IMPORTANT NOTE (C) SENIOR ADVISER (CONTRACT & PURCHASE), OIL INDIA LIMITED PLOT NO.19, SECTOR - 16A NOIDA

Size: px
Start display at page:

Download "IMPORTANT NOTE (C) SENIOR ADVISER (CONTRACT & PURCHASE), OIL INDIA LIMITED PLOT NO.19, SECTOR - 16A NOIDA"

Transcription

1 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$ OR RS. 4, (EXCEPTING PSUS AND SSI UNITS) FROM : (A) HEAD - MATERIALS, OIL INDIA LIMITED, P.O. DULIAJAN, ASSAM (B) HEAD - CALCUTTA BRANCH, OIL INDIA LIMITED, 4-INDIA EXCHANGE PLACE, KOLKATA (C) SENIOR ADVISER (CONTRACT & PURCHASE), OIL INDIA LIMITED PLOT NO.19, SECTOR - 16A NOIDA PROOF OF PURCHASE OF TENDER DOCUMENTS MUST BE SUBMITTED ALONG WITH THE OFFER, FAILING WHICH OFFERS WILL BE TREATED AS UNSOLICITED.

2 Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan , Assam Fax , material@oilindia.in Tender. & Date : DFD3950P07/ Tender Fee : INR 4, OR USD Bid Security Amount : INR 500, OR USD 11, (or equivalent amount in any currency) Bidding Type Bid Closing on Bid Opening on Performance Guarantee : Two Bid : at 13:00 hrs. (IST) : at 13:00 hrs. (IST) : Applicable OIL INDIA LIMITED invites Global Tenders for items detailed below : Item. / Mat. Code 10 OC Material Description QTY. UOM DESIGN, MANUFACTURE, PACKAGING, SUPPLY AND COMMISSIONING OF INDIRECT WATER BATH HEATER PACKAGE FOR PROCESSING NATURAL GAS PRODUCED FROM HIGH-PRESSURE GAS WELLS AS PER THE DETAILED SPECIFICATION, BRC/BEC AND OTHER TERMS AND CONDITIONS VIDE ENCLOSED ANNEXURE I, II, & III. 10. Special tes : 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., 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., 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 excepting the prices which should be kept blank. The Commercial Bid should contain the Price Schedule including all the commercial terms and conditions of the offer. Any offer not complying with the above shall be rejected straightway. 2.0 The quotation must submitted in triplicate and accompany relevant original catalogue, literature, and drawing illustrating all components failing which the offer will be liable for rejection. 3.0 Oil India's purchase order no. preferably die stamped / engraved on the body of the item at suitable place. Bidder must confirm the same categorically in their quotation. Contd..2

3 Page : 2/22 Tender. & Date : DFD3950P07/ All the items will be procured from the same source for the reason of compatibility. Bidder should quote minimum FOB charges for partial order for reduces quantity. 5.0 Payment : Payment shall be released as follows: i) 80 % of the order value shall be paid against dispatch / shipment of the goods. ii) Balance 20 % of the order value along with the commissioning charges shall be paid after successful commissioning and acceptance of the Gen. Set by OIL. OIL may also consider 100 % payment against shipment / despatch document provided bidders agree to pay the interest for 20 % of order value and also submit Bank Guarantee equivalent to 20 % of the order value in addition to the Performance Security of 10 %. Any offer not complying with the above shall be loaded at one percent above the prevailing Bank rate (CC rate) of State Bank of India for evaluation purpose. 6.0 Bid Rejection Criteria (BRC)/Bid Evaluation Criteria (BEC) vide Annexure II shall be applicable to this Tender. 7.0 Technical Check-List and Commercial Check-list vide Annexture III should be filled-up and submitted along with the offer. 8.0 The items covered by this enquiry shall be used by Oil India Limited in the PEL/ML areas which are issued/renewed after 01/04/99 and hence Nil Customs Duty during import will be applicable. Indigenous bidder shall be eligible for Deemed Export Benefit against this purchase. Details of Deemed Export are furnished vide Addendum to MM/GLOBAL/01/2005 enclosed. 9.0 Bid Security Clause (under Exemption of Bid Security) of Section A of the General Tersms & Conditions for Global Tender (Refer Document. MM/GLOBAL/01/2005) stands deleted To ascertain the substantial reponsiveness of the bid OIL reserves the right to ask the bidder for clarification in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in toto must be received on or before the deadline given by the company, failing which the offer will be summarily rejected For other terms and conditions please refer our General Terms & Conditions for Global Tender MM/GLOBAL/01/2005 enclosed. Contd..3

4 Tender. & Date : DFD3950P07/ Detailed specifications of the item : Page : 3/22 ANNEXURE- I DESIGN, MANUFACTURE, PACKAGING, SUPPLY AND COMMISSIONING OF INDIRECT WATER BATH HEATER PACKAGE FOR PROCESSING NATURAL GAS PRODUCED FROM HIGH-PRESSURE GAS WELLS. 1.0 The indirect water bath heater is used for production of non-associated gas by preheating and expansion process. Natural gas will be heated in preheat coil and then expanded using a choke outside the bath. After reduction of pressure, the gas stream will be again heated in the expansion coil for further expansion. 1.1 The heater shall be designed in such a way that two well streams can be produced through it at a time and for that the pressure coils must be designed and constructed with best engineering practices. Each well stream shall pass through a preheat coil of minimum 8 passes and an expansion coil of minimum 2 passes. A suitable positive choke to be provided in between preheat outlet and expansion coil inlet for expansion / pressure reduction of each well. 2.0 DUTY CONDITION i) Gas flow rate (max) : 150 Thousand Std. Cubic meters per day (5.415 MMSCFD) for each set of preheat and expansion coil. ii) Liquid flow rate : 50 KLPD (Max) for each set iii) Sp. Gravity of gas : 0.65 (air=1.0) iv) Maximum coil inlet pressure : kg/cm2 (4000 pig) (i.e. Max. Heater Inlet Pressure) v) Outlet Gas Pressure : 70 kg/cm2 vi) Gas Inlet Temp (minimum) : 15 Deg C (60 Deg. F) vii) Water Bath Operating Temp : 80 Deg C (176 Deg F) (Maximum) viii) Heat Duty (minimum) : 2.5 Million BTU /Hr. ( X106 Watt) 2.1 Gas Components The water bath heater is required for production of natural gas of the following composition: Gas Range %age by Volume Methane 88.0 to 96.0 Ethane 3.00 to 5.00 Propane 0.5 to 3.00 Butane 0.1 to 0.7 Pentane + Hexane 0.1 to 1.2 Nitrogen 0.2 to 0.8 Carbon-di-oxide 0.1 to 1.3 Sulphur content Nil Sp. Gravity 0.65(Air=1) Contd..4

