24
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 – 786 602, (B) HEAD - KOLKATA BRANCH, OIL INDIA LIMITED, 4-INDIA EXCHANGE PLACE, KOLKATA – 700 001, (C) SENIOR ADVISER(CONTRACT & PURCHASE), OIL INDIA LIMITED, PLOT NO. 19 SECTOR 16A NOIDA – 201 301 ____________________________________________________________________ PROOF OF PURCHASE OF TENDER DOCUMENTS MUST BE SUBMITTED ALONG WITH THE OFFER FAILING WHICH OFFERS WILL BE TREATED AS UNSOLICITED.

IMPORTANT NOTE - oilindia.nic.in · (A Govt. of India Enterprise) P.O. Duliajan-786602, Assam. Fax No. 91-374-2800533, E-mail:[email protected] Tender No. & Date :DFD8749P09/07

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: IMPORTANT NOTE - oilindia.nic.in · (A Govt. of India Enterprise) P.O. Duliajan-786602, Assam. Fax No. 91-374-2800533, E-mail:material@oilindia.in Tender No. & Date :DFD8749P09/07

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 – 786 602, (B) HEAD - KOLKATA BRANCH, OIL INDIA LIMITED, 4-INDIA EXCHANGE PLACE, KOLKATA – 700 001, (C) SENIOR ADVISER(CONTRACT & PURCHASE), OIL INDIA LIMITED, PLOT NO. 19 SECTOR 16A NOIDA – 201 301

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

Page 2: IMPORTANT NOTE - oilindia.nic.in · (A Govt. of India Enterprise) P.O. Duliajan-786602, Assam. Fax No. 91-374-2800533, E-mail:material@oilindia.in Tender No. & Date :DFD8749P09/07

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 :DFD8749P09/07 07.04.2008

Tender FeeBid Security Amount

::

INRINR

4,500.00 425,000.00

OR USDOR USD

100.00 10,500.00

Bidding Type :

(or equivalent Amount in any currency)

Two Bid

Bid Closing OnBid Opening On

Performance Guarantee

::

:

11.06.2008 at 13:00 hrs. (IST)11.06.2008 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 0C000452

GAS ENGINE DRIVEN FORMATION WATER DISPOSAL CENTRIFUGALPUMPSET.DETAILED SPECIFICATION IS ENCLOSED VIDE ANNEXURE-A

2 NO

Standard Notes: 1.This tender is invited under Single Stage Two Bid System. For submission procedure, pleaserefer Para 12.0 of General Terms & conditions for Global tender (Document no.MM/GLOBAL/01/2005). Any offer not complying with the above will be rejected straightway.

2. 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.

3. Bid Rejection Criteria (BRC) and Bid Evaluation Criteria (BEC) applicable to this tender isenclosed vide Annexure-B.

4. Technical Check list and Commercial Check list are enclosed vide Annexure C & D. Biddersshould submit the filled-up check lists duly signed & stamped along with the technical bid.

5. To ascertain the substantial responsiveness of the bid OIL reserves the right to ask the bidderfor clarification in respect of clauses covered under BRC also and such clarifications fulfilling theBRC clauses in toto must be received on or before the deadline given by the company, failingwhich the offer will be summarily rejected.

6. Oil India Purchase Order No. must be engraved on the body of the item. Bidder must confirmthe same categorically in their quotation.

7. The items covered by this enquiry shall be used by Oil India Limited in the PEL/ML areaswhich are issued/renewed after 01/04/99 and hence Nil Customs Duty during import will beapplicable. 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.

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

Page : 1 / 1

Page 3: IMPORTANT NOTE - oilindia.nic.in · (A Govt. of India Enterprise) P.O. Duliajan-786602, Assam. Fax No. 91-374-2800533, E-mail:material@oilindia.in Tender No. & Date :DFD8749P09/07

ANNEXURE A

TO TENDER NO. DFD8749P09/07

DETAILED TECHNICAL SPECIFICATION OF 2 NOS. GAS ENGINE DRIVEN FORMATION WATER DISPOSAL CENTRIFUGAL PUMPSET A. PUMP: 1. Type

Centrifugal, Multistage as per API Standard 610 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 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

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)

Page 4: IMPORTANT NOTE - oilindia.nic.in · (A Govt. of India Enterprise) P.O. Duliajan-786602, Assam. Fax No. 91-374-2800533, E-mail:material@oilindia.in Tender No. & Date :DFD8749P09/07

iii. Suitably designed Suction Stabilizer and Discharge Pulsation Dampener, 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

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)

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 .

