25
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 REGISTERED WITH NSIC) FROM : _____________________________________________________________________ (A) HEAD - MATERIALS, OIL INDIA LIMITED, P.O. DULIAJAN, ASSAM - 786602, (B) HEAD - KOLKATA BRANCH, OIL INDIA LIMITED, 4-INDIA EXCHANGE PLACE, KOLKATA - 700001, (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 - Oil India Limitedoil-india.com/pdf/tenders/global/DFD1850P07.pdf · important note bid document has been displayed to understand the requirement only. parties interested

  • Upload
    lekhue

  • View
    213

  • Download
    1

Embed Size (px)

Citation preview

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 REGISTERED WITH NSIC) FROM : _____________________________________________________________________

(A) HEAD - MATERIALS, OIL INDIA LIMITED, P.O. DULIAJAN, ASSAM - 786602, (B) HEAD - KOLKATA BRANCH, OIL INDIA LIMITED, 4-INDIA EXCHANGE PLACE, KOLKATA - 700001, (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.

OIL INDIA LIMITED(A Govt. of India Enterprise)

P.O. Duliajan-786602, AssamFax No. 91-374-2800533, E-mail:[email protected]

Tender No. & Date :DFD1850P07/07 08.07.2006

Tender FeeBid Security Amount

::

INRINR

4,500.00 500,000.00

OR USDOR USD

100.00 11,000.00

Bidding Type :

(or equivalent Amount in any currency)

Two Bid

Bid Closing OnBid Opening On

Performance Guarantee

::

:

20.09.2006 at 13:00 hrs. (IST)20.09.2006 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 0C000460

WELL SERVICING AND ACIDIZING PUMP SET COMPLETED WITHPRIME MOVER ENGIN, 5 SPEED GEAR BOX & MOUNTED ON OIL FIELDTYPE 3 RUNNER ROBUST SKID

Deteiled Specifications are enclosed vide Annexure I & IA.

1 NO

20 0C000460

SAME AS ITEM SERIAL NO.10

2 NO

Special Notes : 1. Bids are invited under Single Stage Two Bid System. Bidders shall quote accordinglyunder Single Stage Two Bid System. The "TECHNICAL" & "COMMERCIAL" bids shall beprepared separately in triplicate and the same should be kept in two separate envelopessuperscribing the Enquiry No., Brief Material Description and Bid Closing Date and clearlywriting on the cover of the two envelopes as "TECHNICAL" and "COMMERCIAL". Both theenvelopes should then be kept in one envelope duly sealed, superscribing the Enquiry No., BriefMaterial Description, and Bid Closing Date on the cover. The Technical bid should contain all theTechno-Commercial details of the offer including the Commercial terms and conditionsexcepting the prices which should be kept blank. The Commercial bid should contain the PriceSchedule all the commercial terms and conditions of the offer. Any offer not complying with the above will be rejected straightway.

2. To ascertain the substantial reponsiveness of the bid OIL reserves the right to ask thebidder for clarification in respect of clauses covered under BRC also and such clarificationsfulfilling the BRC clauses in toto must be received on or before the deadline given by thecompany, failing which the offer will be summarily rejected.

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

4. Item Nos. 1 & 2 are same in all respects. Bidders must quote the three Pumps identical in allrespects i.e. the same category of Pump must be of same make, model and compatible in allrespects. The bidder must quote accordingly as mentioned in this clause, else bids will be

Page : 1 / 2

Tender No. & Date :DFD1850P07/07 08.07.2006rejected.

5. Bid Rejection Criteria (BRC) and Bid Evaluation Criteria (BEC) applicable to this tender isenclosed vide Annexure II.

6. Technical Check list and Commercial Check list vide Annexure III & IV must be filled-up andsubmitted along with the technical bid.

7. Clause No. 9.8.2 (under Exemption of Bid Security) of Section A of the General Tersms &Conditions for Global Tender (Refer Document No. MM/GLOBAL/01/2005) stands deleted.