5 Tender. & Date : DFD3950P07/ Page : 4/ SCOPE OF WORKS : Scope of works includes design, manufacture, packaging, testing, supply, commissioning of the indirect water bath heater package complete with accessories and mountings for heating and expansion/pressure reduction of 2 gas well streams. Details of the same are as under: One water bath type indirect heater suitably designed and manufactured as per API Spec 12K for heating high-pressure natural gas. Bath temperature should be maintained at around 80 deg C under normal operating condition. The heater should be complete with the following : Shell : a) Dimension : 1524 mm (5 feet) dia. (min.) X 6000 mm (19.6 feet) long (min.) (te: Shell diameter shall be designed to accommodate two nos. of preheat coil, two nos. of Expansion coil and one no. of fire tube of adequate size.) The shell must have adequate nozzles for inlet, outlet of coils, fire tube and mounting various equipment for burner, level gauge, drain valves etc Coils : i). of Coil : 2 (two) sets of pressure coils, each set comprising of one no. preheat coil and one no. expansion coil with separate inlet and outlet connections, capable of heating two different well streams independently through the heater. ii). of Pass : Minimum 8 passes for preheat coil and 2 passes for the expansion coil iii) Coil size : 3" (76.2 mm) NB. iv) M.O.C. of Coil : API 5L XXS, Wall Thickness =0.6 Inches (15.24mm) seamless v) Corrosion Allowance : 0.06 inch (1.6 mm) vi) Coil Operating Pressure : Max: kg/cm2 (4000 psig) vii) Radiography of weld joints of Coil bundle : 100 % vii) Coil Hydraulic Test Pressure : 1.5 Times the maximum working pressure i.e. 422 kg/cm2 (6000psig) End Connection : Flanged, 50 mm NB x 2500class RTJ, conforming to ANSI B16.5, with bevel ended companion flanges, ring joint gasket as per ANSI latest specifications and required s. of high tensile studs-nuts as per ASTM A193 Gr. B-7,ASTM A194 Gr. 2H respectively. Contd..5

6 Tender. & Date : DFD3950P07/ Page : 5/ Accessories for coils: a) Choke : Positive choke, with suitable choke housing for holding 25.4-mm dia. choke. Housing should have provision for easy installation and removal of Honest John bean with hammer union/bean wrench similar to bean housing installed at API-6A, X-mass tree of well head. End connection, flanged, welded, 50 mm NB, ANSI2500 class to be installed between preheat outlet and expansion coil inlet. Suitable 12.7 mm NB NPT tapping should be provided on the bean housing to measure inlet and outlet gas pressures. One each of beans ranging from 7 mm, 8 mm, 9 mm, 10 mm, 11 mm, 12 mm, 13 mm AND 14 mm should be provided along with 1. of suitable bean wrench for installation and removal of the beans. Materials for bean body ASTM A105, for bean housing and bean similar to API- 6A X-mass tree bean. Operating temperature range (-)10 DEG C to 150 DEG C 4.1 Fire Tube : i) M.O.C. of Fire Tube : API 5L, Gr. B/ ASTM A 106, Seamless ii) Half cover plate feature. Suitable roller arrangement for fire tube and coil bundle to be provided to facilitate easy removal while dismantling. iii) Type : U Type iv) Dia : 508 mm OD (Minimum) v) Length : 5500 mm (Minimum) vi) Radiography of weld joints : 100 % 4.2 Burner & Accessories : a) Burner: Burner capacity/size should be designed/selected by considering at least 50% more than that of heat duty requirement for the entire indirect water bath heater. The design data sheet for above to be forwarded along with the offer.(gross Calorific value of burner gas is 9000 kcal / M3) b) Flame arrester : i) O -Type (aluminum housing) with main burner and pilot burner assembly ii) Heat Capacity: As specified in clause 4.2 (a) above. iii) Pilot Gas : Continuous iv) Flame Arrestor Make : Enardo / Zirco 5.0 INSTRUMENTATION & CONTROL SYSTEM: 5.1 FOR SHELL : A) Temperature Indicators: i) Temperature Range : 0 to 150 Deg C ii) Thermowell Connection : 1 Inch NPT iii) Insertion Length : 300 mm (12 Inch) iv) Type : Bimetallic/ Mercury Filled v) Sensing Element Connection : 1/2" NPT vi) Material of Construction : All Stainless Steel vii) Accuracy : Deg C viii) Make : Wika/ Odin / Waree Two additional thermowells of 1" NPT of 300 mm length shall be fixed on the shell for provision of insertion other instruments. Contd..6

7 Tender. & Date : DFD3950P07/ B) Liquid Level Switch : Page : 6/22 Water bath should be equipped with low water level shut down device with the following specification: i) Type : Pneumatic ii) Action : ON/OFF iii) Output : 15 psi iv) Supply : 15 psi v) Make : Kimray / Fisher C) Level Gauge : The Level gauge shall be of the following specifications : i) Type : Reflex Type ii) Connection Size : 1/2" iii) Isolation Valves : Required iv) Make : Pratolina/ Levcon/ Daniel 5.2 FOR COIL : A) Temperature Indicator: Inlet and Outlet temperature indicators in each of the preheat and expansion coils with suitable thermowells. i) Temperature Range : 0 to 110 Deg C ( 6 nos.) & (-)20 Deg C to 100 Deg C (2 nos.) ii) Thermowell connection : 1" NPT iii) Type : Bimetallic/ Mercury Filled iv) Sensing Element Connection : 1/2"NPT v) Material of construction : All Stainless Steel vi) Accuracy : Deg C vii) Make : Wika / Odin/ Waree B) Pressure Indicators : Inlet and Outlet pressure indicators shall be provided in each of the preheat and expansion coils as under : i) Dial Size : 150 mm (6") Minimum ii) Range : 0 to 425 KSC ( 2 nos.) 0 to 210 KSC (2 nos.) iii) Pressure Element : SS Bourdon tube iv) Material of construction : All SS v) Accuracy : +- 1% of reading vi) End Connection : 1/2" NPT vii) Isolation Valves : Required viii) Make : Wika/ Odin / Waree Contd..7