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 : 60 Deg C Max Climatic conditions : Altitude # 150 meter above sea level 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

Page 5: IMPORTANT NOTE - oilindia.nic.in · (A Govt. of India Enterprise) P.O. Duliajan-786602, Assam. Fax No. 91-374-2800533, E-mail:material@oilindia.in Tender No. & Date :DFD8749P09/07

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, dampeners, etc. v. Operation and maintenance manuals, parts list of pump, engine, gear box and all

other accessory equipment. 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.

Page 6: IMPORTANT NOTE - oilindia.nic.in · (A Govt. of India Enterprise) P.O. Duliajan-786602, Assam. Fax No. 91-374-2800533, E-mail:material@oilindia.in Tender No. & Date :DFD8749P09/07

Drive Coupling:

1(One) No. Falk high-speed Steel flex coupling #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# (1219. mm) long, 5.0# 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°. 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 of 220 HP with a limiting rpm of 1500 rpm and limiting compression ratio of 10.5 : 1 .

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 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.

Page 7: IMPORTANT NOTE - oilindia.nic.in · (A Govt. of India Enterprise) P.O. Duliajan-786602, Assam. Fax No. 91-374-2800533, E-mail:material@oilindia.in Tender No. & Date :DFD8749P09/07

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 a hydraulic/hydra mechanical/Electronic governor (preferably WOODWARD make), carburetor (preferably IMPCO make), main line and secondary line regulators (preferably VANAZ/ FISHER make), gas filter, related linkages and a vernier or ratchet type throttle control.

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 and protect the engine in the event of an engine over speed situation.

Page 8: IMPORTANT NOTE - oilindia.nic.in · (A Govt. of India Enterprise) P.O. Duliajan-786602, Assam. Fax No. 91-374-2800533, E-mail:material@oilindia.in Tender No. & Date :DFD8749P09/07

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 % EATHANE : 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 GRAVITY : 0.6291 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.

Page 9: IMPORTANT NOTE - oilindia.nic.in · (A Govt. of India Enterprise) P.O. Duliajan-786602, Assam. Fax No. 91-374-2800533, E-mail:material@oilindia.in Tender No. & Date :DFD8749P09/07

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’s 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. INSTRUMENTATION FOR PUMP SET:

1. The Pump set shall be controlled by a Programmable Logic Controller (PLC) with Panel view facility for display & alarm of critical parameters and safety shutdown. 2. The PLC shall be Rockwell Automation (formerly Allen-Bradley) make SLC 5/03 processor with necessary I/O (Input/Output) modules. It shall also be provided with an Ethernet communication module for remote monitoring of the Pump set parameters from control room. 3. The PLC shall be housed in an explosion proof control panel with a glass window for viewing the Pump set parameters. The Control panel shall be certified to use in Zone1, Zone2, Gas group IIA & IIB (Division 1, Division 2, Gas group Class I, Group C&D) environment. 5. The following minimum instruments shall be provided for Pump set:

- Pump Suction Pressure Transmitter - Pump Discharge Pressure Transmitter - Oil level switch for Pump sump - Engine Oil Pressure Transmitter - Engine Water Temperature Transmitter - Engine Speed Transmitter - Pump Outlet Flow Transmitter

6. All the Instruments shall be certified for use in Zone1, Zone2, Gas group IIA & IIB (Division 1, Division 2, Gas group Class I, Group C&D) environment. 7. All the Electronic instruments placed on the Pump side should be approved by DGMS (Director General of Mines Safety), Dhanbad. 9. The supplier has to provide 3 (THREE) sets each of the following documentation: - Operation and maintenance manual of each field Instrument - Instrument list and Instrument data sheets - Test & Calibration reports - As built & Hook up drawings - Wiring diagram of the control panel - Detailed operation and maintenance manuals of the PLC system - Ladder logic developed for the PLC 10. The supplier shall provide relevant Allen-Bradley software like RS LOGIX, RS LINX and PANEL VIEW. 11. The Technical Specification of the Instruments for Pump set is as given below: Technical specification for Instruments

Page 10: IMPORTANT NOTE - oilindia.nic.in · (A Govt. of India Enterprise) P.O. Duliajan-786602, Assam. Fax No. 91-374-2800533, E-mail:material@oilindia.in Tender No. & Date :DFD8749P09/07