8. 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 : 2 / 2

ANNEXURE - I TO ENQUIRY NO. DFD1850P07/07 DTD 08/07/06

DETAILED TECHNICAL SPECIFICATION OF WELL SERVICING PUMPS

1.0 The pump is triplex, single acting reciprocation type piston pump with replaceable liners,

pistons & inserts. 2.0 The pump should be fitted with proper size of liner & piston to meet the following

requirement:-

Maximum discharge = 770 Litres/Min against 42 kg/cm2 Pressure (203 US GPM against 600 Psi pressure)

Minimum discharge = 100 Litres/Min against 245 Kg/cm2 Pressure (25 US GPM against 3400 Psi Pressure)

Pump speed = The maximum operating speed will be limited to 300 RPM as no charge pump will be fitted with the triplex pump. API confirmation : As the pump’s duty is for intermittent service only ( not for continuous duty ), API confirmation for speed is not required.

2.1 The pump will be operated at different speeds using a five speed gear having various

transmission ratios to have a wide range of discharge volume against various pressure rating. The pump should be equipped with internal reduction gear or chain drive arrangement with proper reduction ratio to meet the following characteristics.

Gear Transmission

Ratio Displacement in litre/Min Max. discharge Pressure

Kg/cm2 5th. Gear 4th. Gear 3rd. Gear 2nd. Gear 1st. Gear

770 510 309 194 100

42 70 113 176 245

Contd. 2

-- 2 -- 3.0 Pump Duty : Intermittent Service and pump should be suitable for:-

a) Acidizing job with concentration of :-

i) Mud acid having 10% HCL + 5% HF + Water. ii) Mud acid having 10% HCL + 3% HF + Water. iii) Hydrochloric acid having 15% HCL + Water. iv) Hydrochloric acid having 30% HCL + Water

b) Cement Slurry, saline water of 2-3% KCL, NaCl and calcium chloride.

4.0 Material of Construction : As the pump will be used for Acidizing job also in addition to

well servicing, the material of construction of the fluid end must be corrosion resistant. The pump should comprise of forged steel single piece fluid end, carbonized steel cage-typed valves with replaceable rubber insert, chrome plated replaceable intermediate rod, replaceable liners & pistons with surface finish for corrosion resistant . The power end of the pump should comprise a rugged, cast steel frame with precision bearings mounted to high strength double extended crankshaft, ductile iron type connecting rods, and cylindrical crosshead and gear reducer.

5.0 Bearing of Crankshaft :- As per OEM’s design. 6.0 Auxiliary Equipment : a) Suction Stabilizer :- A suction stabilizers comprising a vertical chamber of proper size with

a closed top, water level gauge and air charging connection equipped with a rubber diaphragm should be fitted in the inlet line as closed as possible to pump.

b) Discharge Dampener :- Not required c) Suction manifold should be completed with butterfly valve fitted with flange & fasteners

and companion flange. d) Discharge manifold should be completed and fitted with:- 1 no of 50.8 mm shear pin type 0r

reset relief valve (250 kg/cm2.) to be fitted on bleed line & completed with a companion flange and a bend.

i) 2 nos. of 50.8 mm Flanged gate valve (W.P. = 352 Kg/ cm2.) having embossed API-

6A monogram (one valve each for discharge and bleed line). The two discharge valves should be fitted with companion flanges.

ii) 1 no. of 50.8 mm pressure gauge (range 0-360 kg/cm2) to be fitted on discharge line. iii) All the necessary fittings, flanges, gaskets, stud & nuts to fit the above.

Contd. 3

-- 3 --

7.0 PUMP LUBRICATION : a) For cooling & flushing of piston rods a flushing pump completed with wash piping should

be installed and driven from the pump’s jack shaft. b) For lubrication of power end of the pump a force fed lubrication system should be installed.

Proper lubrication should be ensured when the pump runs at low speed. c) If an extra chain drive system in addition to the integral gear reducer of the pump has to be

installed, then a belt pulley drive gear pump will has to be fitted for chain lubrication and the chain with the sprockets should be enclosed in leak-proof metal enclosure.