8 Tender. & Date : DFD3950P07/ Page : 7/ FOR BURNER MANAGEMENT SYSTEM : CONTROL PHILOSOPHY : The Indirect Heaters shall be equipped with the pneumatic burner management system to carryout the following functions : a) Remote Ignition of Pilot Burner b) Establishment of Pilot Flame and Main Flame c) Pilot Flame Sensing d) Shutting down of main flame in case of pilot flame failure, low liquid level and High water temperature e) Temperature Control of the water bath BILL OF MATERIAL FOR BURNER MANAGEMENT SYSTEM A) PILOT BURNER ASSEMBLY : Consisting of i) Pilot Burner with mounting arrangement for ignition electrode and CM-7 Pilot guard sensor. ii) Ignition electrode with spark plug iii) Ignition Transformer iv) High Tension cable of suitable length B) Fuel shut of valves i) End Connection : 1" NPT (F) ii) Type : ON/OFF iii) Actuator : Diaphragm iv) Operating Signal : 15 psi v) Make : Invalco/Samson/ Fisher C) Temperature Control valve:. i) End Connection : 1" NPT ii) Type : Proportional iii) Actuator : Diaphragm iv) Operating signal : 3 to 15 psi v) Make : Fisher /Samson D) Pilot Gas Regulator : i) Input Supply : 50 psi ii) Output : 0 to 20 psi adjustable iii) Connection : 1/4" NPT iv) Make : Fisher E) Main Fuel Gas Regualtor : i) Input Supply : 100 psi ii) Output : 0 to 30 psi adjustable iii) Connection : 1" NPT iv) Make : Fisher Contd..8

9 Tender. & Date : DFD3950P07/ F) Pressure Indicators (2 nos.) in main fuel line before and after Regulator i) Range : 0 to 30 psi ii) Dial Size : 100 mm (4") iii) Connection Size : 1/2" iv) Material of Construction : All Stainless Steel v) Make : Wika/ Odin / Waree G) Pressure Indicators in pilot line after the regualtor: i) Range : 0 to 20 psi ii) Dial Size : 100 mm (4") iii) Connection Size : 1/4" iv) Material of Construction : All Stainless Steel v) Make : Wika/ Odin / Waree H) Pilot guard : i) Temperature Sensing : Thermocouple ii) Supply : 20 psi iii) Length and Cable : 3 meter (10 feet) iv) Make & Model : Invalco, CM7 I) Indicating Type Tempearture Controller : i) Type : Pneumatic Indicating PID Controller ii) Range : 0 to 150 Deg C iii) Sensor : Mercury Filled iv) Sensor Connection : 1/2" NPT v) Thermowell : Required vi) Thermowell Connection : 1" NPT vii) Insertion Length : 300 mm (12") viii) Make & Model : ABB 440 R Series J) Portable Ignitor : i) Type :Rechargeable Battery Operated ii) Length : As Required iii) Model: ARC Start 440 or equivalent Page : 8/22 The portable ignitor is required to ignite the pilot burner manually in case of nonavaialability of power supply. Suitable provision shall be made on the Indirect Heater to insert the probe of the ignitor assembly for firing tes i) All the pneumatic instruments shall be suitable for operating in compressed natural gas as servo supply. ii) Servo Gas pressure regulators of Fisher Model 67 CFR shall be provided for all pneumatic instruments requiring 20 psi supply pressure. iii) The temperature control valve and the fuel shut off valve shall have isolation and bypass facilities. iv) Operation and Maintenance manuals of all the instruments shall be provided along with the supply of materials. Contd..9

10 Tender. & Date : DFD3950P07/ Earthing Provision: Page : 9/22 Two (2) nos. of 3/4" studs with nuts (1 each at one of the legs and the vessel) to be welded for electrical earthling. 7.0 General tes: i) All valves shall be Fire safe design as per 607 ii) The fuel gas line and controller etc should be suitably anchored to the outside shell wall. iii) The fuel gas should have preheating arrangement through the bath heater. iv) The Indirect Heater shall have suitable lifting lugs attached for lifting and placing the same at site. iv) Materials whenever not mentioned will conform to API spec 12K standard for the vessel. v) The following documents shall be forwarded with the bid a) Process Flow Diagram b) Process Instrumentation diagrams c) Technical literature for all the instruments d) General Arrangement Diagram (GAD) of the unit. e) Sectional drawing showing the internals of their indirect heater. f) Drawings showing details of Remote Ignition System of pilot burner and Flame Failure shutdown system. g) Drawing showing Bean housing and Bean Holder. h) Instrument data sheets. i) Make/ Models of bought out items. j) Relevant literature / catalouge and specification of bought out items. k) Design Calculations of Heat Duty. vi) Welding shall be done as per ASME Section IX. vii) The inner and outer surfaces of the equipment shall be given a coat of high temperature resistant red oxide primer before despatch. Outer surface shall be sand blasted before painting. viii) Water bath outer surface and chimney to be properly insulated. Details of insulation materials to be [provided are as under: a) 50 mm thick high temperature resistant rock wool covered with chicken wire mesh to be fixed adequately over the surface of the chimney and water bath outer surface. b) 24 WG aluminium plain sheet to be rolled and cover up the insulated surface with suitable screw system. Proper care shall be taken to avoid water seepage through the aluminum cover. ix) OIL's purchase Order no. and date shall be inscribed along with Manufacturer's name, pressure rating, capacity, code of manufacture, unit serial no. on the vessels. 8.0 Inspection : i) Third Party inspection : The materials shall be offered for third party inspection for the following scope : a) Inspection of bought out items b) Inspection of radiography of welded joints (100%) c) Inspection of Hydraulic testing of coils and water fill test of the shell. d) Inspection of raw materials. e) Inspection of certificates in respect of materials radiography etc. Contd..10

11 Tender. & Date : DFD3950P07/ Page : 10/22 ii) Third party inspection charges shall be quoted separately. iii) The Inspector must be OIL's authorised / recognised inspecting agencies i.e. Lloyds/ RITES/ BV/ IRS. iv) OIL's representative may inspect the materials prior to despatch at vendor's works at OIL s cost. OIL's representative shall review TPI reports and witness hydraulic testing of coils. Three weeks prior notice to be given to OIL for pre despatch inspection. 9.0 INSTALLATION AND COMMISSIONING : i) Commissioning of the indirect heater unit shall be in the supplier's scope. The supplier will give a tentative period for commissioning the unit. OIL will intimate the supplier concerned before 7 days of commissioning. The supplier will arrange for commissioning the unit within quoted time without fail. ii) It is the supplier's responsibility to inspect the supply at OIL's work site along with OIL's representative(s). Accordingly, the materials will be inspected in presence of supplier's representative at OIL's work site after delivery, but before commissioning to ensure immediate replacement of any short supply/transit damage. iii) OIL will provide illumination/water at site during commissioning iv) The supplier will have to arrange for transportation, boarding & lodging and security of the supplier's personnel(s) during their stay at Duliajan/site for commissioning the unit(s). v) Commissioning charges should be quoted separately Delivery: Delivery is the essence of the tender. The bidder must deliver the entire quantity within seven to nine months from the date of receipt of the LOI WARRANTY: The equipment/materials will be guaranteed for a period of 18 (eighteen) months from the date of receipt of the materials at OIL's depot or 12 (twelve) months from the date of commissioning whichever is earlier. The supplier shall repair or replace any item or equipment found defective in materials or workmanship or performance within the above period free of charge. The warranty is applicable to bought out items also. Contd..11

