening stuffing box glands, studs etc. iii. A charging kit for charging the suction stabilizer and discharge dampener. J. 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 13: crude oil despatch pump · (b) head - calcutta branch, oil india limited, 4-india exchange place, kolkata - 700001 (c) senior adviser (contract & purchase), oil india limited plot

DATA SHEET DATA SHEET ( MOTOR )

MAKE MODEL

TYPE

VOLTAGE

FREQUENCY

NO OF PHASES

NO OF POLES

ENCLOSURE

COOLING SYSTEM

DIRECTION OF ROTATION

INSULATION CLASS

RATED RPM

DUTY

MOUNTING

STARTING

SWITCHING

TERMINAL BOX

GLAND

TYPE OF DRIVE

BEARING

GROSS HP AT RATED RPM

NETT HP AVAILABLE AT 1500 RPM

Page 14: crude oil despatch pump · (b) head - calcutta branch, oil india limited, 4-india exchange place, kolkata - 700001 (c) senior adviser (contract & purchase), oil india limited plot

DATA SHEET (PUMP)

MAKE

MODEL SIZE ( PLUNGER DIAMETER X STROKE LENGTH ) LIMITING PRESSURE AND VOLUME AT OFFERED SIZE

OFFERED SPEED LIMITING SPEED AS PER RELEVANT STANDARD

DISCHARGE VOLUME@OFFERED SPEED (n vol = 95%)

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 MOTOR SHAFT AND GEAR BOX INPUT SHAFT

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

Page 15: crude oil despatch pump · (b) head - calcutta branch, oil india limited, 4-india exchange place, kolkata - 700001 (c) senior adviser (contract & purchase), oil india limited plot

GA DRAWING for EMD CODP

EXTERNAL FOOT MOUNTED GEAR BOX

PUMP

COUPLING # 2

MASTER SKID

COUPLING 1

MOTOR

Page 16: crude oil despatch pump · (b) head - calcutta branch, oil india limited, 4-india exchange place, kolkata - 700001 (c) senior adviser (contract & purchase), oil india limited plot
Page 17: crude oil despatch pump · (b) head - calcutta branch, oil india limited, 4-india exchange place, kolkata - 700001 (c) senior adviser (contract & purchase), oil india limited plot

Annexure-B To TENDER NO. DFD0727P11/08

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 a horizontal, single acting, triplex plunger pump as per API 674 standards, suitable for meeting the delivery parameters (Volume and Pressure) mentioned in the tender. 2.0 The prime mover should be 3 phase, squirrel cage, AC Induction motor as specified in the tender document. 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 Electric Motor from an OEM of Motor 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 Electric Motor 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 and motor will be supplied if order is placed on the bidder. 5.0 Bidders should have the experience of completing three orders in the last 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 Ltd Companies in 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 customers.

Page 18: crude oil despatch pump · (b) head - calcutta branch, oil india limited, 4-india exchange place, kolkata - 700001 (c) senior adviser (contract & purchase), oil india limited plot

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 one year from its date of commissioning. Documentary evidence in this regard should be enclosed N.B.: 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 plunger pumps in the context of our NIT refers to applications where such pumps are deployed for duties such as 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. Please note that no price details should be furnished in the Technical (i.e. Unpriced) bid. The “Unpriced Bid” shall contain all techno-commercial details except the prices which shall be kept blank. The “Priced Bid” must contain the price schedule and the bidder’s commercial terms and conditions. Bidder not complying with above submission procedure will be rejected.

2.0 Bid security of US $ 3,900 or Rs. 1,76,000 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.

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.

Page 19: crude oil despatch pump · (b) head - calcutta branch, oil india limited, 4-india exchange place, kolkata - 700001 (c) senior adviser (contract & purchase), oil india limited plot

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 Offers received without Integrity Pact duly signed by the authorised

signatory of the bidder will be rejected.

12.0 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 ) (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 :

Page 20: crude oil despatch pump · (b) head - calcutta branch, oil india limited, 4-india exchange place, kolkata - 700001 (c) senior adviser (contract & purchase), oil india limited plot

(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 I (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 I(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 21: crude oil despatch pump · (b) head - calcutta branch, oil india limited, 4-india exchange place, kolkata - 700001 (c) senior adviser (contract & purchase), oil india limited plot

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 12.0 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

Page 22: crude oil despatch pump · (b) head - calcutta branch, oil india limited, 4-india exchange place, kolkata - 700001 (c) senior adviser (contract & purchase), oil india limited plot

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.