8.0 The bidder has to furnish the performance curve of the pump with selected piston & liner

size along with data sheet & technical leaf- late of the of the offered pump. 9.0 Maintenance manual and parts list of the offered pump along with a set of standard tools

comprising of pullers for liner, fluid valve, valve seat, wrenches for opening up the fluid end parts, piston check nut and other tools required for servicing the fluid end of the pump should be supplied by the successful bidder. 1 set for each pump set. Detail list of such tools should be provided by the bidder along with the offer

10.0 THE PRIME MOVER

The prime mover is a naturally aspirated, air cooled, in line, 4 stoke, vertical cylinder, diesel fuel engine capable of developing required H.P. at rated speed to run the pump smoothly and other accessories as detailed in Annex-1. Prime Mover Rating :- The rating should be in accordance with IS:10000 and should be rated for continuous running with an overload capacity of 10% for a period not exceeding 1 hr. in any 12 hrs. running.

11.0 The engine should be completed with the following components mounted on it-

i) Flywheel complete with starter ring gear suitable for PTO clutch. ii) Flywheel housing having SAE no. 1 flange.

iii) Pilot bearing housing with pilot bearing for PTO clutch.

iv) 12 V electric starting & charging system fitted to the engine and mounting brackets

should comprise of 12 V starter & alternator. iv) A 12 V, 25 plates, heavy duty, dry charged battery.

Contd. 4

-- 4 -- v) A fuel tank of 50 liters capacity should be mounted on a frame near the engine at a

height of about 4 feet from the skid. The fuel supply & return lines from the tank to the engine should be fitted.

vi) Heavy-duty oil bath type air intake filter and replaceable element type fuel & lube oil

filters.

vii) Tachometer with cable.

ix) Blower fan with v-belt drive for cooling the engine completed with necessary air ditch.

x) Instrument panel, wiring, starting push button switch. xi) Residential type exhaust muffler and spark arrestor.

12.0 The bidder has to furnish the engine’s performance curve and the data sheet and other

technical leaflet along with the offer. 13.0 PTO Clutch, Gear box and drive line :-

i) Suitable, synchromesh, 5 speed gear box with suitable gear ratios and complete with a twin disc pressure release clutch with clutch pedal is to be mounted on the flywheel housing of the engine with gear shift lever & output shaft flange. Proper support for clutch pedal for easy operation should be mounted on the skid.

ii) A short coupled sliding teeth cordon shaft with minimum of 100 mm telescopic

movement should be mounted between output shaft of the gear transmission and input shaft of the chain drive or pump crankshaft, as the case may be.

14.0 Maintenance manual and parts list of the offered engine, gear box and PTO should be

supplied. 15.0 The technical justification for selection of the offered engine and speed reduction devices

should be supported by proper load calculation (HP requirement). While calculation for H.P. requirement a 10% overall transmission loss and 85% mechanical efficiency for the pump should be taken into account.

16.0 The Fuel to be used by the prime mover :- High speed Diesel Fuel conforming IS : 1593-1982 Cetane number of the fuel : 42.5 Gross Calorific Value : 19.480 BTU / Lb ( 10.800 cal / gm. )

Contd. 5

-- 5 -- 17.0 SAFETY SYSTEM :- The following safety devices should be installed :-

(i) Low Lube oil pressure switch to stop the engine at 8-12 psi ( 0.5 # 0.8 kg/cm2 ) (ii) Over speed engine shut off switch

(iii) Low suction pressure to the pump :- Not required as there will be always positive

suction head to the triplex pump.

(iv) High Discharge pressure :- The engine should trip once the pump pressure exceeds 3500 psi.

18.0 SKID : All the equipment and other accessories detailed above should be unitized and

mounted on a suitable 3 runner portable oil field type skid. The skid should be covered and welded with checkered plate and painted by one coat of red oxide followed by blue enamel paint. The over all dimension of the skid with all equipment mounted on it should not exceed as mentioned below :

Length x Breath x Height = 5400 mm X 2440 X 1750 mm

18.1 The 3 runners of the skid should be of minimum 250 mm flange width.

19.0 SPARES : 19.1 Bidders must quote for the following two years recommended Spares in their offer.

Cost of these Spares shall be considered for commercial evaluation of the offers. OIL, however, reserves the right to procure all or part of the items.