12 Tender. & Date : DFD3950P07/ BID REJECTION CRITERIA (BRC) / BID EVALUATION CRITERIA (BEC) : Page : 11/22 ANNEXURE-II (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. twithstanding 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 heater shall have 2 (two) sets of pressure coils of 3.5 OD, API 5L XXS.WT=0.6 Inch, 4000 psig operating pressure. 2.0 The weld joints of pressure coil shall be 100% radiographed. 3.0 Flame arrested Burner Capacity shall be minimum 50% more than the heat duty requirement. 4.0 All instruments shall be of pneumatic type. 5.0 Supplier shall carryout site assembly of supplied equipment and commissioning of the units. 6.0 BIDDERS EXPERIENCE 6.1 The bidder must have at least 3 years experience in Design, Fabrication, Packaging, Supply & Commissioning of Indirect type Water Bath Heater (WBH) having coil working pressure of 210 kg/cm2 (3000 psig) and above prior to the bid closing date of the tender. Necessary experience documents along with list of past customers should be submitted along with the bid. In absence of the same, the offers will summarily be rejected. At least one similar unit designed, fabricated, supplied and installed / commissioned by the bidder should be in operation for minimum one year. Documentary evidence to this effect must be submitted along with the bid. 6.2 The Bidder who does not meet the experience criteria as set forth in Para 6.1 above, but has at least 2 (Two) years work experience of design and supply of fired/non fired pressure vessels may also apply on the strength of collaborator / joint venture partner to cover the shortfall in experience mentioned in Para 6.1 above. Documentary evidence of the said experience of the bidder must be submitted along with the bid. 6.3 (a) Collaboration to cover the shortfall in experience mentioned in Para 6.1 above shall be through a pre-tender bi-partite Agreement or Memorandum of Understanding (MOU) between the primary bidder and the collaborator. The pre tender by-partite agreement or MOU has to be valid until the commissioning of the unit. The collaborator must have the full experience in respect of Water Bath Heater Unit as set forth in Para 6.1. More than one collaborator in such Agreement/ MOU shall not be admissible. Duly attested documentary evidences in support of experience of the collaborator (as mentioned in Para 6.1) must be submitted along with the bid. Contd..12

13 Tender. & Date : DFD3950P07/ (b) Page : 12/22 The pre-tender bi-partite Agreement / MOU between the primary bidder & its collaborator for Water Bath Heater, must be submitted along with the bid. Such MOU inter-alia must include the following role & responsibility of the collaborator. i) To provide complete services for Design, Engineering, Assembly, Supply as well as Installation, Testing & Commissioning of the Water Bath Heater. ii) To undertake process & equipment guarantee for the WBH, which shall be endorsed on back-to-back basis to the primary bidder & OIL. 6.4 Collaboration / Joint Venture Partnership with a firm that also submits offer as an independent Bidder against this tender shall not be accepted. 7.0 The technical specifications must conform to the requirements as mentioned in Annexure - I and relevant national /international code of practice / standards. 8.0 The bidder must confirm that the offered unit/goods are of fresh manufacture. 9.0 For any bought out item, their Catalogue/ technical literature etc. showing sectional drawing of each component along with the necessary maintenance spare parts, identification no. shall be provided The bids and the accompanied technical documentation must be in English language only. The bids with other than English language must have an English version The bidders must provide one (1) year guarantee, after successful commissioning, for all the equipment including bought out equipment/ items, if any for trouble free operation The bidders must confirm that the offered WBH shall perform at the desired rate and parameters as mentioned in Annexure I The bidders shall submit complete data computation sheet showing heat duty requirement, fuel consumption rate etc of the WBH in the bid The bidders must provide the commissioning spares at their cost along with the Equipment. They must submit a list of such spares. (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., 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., 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 shall be rejected straightway. Contd..13

14 Tender. & Date : DFD3950P07/ Page : 13/ Bid security of US $ 11,000 or Rs. 5,00,000 shall be furnished as a part of the TECHNICAL BID. Any bid not accompanied by a proper bid security in ORIGINAL will be rejected without any further consideration. For exemption for submission of Bid Security, please refer Clause. 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 nonresponsive 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 rejected by OIL shall be replaced immediately by the supplier at the supplier s expenses at no extra cost to OIL. 5.0 Successful bidder will be required to furnish a Performance Bank 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 signed offer should be submitted in sealed envelope. offers should be sent by Telex, Cable, 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 Bids containing incorrect statement will be rejected 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 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 10 s. Indirect Heater with Accessories (B) Cost of Commissioning spares, if any (C) Grand Total Material Cost, ( A + B ) Contd..14

15 Tender. & Date : DFD3950P07/ (D) Third Party Inspection charges (E) Packing & FOB Charges (F) Total FOB Port of Shipment value, ( C + D + E ) above (G) Ocean Freight Charges upto Kolkata, India (H) Insurance Charges (I) Total CIF Kolkata value, ( F + G + H ) (J) Pre-despatch/shipment Inspection & Testing charges by OIL, if any (K) Installation & Commissioning charges (L) Total Value, ( I + J + K ) above (M) Total value in words : (N) Gross Weight : (O) Gross Volume : (ii) Commercial Bid Format ( SUMMARY ) for Indigenous Bidders : Page : 14/22 (A) Total material cost of 10 s. Indirect Heater with Accessories (B) Cost of Commissioning spares, if any (C) Grand Total Material Cost, ( A + B ) (D) Third Party Inspection charges (E) Packing and Forwarding Charges (F) Total Ex-works value, ( C + D + E ) above (G) Excise Duty with Education Cess, (Please indicate applicable rate of Duty) (H) Sales Tax, (Please indicate applicable rate of Tax) (I) Total FOR Despatching station price, ( F + G + H ) above (J) Assam entry tax on I (K) Road Transportation charges to Duliajan (L) Insurance Charges (M) Total FOR Duliajan value, ( I + J + K + L) above (N) Pre-despatch/shipment Inspection & Testing charges by OIL, if any (O) Installation & Commissioning charges (P) Total Value, ( M + N + O ) above (Q) Total value in words : (R) Gross Weight : (S) Gross Volume : NOTE : 1. List of Commissioning Spares indicating the qty, description and unit prices must be shown separately. 2. The Indirect Heaters 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 Installation/Commissioning as per Clause. 9 of Annexure I must be quoted separately on lumpsum basis which shall be considered for evaluation of the offers. These charges should include to and fro fares, boarding/lodging, local transport at Duliajan and other expenses of supplier s personnel during installation/commissioning. OIL may provide accommodation on Chargeable basis subject to availability. All Income, Service, Corporate Taxes etc. towards the services provided under installation / commissioning shall be borne by the supplier and will be deducted at source at the time of releasing the payment. Bidder should confirm about providing all these services in the Technical Bid. Contd..15