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

Page 23: crude oil despatch pump · (b) head - calcutta branch, oil india limited, 4-india exchange place, kolkata - 700001 (c) senior adviser (contract & purchase), oil india limited plot

(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 (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 24: crude oil despatch pump · (b) head - calcutta branch, oil india limited, 4-india exchange place, kolkata - 700001 (c) senior adviser (contract & purchase), oil india limited plot

ANNEXURE C

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 a horizontal, triplex plunger Pump as per API 674 standard ?

YES/NO

5. Whether the Pump is designed for continuous service / duty ? YES/NO 6. Whether the offered Electric Motor meets the specifications

mentioned in the tender? YES/NO

7. Whether the Minimum net HP of the Motor is as per NIT requirement?

YES/NO

8. Whether the Motor is rated for continuous power ? YES/NO 9. Whether CMRI certificate and DGMS approval for Motors as per

tender is enclosed with the offer? ? YES/NO

10. Whether the speed reduction gear box is external foot-mounted ? 11. Whether the floor of the three runner skid shall be covered by

checkered plates ?

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 25: crude oil despatch pump · (b) head - calcutta branch, oil india limited, 4-india exchange place, kolkata - 700001 (c) senior adviser (contract & purchase), oil india limited plot

COMMERCIAL CHECK LIST

Sl No

REQUIREMENT COMPLIANCE

1. Whether Original Signed quotation submitted ? YES/NO

2. Whether Fax / E-mail quotation submitted ? FAX / E-MAIL offer not acceptable.

YES/NO

3. Whether 3(three) copies of quotations submitted ? YES/NO

4. Whether quoted as manufacturer ? YES/NO

5. Whether quoted as Supply House / Distributor. To Specify : YES/NO

6. If quoted as Supply House / Distributor,

(a) Whether submitted valid and proper authorization letter from manufacturer confirming that bidder is their authorized Supply House for the product offered ?

YES/NO

(b) Whether manufacturer’s back-up Warranty/Guarantee certificate submitted

YES/NO

7. Whether bid submitted under single stage two bid System ?

YES/NO

Whether ORIGINAL Bid Bond(not copy of Bid Bond) enclosed with the offer? If YES, provide details

YES/NO

(a) Amount :

(b) Name of issuing Bank :

8.

(c) Validity of Bid Bond :

9. Whether offered firm prices ? YES/NO

10. Whether quoted offer validity of 180 days from the date of closing of tenders?

YES/NO

11. Whether quoted a firm delivery period? YES/NO

12. Whether quoted as per NIT (without any deviations) ? YES/NO

13. Whether any deviation there in the offer ? YES/NO

14. Whether deviation separately highlighted ? YES/NO

15. Whether agreed to the NIT Warranty clause ? YES/NO

16. Whether Price Bid submitted as per Price Schedule YES/NO

17 Whether agreed to the NIT Payment Term YES/NO

18. Whether all the items of tender quoted? YES/NO

19. Whether Installation/Commissioning Charges quoted separately? YES/NO

Page 26: crude oil despatch pump · (b) head - calcutta branch, oil india limited, 4-india exchange place, kolkata - 700001 (c) senior adviser (contract & purchase), oil india limited plot

20. Whether Pre dispatch Inspection charges quoted separately? YES/NO

21. Whether indicated the country of origin for the items quoted ? YES/NO

22. Whether technical literature / catalogue enclosed? YES/NO

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

YES/NO

24.

For Foreign Bidders – Whether port of shipment indicated. To specify: YES/NO

25. For Foreign Bidders only - Whether indicated ocean freight up to Kolkata port (Excluding marine insurance ) ?

26. Whether Indian Agent applicable ? YES/NO

If YES, whether following details of Indian Agent provided ? YES/NO

(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 ? YES/NO

27. Whether weight & volume of items offered indicated ? YES/NO

28. Whether confirmed to submit PBG as asked for in NIT ? YES/NO

29. Whether agreed to submit PBG within 30 days of placement of order ? YES/NO

30. For Indian bidders – Whether place of dispatch indicated in the offer ? To specify :

YES/NO

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

YES/NO

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

YES/NO

33. For Indian Bidders only - Whether offered Deemed Export prices ? YES/NO

34. Whether quoted prices are exclusive of Excise duty ? YES/NO

35. For Indian bidders only – whether import content indicated in the offer ? YES/NO

36. For Indian Bidders only - whether all Taxes have been indicated categorically ?

YES/NO

37. Whether all BRC/BEC clauses are accepted ? YES/NO

38. Whether the Integrity Pact document duly signed ? YES/NO

Offer Ref ............................…………………… Dated ................................................

OIL's Tender No....................………….………. Signed ……………….....................

For & on behalf of ................................................Designation ..................

------------- X --------------