Sr. No. Brief Description Qty. 1. Fuel Filter/Element for Engine 21 Nos. 2. Lub Oil Filter/Element for Engine 12 Nos. 3. Air Filter/Element for Engine 12 Nos. 4. V-belt for Fan, Alternator & others 6 sets for each

5. Piston rubber 24 Nos. 6. Valve Insert 30 Nos. 7. Valve Spring 18 Nos. 8. Valve seat 9 Nos. 9. Valve cover gasket 30 Nos. 10. Cylinder Head cover gasket 18 Nos. 11. Liner 9 Nos. 12. Gasket-Hydraulic ring 12 Nos. 13. Ring – Retainer 16 Nos. 14. Plate-Retainer 3 Nos. 15. Self Starter for Engine 1 No. 16. Charging Alternator 1 No.

Contd. 6

-- 6 -- 19.2 List of recommended spares for 2(two) years consumption, other than those mentioned in

Para 19.1 above should be quoted separately. Bidders should quote their competitive rates for these recommended spares and the offered the rates must be valid for at least 5(five) years. The cost of these additional spares, however, shall not be considered for commercial evaluation of the offers.

19.3 Bidders should confirm that spares for the pump/ engine and its accessories will be available

for at least 10 years after delivery of the material. 20.0 AFTER SALES SERVICE :- The nature of after sales services, which can be provided by

the supplier during initial commissioning as also in subsequent operation should be clearly stated.

21.0 INSPECTION & TESTS :- i) The plant and materials may be subjected to inspection during manufacturing at the

purchaser’s discretion, but such inspection shall not relive the supplier from his responsibility to ensure that the equipment supplied is free from the manufacturing or other defects and confirm to correct specifications.

ii) Such test will be carried out in the presence of the purchaser or his representative to his

satisfaction. All appliances, apparatus, labour etc. required for the test should be provided by the supplier at his cost.

22.0 MATERIAL TEST, CERTIFICATES AND INSPECTION :- i) The supplier will have to submit the particulars of all test piece proposed to be taken for the

castings or forgings subject to high pressure for obtaining approval from OIL. OIL will state whether it intends to witness the tests on such case or is prepared to accept the supplier’s test certificates.

ii) Pre dispatch inspection will be carried out by OIL Engineer(s) at the manufacture’s works.

The supplier will have to carry out full load performance test on the pump set in presence of the purchaser or his representative to their full satisfaction. Supplier must inform OIL at least 30 days in advance for deputing its Engineer(s) for the inspection & testing of the Pumps. All to and fro fares, boarding/lodging and other expenses of OIL’s Engineer(s) towards inspection & testing shall be borne by OIL.

iii) Hydraulic Test :- Before despatching the Pumps from the supplier’s works, all the castings,

forgings, fabrications and valves should be hydraulically tested at twice their normal working pressure for a period of at least 30 minutes and certificate thereafter should be made available to OIL.

Contd. 7

-- 7 -- NOTE : 1.0 Any item / point not included in the specification but necessary for the efficient operation

of the pump set should be offered as optional. 2.0 Any deviation from the NIT should be clearly highlighted and supported by sufficient

technical reasons. 3.0 Bidders other than original equipment manufacturer (OEM) must furnish the letter of scope

of supplying the offered equipment from the OEM. They also must furnish the understanding from the OEM as given-

“Date of manufacturer, model, serial no. laboratory test certificates for performance, material of construction, literature & parts book will be supplied if purchase order is placed on us.”

4.0 The Data Sheet for the Pump set given vide Annexure - IA should be filled up and submitted

to OIL along with the offer for scrutiny.

ANNEXURE - IA TO ENQUIRY NO. DFD1850P07/07 DTD 08/07/06

DATA SHEET FOR THE PUMP SET :

A. GENERAL DIMENSIONAL DATA i) Total size of pump set : Length X Breath X Height ii) Total dry weight of the pump set B. PRIME MOVER ENGINE DETAILS i) Type ii) Make iii) Model no. iv) Speed v) Coupling type vi) Nos. of cylinders vii) Aspiration viii) Displacement ix) Bore size x) Stroke xi) Length, breath & height (engine only) xii) Dry weight (engine only) xiii) BHP : Gross & Net xiv) Full load consumption at :

100 % load 75 % load 50 % load 25 % load xv) Lube oil consumption xv) Heat rejected at :