16 Tender. & Date : DFD3950P07/ Page : 15/ Pre-despatch/Shipment Inspection & Testing charges, if any, must be quoted separately on lumpsum basis which shall be considered for evaluation of the offers. The to and fro fares, boarding/lodging and other enroute expenses of OIL s Engineers shall be borne by OIL. Bidders must categorically indicate the Installation / Commissioning, Predespatch/Shipment Inspection & Testing charges in their offers and must confirm the same in their Technical bids. Offers, without any quote for the Installation / Commissioning, Pre-despatch/Shipment Inspection & Testing 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 Payment : Payment shall be released as follows: i) 80 % of the order value shall be paid against dispatch / shipment of the goods. ii) Balance 20 % of the order value along with the commissioning charges shall be paid after successful commissioning and acceptance of the Gen. Set by OIL. OIL may also consider 100 % payment against shipment / despatch document provided bidders agree to pay the interest for 20 % of order value and also submit Bank Guarantee equivalent to 20 % of the order value in addition to the Performance Security of 10 %. Any offer not complying with the above shall be loaded at one percent above the prevailing Bank rate (CC rate) of State Bank of India for evaluation purpose. (II) BID EVALUATION CRITERIA (BEC) : The bids conforming to the specifications, terms and conditions stipulated in the enquiry and considered to be responsive after subjecting to the Bid Rejection Criteria will be considered for further evaluation as per the Bid Evaluation Criteria given below: (A) TECHNICAL : 1.0 All the items as indicated in the material description of this tender should be offered. If any of the item not quoted by the bidder, the offer will not be considered for evaluation. 2.0 Bidder shall clearly mention the names of the Original equipment Manufacturer (OEM) of all the bought out items. 3.0 Relevant technical brochure, drawings for all the equipment shall be furnished. 4.0 The following documents shall be forwarded with the bid : a) Process Flow Diagram b) Process Instrumentation diagrams c) General Arrangement Diagram (CAD) of the unit d) Drawings showing details of Remote Ignition System of pilot burner and Flame Failure shutdown system. Contd..16

17 Tender. & Date : DFD3950P07/ e) Drawing showing Bean housing and Bean Holder f) Instrument data sheets g) Make/Models of bought out items h) Design Calculations of Heat Duty (B) COMMERCIAL : Page : 16/ 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 cost of of 10 s. Indirect Heater with Accessories (B) Cost of Commissioning spares, if any (C) Grand Total Material Cost, ( A + B ) (D) Third Party Inspection charges (E) Packing & FOB Charges (F) Total FOB Port of Shipment value, ( C + D + E ) above (G) Ocean Freight Charges upto Kolkata, India (H) Insurance 1% of Total FOB Value vide ( F ) above (I) Banking 0.5% of Total FOB Value vide ( F ) above in case of payment through Letter of Credit ( If confirmed L/C required, 1.5% of Total FOB Value will be loaded ) (J) Total CIF Kolkata Value, ( F + G + H + I ) above (K) Pre-despatch/shipment Inspection & Testing charges, if any (L) Installation/Commissioning charges (M) Total Value, ( J + K + L ) above NOTE : Banking charge in the country of the foreign bidder shall be borne by the bidder. Contd..17

18 Tender. & Date : DFD3950P07/ Page : 17/ 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 of 10 s. Indirect Heater with Accessories (B) Cost of Commissioning spares, if any (C) Grand Total Material Cost, ( A + B ) (D) Third Party Inspection charges (E) Packing and Forwarding Charges (F) Total Ex-works value, ( C + D + E ) above (G) Sales Tax, as applicable on ( F ) above (H) Total FOR Despatching station price, ( F + G ) above (I) Assam entry tax on H (J) Road Transportation charges as per quote (K) Insurance Charges@0.5% of Total FOR Despt Station Value ( H ) above (L) Total FOR Duliajan value, ( H + I + J + K ) above (M) Pre-despatch/shipment Inspection & Testing charges, if any (N) Installation/Commissioning charges (O) Total Value, ( L + M + N ) above NOTE : Excise Duty in case of the indigenous bidder is EXEMPTED. 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. 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. 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. Contd..18

19 Tender. & Date : DFD3950P07/ CHECK LIST Page : 18/22 ANNEXURE III ( A) TECHNICAL 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. Sl. Description NIT requirement / Remarks 1 IH is designed to handle a) Gas flow rate (max) b) Liquid (max) c) Coil inlet pressure d) Gas outlet pressure e) Gas Inlet Temp (min) SCMD 50 KLPD kg/cm 2 70 kg/cm2 15 Deg C f) Water Bath Temp 80 Deg C g) Heat Duty (minimum) 2.5 Million BTU/H 2 Shell: a) Design standard b) Size (min) c) Additional thermowell (2 no) d) zzles for coil inlet, outlet, fire tube etc e) Test 3 Coils: a) Number of coils b) Number of passes per coil c) Coil size d) M.O.C. of Coil e) Wall Thickness f) Coil Operating Pressure g) Radiography h) Coil Hydro test Pressure i) End Connection API Spec 12 K 1524 mm dia. (min.) X 6000 mm long (min.) 1" NPT, 300 mm length each As per Requirement Water Fill Test 2 (Two) Split, 8 x 2 3 (76.2 mm) NB API 5L XXS, seamless 0.6 Inches (15.24mm) Max: kg/cm 2 100% 422 kg/cm 2 ( 6000psig) Flanged, 63.5 mm NB x 2500class RTJ, ANSI B16.5, BE companion flanges, RTJ, studs-nuts 4 Coil accessories: Choke a) Choke with housing b) Choke Size (OD) c) Housing end connection d) Bean of various sizes e) MOC of bean housing f) Make Positive Fixed choke 25.4 mm NB Flanged, welded, 63.5mm NB, ANSI, 2500 class As per API 6A Masterflo/BHEL/Parveen/WKM 5 Fire Tube : a) M.O.C. of Fire Tube b) Half cover plate feature c) Type d) Diameter e) Length f) Radiography API 5L, Gr. B/ ASTM A106, Seamless U Type 508 mm OD (Minimum) 5500 mm (Minimum) 100%