1. PUMP SUCTION PRESSURE TRANSMITTER MAKE : DRUCK or Equivalent MODEL : PTX1240 RANGE : 0 T0 200 PSI OUTPUT : 4 TO 20mA 2. PUMP DISCHARGE PRESSURE TRANSMITTER MAKE : DRUCK or Equivalent MODEL : PTX1240 RANGE : 0 T0 3000 PSI OUTPUT : 4 TO 20mA 3. OIL LEVEL SWITCH MAKE : MURPHY or Equivalent MODEL : EL150X Float : Brass Contact rating : 2A, 30 VDC Max Working Pressure: 25 PSI 4. ENGINE OIL PRESSURE TRANSMITTER MAKE : DRUCK or Equivalent MODEL : PTX1240 RANGE : 0 T0 200 PSI OUTPUT : 4 TO 20mA 5. ENGINE WATER TEMPERATURE TRANSMITTER MAKE : MATE or Equivalent MODEL : 4100 RANGE : 0 TO 300 DEG F

6. ENGINE SPEED TRANSMITTER MAKE : ELECTRONIC DATA DEVICES or Equivalent MODEL : FTC 4.02420 RANGE : 0 TO 2000 RPM OUTPUT : 4 TO 20mA 7. TURBINE FLOWMETER MAKE : NU FLO or Equivalent MODEL : MC II PLUS EXP POWER SUPPLY: MAX 30 VDC OUTPUT : 4 TO 20 mA LCD DISPLAY: FLOW RATE & TOTAL FLOW

NOTE: 1. In case, the control panel is placed on engine side, which is a safe area and there is a fire wall between the pump and engine, flame proof/purged control panel is not required. 2. The instruments which are directly mounted on the pump and pipe line such as level switches, pressure switches, turbine flow meter, pressure transmitters etc should have certification for use in Class 1, Division 2, Group C & D gases hazardous area.

Page 11: IMPORTANT NOTE - oilindia.nic.in · (A Govt. of India Enterprise) P.O. Duliajan-786602, Assam. Fax No. 91-374-2800533, E-mail:material@oilindia.in Tender No. & Date :DFD8749P09/07

CONTROL PANEL: 1(One) no. PLC based Nema 7R enclosure pump system control panel with the following descriptive features shall be provided.

Engine driven control panel as per the following: - Nema 7, enclosure suitable for class I, div. I, groups C/D area - Allen Bradley SLC-500 modular PLC system - Allen Bradley Panelview 300 micro operators interface mounted behind a 5" glass

viewing window.

All normal operational functions should be available using door mounted push buttons. Set points can be adjusted using the Panel view function keys. Digital readout with shutdown and alarm annunciation for the following: 1. Pump discharge pressure 2. Pump suction pressure 3. Engine oil pressure 4. Engine water temperature 5. Engine speed (rpm)

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 24 VDC control power externally shall be provided by the Natural Gas engine 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 its 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 12: IMPORTANT NOTE - oilindia.nic.in · (A Govt. of India Enterprise) P.O. Duliajan-786602, Assam. Fax No. 91-374-2800533, E-mail:material@oilindia.in Tender No. & Date :DFD8749P09/07

N.B. : 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 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.

ENGINE

CLUTCH PTO

EXTENSION SHAFT

EXTERNAL FOOT MOUNTED GEAR BOX

PUMP

COUPLING # 3

MASTER SKID

COUPLING # 1 COUPLING # 2

Page 13: IMPORTANT NOTE - oilindia.nic.in · (A Govt. of India Enterprise) P.O. Duliajan-786602, Assam. Fax No. 91-374-2800533, E-mail:material@oilindia.in Tender No. & Date :DFD8749P09/07

H. COMMISSIONING:

The pump sets shall have to be commissioned at site by competent personnel deputed by the bidder for the same. OIL shall provide necessary local transportation, within its operational area, for the commissioning personnel, to and from site.

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 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.

Page 14: IMPORTANT NOTE - oilindia.nic.in · (A Govt. of India Enterprise) P.O. Duliajan-786602, Assam. Fax No. 91-374-2800533, E-mail:material@oilindia.in Tender No. & Date :DFD8749P09/07

i. A set of each type and size of coupling installed in the pump set ii. A set of special wrenches for the pump iii. A charging kit for charging the suction stabilizer and discharge dampener.

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.