100 % load 75 % load 50 % load 25 % load xvi) Speed Governing system xvi) Type of Governor xvii) Accuracy class xviii) Speed Range xix) Steady state regulation xx) Accuracy xxi) Maximum speed drop / rise for 100 % load change xxii) Recovery time xxiii) Speed drop ( no load to full load )

C. PUMP DETAILS : i) Type ii) Make iii) Model no. iv) Fluid end type v) Type of valve vi) Type & size of plunger vii) Type & nos. of packing per set viii) Power end type ix) Crank shaft bearing type x) Jack shaft bearing type xi) Maximum pressure against minimum discharge xii) Minimum pressure against maximum discharge xiii) Suction pulsation dampener details xiv) Suction & Delivery end flange dimensions xv) Type of lubrication of plunger / piston rod xvi) Type of lubrication of power end xvii) Type of drive chain lubrication xviii) Length , breath & height (pump only) xix) Dry weight (pump only) D. TRANSMISSION / GEAR BOX : i) Type ii) Make iii) Model no. iv) Gear ratios v) Power transmitting capacity

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

ANNEXURE-II TO ENQUIRY NO. DFD1850P07/07 DTD 08/07/06

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 enquiry. 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 pump must be single acting, horizontal piston type, eccentric construction having

double extended jackshaft. 2.0 The pump must be capable of discharging 770 Ltrs/min against 42 kg/cm2 pressure at rated

SPM with selected plunger to be fitted with the pump at the time of supply. 3.0 Maximum working pressure of the pump must be not less than 245 kg/cm2 (3400 PSI ). 4.0 Pump speed should not exceed 300 rpm to meet the delivery parameters. 5.0 As the pump will be used for Acidizing job also, the material of construction of the fluid end

must be corrosion resistant. 6.0 Accessories of the pumping unit like Gear box, PTO, relief valve, gate valve and pressure

gauge must be of make and model as specified in the NIT. 7.0 Bidders must quote the three Pumps identical in all respects i.e. the same category of

Pump must be of same make, model and compatible in all respects. The bidder must quote accordingly as mentioned in this clause, else bids will be rejected.

Contd. 2

-- 2 -- 8.0 Criteria other than Technical for acceptance of Bid : a) The bidder should be an OEM of pump and/or engine or authorized dealer of OEM either of

engine or pump or reputed assembler.

i) If the bidder is an OEM of engine or authorized dealer of engine, he must purchase the pump & other accessories from OEM of pump, gear box etc or from authorized dealer of these and vice versa. In that case OEM or authorized dealer of engine or pump, as the case may be, must provide the documentary evidence from the OEM or authorized dealer of pump or engine from whom the purchase would be made along with the bid. The purchase documents of engine or pump from the OEM or authorized dealer must be submitted along with the supply of pump sets.

ii) If the bidder is an assembler, he must purchase the all equipment from OEMs or

authorized dealers. In that case the assembler must provide the documentary evidence from the OEMs or authorized dealers of equipment from whom the purchase would be made along with the bid. The purchase documents of engine or pump from the OEMs or authorized dealers must be submitted along with the supply of pump set. The assembler must furnish the information that the workshop facility for fabrication, load testing are available with them. The bidder other than OEM must also furnish the following undertaking from the OEM:-

"Date of manufacture, make, model, serial no, test certificate, literatures and part books of all the equipment will be supplied if order is placed on the bidder".

b1) If the bidder is an authorized dealer of OEM for engine/pump then he must furnish the

experience certificate that he had supplied minimum 5 nos. similar type of pump set in last 5 years stating the following information :

i) Capacity of each supplied pump set ii) The name of clients to whom these pump sets were supplied and with certificates

that these are running satisfactorily. b2) If the bidder is an assembler, then he must furnish experience certificate that he had

assembled & supplied minimum 5 (five) nos. of pump set in last 5 years giving the following information:

i) Capacity of each supplied pump set ii) The name of clients to whom these pump sets were supplied and with certificates

that these are running satisfactorily

c) The bidder must give assurance that after sales service in respect of engine and other equipment will be provided by their respective OEMs or authorized dealers.