20 Sl. Description NIT requirement / Remarks 6 Burner and accessories: a) Designed Data Sheet b) Burner capacity/size Submitted 50% more than that of heat duty requirement c) Flame arrester Type Housing Pilot Gas Flame Arrestor Make 7 Instrumentation & Control System: O Aluminimium Continuous Enardo / Zirco 7.1 Instrumentation for Shell: a) Temperature indicator b) Liquid level switch c) Level Gauge 7.2 Instrumentation for Coil: a) Temperature indicators (8nos.) b) Pressure indicators (4 nos.) 7.3 Burner Management System: a) Fuel Shut off Valve b) Temp. Control Valve c) Pilot Gas Regulator d) Main Fuel Gas Regulator e) Pressure Gauges (3 nos.) 7.4 Additional Instrumentation: a) Pilot Guard, CM-7 b) Temp. Controller ABB 440R c) Portable Igniter ARC start Suitability of pneumatic instruments to operate in natural gas 7.7 Servo gas pressure regulators for all pneumatic instruments Fisher model 67 CFR 7.8 Isolation and Bypass facility for Shutoff Valve & Temperature Control Valve 8 General tes: 8.1 All requisite and standard accessories quoted 8.2 All valves of fire safe design as per API 607 To be confirmed To be provided To be provided As per NIT To be confirmed 8.3 Documents to be forwarded along with the bid a) Process flow diagram b) Process Instrumentation diagrams c) Technical literature for all As per NIT point 6.0 (c) To be supplied To be supplied To be supplied

21 Sl. Description NIT requirement / Remarks the instruments d) GAD of the unit e) Skid details with drawing f) Instrument data sheets g) Make/model of all the items h) Sectional drawing of the IH i) Drawing of bean housing and bean holder 8.4 Welding shall be done as per ASME Section IX 8.5 Inner and outer surfaces painting with a coat of high temperature resistant red oxide primer. Outer surface should be sand blasted before application of paint 8.6 Insulation of water bath and chimney at site a) Insulation material: 50 mm thick high resistant rock wool covered with chicken wire mesh b) 24 WG Aluminium plain sheet to be rolled and cover up the insulated surface To be supplied To be supplied To be supplied To be supplied To be supplied To be supplied To be confirmed To be confirmed To be confirmed 8.7 Inscription on the vessel As per NIT 9 INSPECTION : a) Third party inspection b) Third party inspection charges shall be quoted separately c) Name of Third party inspector d) OIL s inspection included 10 COMMISSIONING: a) Commissioning included b) Inspection of material at site by the supplier c) Commissioning quoted separately. 11 EXPERIENCE: a) Experience details b) Collaboration details for bidders with 2 years experience As per NIT As per NIT Lloyds/ IRS /RITES /BV To be confirmed As per NIT AS per NIT To be confirmed 3 year minimum To be confirmed 13 WARRANTY: 18 months from the date of receipt of the materials at OIL s depot or 12 months from the date of commissioning whichever is earlier To be confirmed Offer Ref : Dated OIL s Tender. Signature For & on behalf of Designation Contd..21

22 Tender. & Date : DFD3950P07/ ( B ) COMMERCIAL CHECK LIST Page : 21/22 ANNEXURE III 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. Sl# REQUIREMENT COMPLIANCE 1. Whether Original Signed quotation submitted? YES/NO 2. Whether Fax / quotation submitted? FAX / 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 YES/NO submitted 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 (a) Amount : YES/NO (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 any deviation there in the offer? YES/NO 14. Whether deviation separately highlighted? YES/NO 15. Whether agreed to the NIT Warranty clause? YES/NO 16. Whether Price Bid submitted as per Price Schedule(refer Para 12.0 of BRC YES/NO vide Annexure II) 17. Whether Recommended Spares with price for 10 years of quoted? YES/NO 18. Whether all the items of tender quoted? YES/NO 19. Whether indicated the country of origin for the items quoted? YES/NO 20. Whether technical literature / catalogue enclosed? YES/NO 21. Whether confirmed that all spares & consumables will be supplied for a YES/NO minimum period of 5 years? 22. Whether confirmed acceptance of tender Payment Terms of 80% against YES/NO shipment/dispatch documents and balance 20% after successful commissioning along with commissioning charges? 23. For Foreign Bidders - Whether offered FOB / FCA port of despatch including YES/NO sea / air worthy packing & forwarding? 24. For Foreign Bidders Whether port of shipment indicated. To specify: YES/NO 25 For Foreign Bidders only - Whether indicated ocean freight up to Kolkata port (Excluding marine insurance )?

23 26. Whether Indian Agent applicable? YES/NO If YES, whether following details of Indian Agent provided? YES/NO (a) Name & address of the agent in India To indicate (b) Amount of agency commission To indicate (c) Whether agency commission included in quoted material value? YES/NO 27. Whether weight & volume of items offered indicated? YES/NO 28 Whether third party inspection charges quoted sepatately YES/NO 29. Whether confirmed to offer the equipment for Pre-despatch/shipment YES/NO inspection & testing? 30. Whether Pre-despatch/shipment inspection & testing charges applicable? YES/NO 31. If Pre-despatch/shipment inspection & testing charges applicable, whether YES/NO quoted separately on lumpsum basis? 32. Whether confirmed to carry out Installation & Commissioning of the YES/NO equipment at Duliajan(Assam)? 33. Whether Installation & Commissioning charge applicable? YES/NO 34. If Installation & Commissioning charges applicable, whether separately quoted YES/NO on lumpsum basis? 35. Whether to & fro air fares, boarding/lodging of the commissioning personnel at YES/NO Duliajan, Assam(India) included in the quoted charges? 36. Whether confirmed that all Service, Income, Corporate tax etc. applicable YES/NO under Installation & Commissioning are included in the prices quoted? 37. Whether confirmed to submit PBG as asked for in NIT? YES/NO 38. Whether agreed to submit PBG within 30 days of placement of order? YES/NO 39. For Indian bidders Whether place of dispatch indicated in the offer? To YES/NO specify : 40. For Indian bidders Whether road transportation charges up to Duliajan YES/NO quoted? 41. For Indian Bidders only - Whether offered Ex-works price including YES/NO packing/forwarding charges? 42. For Indian Bidders only - Whether offered Deemed Export prices? YES/NO 43. Whether quoted prices are exclusive of Excise duty? YES/NO 44. For Indian bidders only whether import content indicated in the offer? YES/NO 45. For Indian Bidders only - whether all Taxes have been indicated categorically? YES/NO 46. Whether all BRC/BEC clauses are accepted? YES/NO Offer Ref : Dated OIL s Tender. Signature For & on behalf of Designation ******************************************* Total Page 22

IMPORTANT NOTE HEAD - CALCUTTA BRANCH, OIL INDIA LIMITED, 4-INDIA EXCHANGE PLACE, KOLKATA

IMPORTANT NOTE HEAD - CALCUTTA BRANCH, OIL INDIA LIMITED, 4-INDIA EXCHANGE PLACE, KOLKATA 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

More information

IMPORTANT NOTE (B) HEAD - CALCUTTA BRANCH, OIL INDIA LIMITED, 4-INDIA EXCHANGE PLACE, KOLKATA

IMPORTANT NOTE (B) HEAD - CALCUTTA BRANCH, OIL INDIA LIMITED, 4-INDIA EXCHANGE PLACE, KOLKATA 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

More information

(A Govt. of. Tender No. Bidding : : : , Applicable. Item No. Wrench Operated. API6D Plug. Spec.6D and fire. Valve. ii.