J. 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

Page 15: IMPORTANT NOTE - oilindia.nic.in · (A Govt. of India Enterprise) P.O. Duliajan-786602, Assam. Fax No. 91-374-2800533, E-mail:material@oilindia.in Tender No. & Date :DFD8749P09/07

DATA SHEET (PUMP)

MAKE MODEL 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 EXTENSION SHAFT AND GEAR BOX INPUT SHAFT

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

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

Page 16: IMPORTANT NOTE - oilindia.nic.in · (A Govt. of India Enterprise) P.O. Duliajan-786602, Assam. Fax No. 91-374-2800533, E-mail:material@oilindia.in Tender No. & Date :DFD8749P09/07

ANNEXURE B

TO TENDER NO. DFD8749P09/07

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, suitable for

meeting the delivery parameters of 1000 Kilo Litre Per Day ( Volume ) and 60 Kg/Cm2 (Pressure ) respectively .

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 Net available HP of 220 HP with limiting rpm of 1500 rpm and limiting compression ratio of 10.5 : 1 .

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.

5.0 Bidders should have the experience of completing 3 (Three) orders in the last 7 (Seven)

years prior to bid closing date of this tender against supply of offered model pump designed for continuous duty (for the dicharge & pressure rating mentioned in the tender i.e. 1000 KL/day Volume and 60 Kg/Sq. Cm Pressure in the instant tender) for water flood / formation water disposal / hydrocarbon service applications in PSUs, Central Govt. Undertakings, Public Limited Companies or Reputed Private Companies in the Oil & Gas Sector. Copies of purchase orders from the clients indicating the supply of the offered model of pump are to

Page 17: IMPORTANT NOTE - oilindia.nic.in · (A Govt. of India Enterprise) P.O. Duliajan-786602, Assam. Fax No. 91-374-2800533, E-mail:material@oilindia.in Tender No. & Date :DFD8749P09/07

be forwarded with the offer. The offers are to be further substantiated by performance certificates from the consumers. Moreover, the model of pump offered should be one that has a proven track record of successful deployment for a minimum period of 6000 hours or one year from its date of commissioning. Documentary evidence in this regard should be forwarded.

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. The “TECHNICAL” and “COMMERCIAL” bids shall be prepared separately in triplicate and the same should be kept in two separate envelopes superscribing the Enquiry No., Brief Material Description & Bid Closing Date and clearly writing on the cover of the two envelopes as “TECHNICAL” and “COMMERCIAL”. Both the envelopes should then be kept in one envelope, duly sealed, superscribing the Enquiry No., Brief Material Description and Bid Closing Date on the cover. The Technical Bid should contain all the techno-commercial details of the offer including the commercial terms and conditions excepting the prices which should be kept blank. The Commercial Bid should contain the Price Schedule as per Para 12.0 below including all the commercial terms and conditions of the offer. Any offer not complying with the above will be rejected straightway.

2.0 Bid security of US $ 10,500.00 or Rs. 4,25,000.00 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 vide MM/GLOBAL/01/2005(enclosed). 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 18: IMPORTANT NOTE - oilindia.nic.in · (A Govt. of India Enterprise) P.O. Duliajan-786602, Assam. Fax No. 91-374-2800533, E-mail:material@oilindia.in Tender No. & Date :DFD8749P09/07

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 Original offer should be submitted in sealed envelope. 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. Bids with lesser validity will be rejected.

10.0 Bids containing incorrect statement will be rejected. 11.0 Bids shall have no inter-lineation, erasures or overwriting except as necessary to correct the

errors made by the bidder, in which case, such corrections shall be initialed by the person signing the bid. Any bid not meeting this requirement shall 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 2 Nos. Pumps (B) Cost of 2 Years Maintenance Spares as per Clause J(a) of Annexure – A (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) Total Value, ( I + J ) above (L) Total value in words : (M) Gross Weight : (N) Gross Volume : (ii) Commercial Bid Format ( SUMMARY ) for Indigenous Bidders : (A) Total Material value of 2 Nos. Pump (B) Cost of 2 Years Maintenance Spares as per Clause J(a) of Annexure – A (C) Cost of Commissioning Spares, if any (D) Grand Total Material Value, (A + B + C ) (E) Packing and Forwarding Charges

Page 19: IMPORTANT NOTE - oilindia.nic.in · (A Govt. of India Enterprise) P.O. Duliajan-786602, Assam. Fax No. 91-374-2800533, E-mail:material@oilindia.in Tender No. & Date :DFD8749P09/07

(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) Total Value, (M +N ) above (P) Total value in words : (Q) Gross Weight : (R) 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.

13.0 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.