Contd. 3

-- 3 -- d) The bidder must undertake and confirm from OEMs that the equipment to be supplied are

not going to be obsolete for next 10 years and provision for supplying spares of the equipment shall be continued.

(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 $ 11,000.00 or Rs. 5,00,000.00 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.

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 arrival of goods at site / successful commissioning of the equipment, where commissioning is involved 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.

Contd. 4

-- 4 -- 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 Cost of all items for 3 Nos. Pumps (B) Cost of the Spares as per Clause 19.1 of Annexure – I (C) Grand Total Material Value, ( A + B ) (D) Packing & FOB Charges (E) Total FOB Port of Shipment value, ( C + D ) above (F) Ocean Freight upto Kolkata(India) port (G) Insurance Charges (H) Total CIF Kolkata value, ( E + F + G ) (I) Pre-Despatch/Shipment Inspection & Testing charges, if any (J) Total Value, ( H + I ) above (K) Total value in words : (L) Gross Weight : (M) Gross Volume :

Contd. 5

-- 5 -- (ii) Commercial Bid Format ( SUMMARY ) for Indigenous Bidders : (A) Total Material Cost of all items for 3 Nos. Pump (B) Cost of the Spares as per Clause 19.1 of Annexure – I (C) Grand Total Material Value, (A + B ) (D) Packing and Forwarding Charges (E) Total Ex-works value, ( C + D ) above (F) Excise Duty including Education Cess @ 2%, (Please indicate

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

NOTE : 1. The individual cost of the Spares under Para 19.1 must be shown separately.

2. The detailed List of 2 years Recommended Spares vide Srl No.

19.2 of Annexure – I should be quoted separately indicating the description, Part No. and unit cost. However cost of these spares shall not be considered for commercial evaluation.

3. The Pumps covered under this enquiry will be used by OIL in the PEL/ML areas issued/renewed after 01/04/99. Applicable Customs Duty for import of goods shall be ZERO and indigenous bidders shall be eligible for Deemed Export. Excise Duty under Deemed Export exempted.

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 enroute expenses of OIL’s Inspection Engineer(s) shall be borne by OIL.

In case, bidders do not mention anything about the Pre-Despatch / Shipment Inspection & Testing charges categorically in their offers, such offers shall be loaded with the maximum charges for the same received against the tender for evaluation purposes.

Contd. 6

-- 6 --

(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. 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 To ascertain the inter-se-ranking, the comparison of the responsive bids will be made as under, subject to corrections / adjustments given herein.

4.1 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 Cost of all items for 3 Nos. Pump (B) Cost of the Spares as per Clause 19.1 of Annexure – I (C) Grand Total Material Value, ( A + B ) (D) FOB Charges (E) Total FOB Value, ( C + D ) above (F) Ocean Freight upto Kolkata(India) port (as quoted) (G) Insurance Charges @ 1% of Total FOB Value vide ( E ) above (H) Banking Charges @ 0.5% of Total FOB Value vide ( E ) above in case of

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

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

Contd. 7

-- 7 -- NOTE : Banking charge in the country of the foreign bidder shall be borne by the

bidder.

4.2 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 Cost of all items for 3 Nos. Pump (B) Cost of the Spares as per Clause 19.1 of Annexure – I (C) Grand Total Material Value, ( A + B ) (D) Packing and Forwarding Charges (E) Total Ex-works value, ( C + D ) above (F) Sales Tax as applicable on ( E ) above (G) Total FOR Despatching station Value, ( E + F ) above (H) Transportation charges (as quoted ) (I) Insurance charges @0.5% of Total FOR Despt. Station Value ( G ) above (J) Total FOR Duliajan value, ( G + H + I ) above (K) Assam Entry Tax as applicable (L) Pre-Despatch/Shipment Inspection & Testing charges, if any (M) Total Value, ( J + K + L ) above NOTE : Excise Duty in case of indigenous bidders is exempted under Deemed Export.

4.3 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 4.2 above and Total Value of the foreign bidder worked out as per Para 4.1 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 actuals, 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.