(A Govt. of. Tender No. Bidding : : : , Applicable. Item No. Wrench Operated. API6D Plug. Spec.6D and fire. Valve. ii. Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan 786602, Assam Telephone No. ( 91-374) 2808724 Fax No: ( 91-374) 2800533 Email: materials@oilindia.in; erp_mm@oilindia.in Tender No. Bidding

More information

Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan , Assam

Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan , Assam Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan 786602, Assam Telephone No. (91-374) 2808724 Fax No: (91-374) 2800533 Email: matmmfd@oilindia.in ; erp_mm@oilindia.in Tender No. & Date: SDG9795P16/07

More information

Oil India Limited (A Govt. of India Enterprise)

Oil India Limited (A Govt. of India Enterprise) Oil India Limited (A Govt. of India Enterprise) P.O. DULIAJAN, DIST. DIBRUGARH, ASSAM E-mail : matspofd@oilindia.in FAX : 0374 2800533 TEL : 0374 2800491 Tender No& Date : SDG 5404 P12 Dated 20.03.2012

More information

e-tender No. SDG3003P17/06 Page 1 of 23

e-tender No. SDG3003P17/06 Page 1 of 23 Oil India Limited (A Govt. of IndiaEnterprise) P.O. Duliajan 786602, Assam Tender No. & Date: SDG 3003P17/06 dated: 17.11.2016 Tender Fee : INR 6,000.00 OR USD 100.00 Bid Security Amount : INR 67,320.00

More information

Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan , Assam

Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan , Assam Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan 786602, Assam Tender No. & Date : SDG 8775P16/07 Tender Fee : INR 4,500.00 OR USD 100.00 Bid Security Amount : INR 1,03,780.00 OR USD 1,580.00

More information

OIL INDIA LIMITED (A Government of India Enterprise) 4, India Exchange Place, 4 th floor, Kolkata , West Bengal (India)

OIL INDIA LIMITED (A Government of India Enterprise) 4, India Exchange Place, 4 th floor, Kolkata , West Bengal (India) OIL INDIA LIMITED (A Government of India Enterprise) 4, India Exchange Place, 4 th floor, Kolkata 700001, West Bengal (India) TELEPHONE NO. (033) 2230 1657 / 58 / 59 FAX NO: (91-033) 2230 2596 Email :

More information

OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata

OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata 700 001. OIL INDIA LIMITED invites indigenous competitive bid through its e-procurement portal https://etender.srm.oilindia.in/irj/portal

More information

e-tender No. SDG0564P16/06 Page 1 of 10

e-tender No. SDG0564P16/06 Page 1 of 10 Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan 786602, Assam Tender No. : SDG0564P16/07 DTD. 12.03.2016 Telephone No. (91-374) 2808724 Fax No: (91-374) 2800533 Email: materials@oilindia.in;

More information

OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India)

OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India) OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan 786602 Assam (India) TELEPHONE NO. (91-374) 2808613 FAX NO: (91-374) 2800533 Email: material@oilindia.in;erp_mm@oilindia.in TENDER NO.

More information

OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India)

OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India) OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan 786602 Assam (India) TELEPHONE NO. (91-374) 2808613 FAX NO: (91-374) 2800533 Email: material@oilindia.in;erp_mm@oilindia.in TENDER NO.

More information

OIL INDIA LIMITED (A Govt. of India Enterprise) P.O. Duliajan , Assam

OIL INDIA LIMITED (A Govt. of India Enterprise) P.O. Duliajan , Assam OIL INDIA LIMITED (A Govt. of India Enterprise) P.O. Duliajan 786602, Assam Telephone No. (91-374) 2800491 Fax No: (91-374) 2800533 Email: materials@oilindia.in ; erp_mm@oilindia.in; mmfd1@oilindia.in

More information

Tender No. Tender Date Bid Closing On Bid Opening On

Tender No. Tender Date Bid Closing On Bid Opening On Tender No. Tender Date Bid Closing On Bid Opening On : JID3416L17 : 22.12.2016 : 31.01.2017 at 13:00 hrs.(ist) : 31.01.2017 at 13:00 hrs.(ist) Tender issued to following parties only: Slno V_Code Vendor

More information

BHARAT HEAVY ELECTRICALS LTD., RC.PURAM, HYDERABAD INSTRUCTIONS TO BIDDER (ITB)

BHARAT HEAVY ELECTRICALS LTD., RC.PURAM, HYDERABAD INSTRUCTIONS TO BIDDER (ITB) Document No. HY:MM:ITB Rev:01 BHARAT HEAVY ELECTRICALS LTD., RC.PURAM, HYDERABAD INSTRUCTIONS TO BIDDER (ITB) ( Attachment to Enquiry No. - Due on Date... for submission by 11.00 hrs to open from 14.00

More information

OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India) TENDER NO. SSG7125P18/02 DATE:

OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India) TENDER NO. SSG7125P18/02 DATE: OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan 786602 Assam (India) TELEPHONE NO. (91-374) 2808614 FAX NO: (91-374) 2800533 Email: matmmfsa@oilindia.in ; erp_mm@oilindia.in TENDER

More information

Annexure - C to TENDER STANDARD COMMERCIAL TERMS & CONDITIONS [FORMAT TO BE FILLED-UP BY THE SUPPLIER]

Annexure - C to TENDER STANDARD COMMERCIAL TERMS & CONDITIONS [FORMAT TO BE FILLED-UP BY THE SUPPLIER] S No. BHEL Standard Terms Supplier Confirmation Deviation 01 Price: Supplier shall be quoted on "FIRM PRICE" basis only. No price variation clause will be entertained. 02 Terms of Delivery: (a) Indigenous

More information

TENDER NO. SSG7289P16 DATE: INVITATION TO e-bid UNDER OPEN TWO BID SYSTEM

TENDER NO. SSG7289P16 DATE: INVITATION TO e-bid UNDER OPEN TWO BID SYSTEM P.O. Duliajan -786602 TELEPHONE NO. (91-374) 2800491 FAX NO: (91-374) 2800533 EMAIL: mmfs1@oilindia.in; erp_mm@oilindia.in TENDER NO. SSG7289P16 DATE: 25.05.2015 Dear Sirs, INVITATION TO e-bid UNDER OPEN

More information

Bid Security Amount : INR 6,48, OR USD 9, : Bid Should be valid for 120 days from bid closing date.