Bidders must categorically indicate the Pre-despatch/Shipment Inspection charges in their commercial offers and must confirm the same in their Technical bids. Offers, without any quote for the Pre-despatch/Shipment Inspection charges, shall be loaded with the maximum charges received for the same against the tender for evaluation purposes. Moreover, if the bidder does not quote the Income, Service, Corporate taxes etc., the offer shall be loaded with the applicable rate of taxes for evaluation purposes.

(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 :

Page 20: IMPORTANT NOTE - oilindia.nic.in · (A Govt. of India Enterprise) P.O. Duliajan-786602, Assam. Fax No. 91-374-2800533, E-mail:material@oilindia.in Tender No. & Date :DFD8749P09/07

(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 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 2 Nos. Pump (B) Cost of 2 Years Maintenance Spares as per Clause J(a) of Annexure – A (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) Total Value, ( J + K ) above

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

Page 21: IMPORTANT NOTE - oilindia.nic.in · (A Govt. of India Enterprise) P.O. Duliajan-786602, Assam. Fax No. 91-374-2800533, E-mail:material@oilindia.in Tender No. & Date :DFD8749P09/07

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 2 Nos. Pump (B) Cost of 2 Years Maintenance Spares as per Clause J(a) of Annexure – A (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 (N) Total Value, (L +M ) 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, which ever 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 22: IMPORTANT NOTE - oilindia.nic.in · (A Govt. of India Enterprise) P.O. Duliajan-786602, Assam. Fax No. 91-374-2800533, E-mail:material@oilindia.in Tender No. & Date :DFD8749P09/07

ANNEXURE C

TO TENDER NO. DFD8749P09/07

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 a horizontal, centrifugal multistage pump as per API 610 standard?

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 nett HP of the engine is at least 220 HP ? 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

19. Whether commissioning of the pump sets is included in the scope of the offer?

YES/NO

Order Ref --------------------------------------------------------- Dated------------------------------- OIL’s Tender No.----------------------------------------------- Signed------------------------------- For & behalf of ------------------------------------------------- Designation--------------------------

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

Page 23: IMPORTANT NOTE - oilindia.nic.in · (A Govt. of India Enterprise) P.O. Duliajan-786602, Assam. Fax No. 91-374-2800533, E-mail:material@oilindia.in Tender No. & Date :DFD8749P09/07

1

ANNEXURE D

TO TENDER NO. DFD8749P09/07

COMMERCIAL CHECK LIST

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 TICK MARK 'YES' OR 'NO' TO THE FOLLOWING QUESTIONS, IN THE RIGHT HAND COLUMN. 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 Two Bid System ? YES/NO 8. 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 : (c) Validity of Bid Bond : 9. Whether offered firm prices ? YES/NO 10. Whether quoted offer validity of six months 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 quoted any deviation ? 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 (refer Para 12.0 of

BRC vide Annexure – II) YES/NO

17. Whether Spare Parts as per Clause (H) of Annexure – I quoted ? YES/NO 18. Whether the Recommended Spares for 2 years of operations quoted ? YES/NO 19. Whether quoted all the items of tender ? YES/NO 20. Whether indicated the country of origin for the items quoted ? YES/NO 21. Whether technical literature / catalogue enclosed? YES/NO

Page 24: IMPORTANT NOTE - oilindia.nic.in · (A Govt. of India Enterprise) P.O. Duliajan-786602, Assam. Fax No. 91-374-2800533, E-mail:material@oilindia.in Tender No. & Date :DFD8749P09/07

222. Whether confirmed that all spares & consumables will be supplied for

a minimum period of 10 years ?

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

YES/NO

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

YES/NO

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

YES/NO

28. 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 29. Whether weight & volume of items offered indicated ? YES/NO 30. Whether Pre-despatch/shipment inspection & testing of the

Pumps quoted? YES/NO

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

YES/NO

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

YES/NO

33. Whether confirmed to submit PBG as asked for in NIT ? YES/NO 34. Whether agreed to submit PBG within 30 days of placement of order ? YES/NO 35. For Indian Bidders only - Whether indicated import content in the

offer ? YES/NO

34. For Indian Bidders only - Whether offered Deemed Export prices? YES/NO 35. For Indian Bidders only – Whether all applicable Taxes & Duties

have been quoted ? YES/NO

36. Whether all BRC/BEC clauses accepted ? YES/NO Offer Ref ............................…………………… Dated ................................................ OIL's Tender No....................………….………. Signed ………………..................... For & on behalf of ................................................Designation .................... ..............