5.0 Other terms and conditions of the enquiry 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.

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

ANNEXURE – III TO ENQUIRY NO. DFD1850P07/07 DTD 08/07/06

TECHNICAL CHECK-LIST

PART – A 1. WHETHER QUOTED AS OEM OF ENGINE AND WHETHER

DOCUMENTARY EVIDENCES SUBMITTED ? YES/NO

2. WHETHER QUOTED AS OEM OF PUMP AND WHETER DOCUMENTARY EVIDENCES SUBMITTED ?

YES/NO

3. WHETER QUOTED AS AUTHORISED DEALER OF OEM (ENGINE / PUMP) AND WHETHER DOCUMENTARY EVIDENCES SUBMITTED ?

YES/NO

4. WHETHER QUOTED AS ASSEMBLER AND WHETHER DOCUMENTARY EVIDENCES SUBMITTED ?

YES/NO

5. WHETHER SEPARATELY HIGHLIGHTED ANY DEVIATION FROM THE TECHNICAL SPECIFICATION ?

YES/NO

6. WHETHER SPARES, SPECIAL TOOLS HAVE BEEN QUOTED IN THE OFFER?

YES/NO

7. WHETHER SPARES SHALL BE AVAILABLE FOR 10 YEARS AFTER SUPPLY OF EQUIPMENT ?

YES/NO

8. WHETHER THE ENGINE IS RATED FOR CONTINUOUS POWER ? YES/NO 9. WHETHER THE LOAD CALCULATION FOR ENGINES HP IS PROVIDED ? YES/NO 10. WHETHER THE ENGINE IS NATURALLY ASPIRATED ? YES/NO 11. WHETHER THE OFFERED ENGINE CONFORMS TO ISO:10000

SPECIFICATION ? YES/NO

12. WHETHER THE PUMP IS A TRIPLEX, SINGLE ACTING PISTON PUMP ? YES/NO 13. WHETHER THE ENGINE IS AIR COOLED ? YES/NO 14. WHETHER THE PUMP IS DESIGNED FOR INTERMITTENT DUTY ? YES/NO 15. WHETHER THE SPEED REDUCTION GEAR BOX IS ENTERNAL

FOOTMOUNTED AND OF 5-SPEEDS ? YES/NO

16. WHETHER PRODUCT LINE CATALOGUES OF THE PUMP, ENGINE AND ACCESSORIES HAVE BEEN FORWARDED WITH THE OFFER ?

YES/NO

17. WHETHER BELT GUARDS SHALL BE PROVIDED OVER COUPLINGS AND BELT DRIVES ?

YES/NO

18. WHETHER PROVIDED & QUOTED FOR 2 YEARS CONSUMABLE SPARES FOR PUMP & ENGINE

YES/NO

Order Ref --------------------------------------------------------- Dated------------------------------- OIL’s Tender No.----------------------------------------------- Signed-------------------------------

For & behalf of ------------------------------------------------- Designation--------------------------

PART-B Srl. No. Parameters/Requirements Bidders Offer Remarks, If Any (To indicate details or yes/no, as applicable) 1 Make & Model of Engine 2 Make & model of Pump 3 Make & model of Gear box 4 Make & model of PTO Clutch

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

OIL’s Tender No ……………………………….Signed …………………

For & on behalf of …………………………….. Designation ……………… PART-C : DOCUMENTATION 1 Maintenance & Operators manual, Parts list of the engine 2 Lubrication, fuel system of the engine 3 Performance rating curves of the engine 4 Specific fuel consumption of the engine 5 Maintenance & Operators manual, Parts list of the pump 6 Lubrication of the pump 7 Maintenance & Operators manual, Parts list of the gear box, PTO clutch 8 Dimensional layout diagram of the complete unit on the carrier.

Signature_____________ Name _________________ Designation _______________ Date __________________

ANNEXURE - IV TO ENQUIRY NO. DFD1850P07/07 DTD 08/07/06

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 19.1 of Annexure – I quoted ? YES/NO 18. Whether cost of the Recommended Spares for 2 years of operations as

per Clause 19.2 of Annexure – I 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 22. Whether confirmed that all spares & consumables will be supplied for

a minimum period of 10 years ? 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 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

36. For Indian Bidders only - Whether offered Deemed Export prices? YES/NO 37. For Indian Bidders only – Whether all applicable Taxes & Duties

have been quoted ? YES/NO

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