Bid Security Amount : INR 6,48, OR USD 9, : Bid Should be valid for 120 days from bid closing date. OIL INDIA LIMITED (A Govt. of India Enterprise) P.O. Duliajan 786602, Assam Telephone No. (91-374) 2808720 Fax No: (91-374) 2800533 Email: matdmmfd@oilindia.in; materials@oilindia.in; erp_mm@oilindia.in

More information

OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India) TENDER NO. SSG9727P19/04 DATE:

OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India) TENDER NO. SSG9727P19/04 DATE: OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan 786602 Assam (India) TELEPHONE NO. (91-374) 2808613 FAX NO: (91-374) 2800533 Email: matmmfsb@oilindia.in ; erp_mm@oilindia.in TENDER

More information

TRIPURA NATURAL GAS COMPANY LIMITED (A Joint Venture of GAIL (India) Ltd., Govt. of Tripura & Govt. of Assam)

TRIPURA NATURAL GAS COMPANY LIMITED (A Joint Venture of GAIL (India) Ltd., Govt. of Tripura & Govt. of Assam) TRIPURA NATURAL GAS COMPANY LIMITED (A Joint Venture of GAIL (India) Ltd., Govt. of Tripura & Govt. of Assam) A PROJECT OF FOR AGARTALA BID DOCUMENT FOR ARC FOR SUPPLY OF METER UNDER OPEN DOMESTIC COMPETITIVE

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION To, GAIL WEBSITE VENDOR, India Vendor Code : 101019938 RFQ No. :GAIL/LAK/SD/37 /3200026232/C&P/IN/06-07 Date:27.11.2006 RFQ Due on : 26.12.2006 at 14:00 Hrs IST Tender Opening Date

More information

SECTION - II. SPECIAL TERMS AND CONDITIONS (Transformer)

SECTION - II. SPECIAL TERMS AND CONDITIONS (Transformer) SECTION - II SPECIAL TERMS AND CONDITIONS (Transformer) 1. INTRODUCTION 1.1. The terms and conditions mentioned in this section are in addition to what are stated in Section I (General Conditions of Contract)

More information

TENDER NO. SSG9136P16/01 DATE: INVITATION TO e-bid UNDER SINGLE STAGE 2-BID SYSTEM

TENDER NO. SSG9136P16/01 DATE: INVITATION TO e-bid UNDER SINGLE STAGE 2-BID SYSTEM P.O. Duliajan 786602 TELEPHONE NO. (91 374) 2800491 FAX NO: (91 374) 2800533 EMAIL: mmfs1@oilindia.in; erp_mm@oilindia.in TENDER NO. SSG9136P16/01 DATE: 03.11.2015 INVITATION TO e-bid UNDER SINGLE STAGE

More information

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu) Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu) NIT.No: CMRL/RS/04/2017 Date: 17.07.2017 Sub: Invitation of sealed quotation for Supply, Installation, Testing & Commissioning

More information

OIL INDIA LIMITED (A Govt. of India Enterprise) P.O. Duliajan , Assam

OIL INDIA LIMITED (A Govt. of India Enterprise) P.O. Duliajan , Assam OIL INDIA LIMITED (A Govt. of India Enterprise) P.O. Duliajan 786602, Assam Telephone No. (91-374) 2808720 Fax No: (91-374) 2800533 Email: mmfd1@oilindia.in; materials@oilindia.in; erp_mm@oilindia.in Brief

More information

OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India) TENDER NO. SSG8502P19/04 DATE:

OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India) TENDER NO. SSG8502P19/04 DATE: OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan 786602 Assam (India) TELEPHONE NO. (91-374) 2808613 FAX NO: (91-374) 2800533 Email: matmmfsb@oilindia.in ; erp_mm@oilindia.in TENDER

More information

NOTICE INVITING TENDER ( N.I.T) Ice Flaking Machine

NOTICE INVITING TENDER ( N.I.T) Ice Flaking Machine NOTICE INVITING TENDER ( N.I.T) TENDER NOTICE NO:- SCIENTIFIC EQPT/2012-13/30 Dt 28.02.2013 TENDER FOR Ice Flaking Machine I Last Date for Receipt of Tender 19-03-2013, up to 10.00 am II Opening of Techno

More information

OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India) TENDER NO. SSG 3827P15/01 DATE:

OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India) TENDER NO. SSG 3827P15/01 DATE: OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan 786602 Assam (India) TELEPHONE NO. (91-374) 2800491 FAX NO: (91-374) 2800533 Email: material@oilindia.in;erp_mm@oilindia.in TENDER NO.

More information

SGG5355P15 Procurement, Installation & Commissioning of Incinerators

SGG5355P15 Procurement, Installation & Commissioning of Incinerators OIL INDIA LIMITED ( A Government of India Enterprise ) P.O. Udayan Vihar -781171 Guwahati, Assam(India) A. OIL INDIA LIMITED invites International Competitive Bids under single stage composite bid system

More information

Vendor Name: M/s RFQ No. : Vendor s Offer Ref No. : Tel. No. Fax No. Contact Person:

Vendor Name: M/s RFQ No. : Vendor s Offer Ref No. : Tel. No. Fax No. Contact Person: BHARAT PETROLEUM CORPORATION LTD LPG TRANSFER PIPELINE FROM BPCR & HPCR TO URAN BOTTLING PLANT PROJECT AGREED TERMS & CONDITIONS (ATC) (FOR FOREIGN BIDDERS) Vendor Name: M/s RFQ No. : Vendor s Offer Ref

More information

Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan , Assam

Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan , Assam Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan 786602, Assam Telephone No. (91-374) 2808724 Fax No: (91-374) 2800533 Email: matdmmfd1@oilindia.in ;materials@oilindia.in; erp_mm@oilindia.in

More information

Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan , Assam

Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan , Assam Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan 786602, Assam Telephone No. (91-374) 2808724 Fax No: (91-374) 2800533 Email: matdmmfd1@oilindia.in; materials@oilindia.in ; erp_mm@oilindia.in

More information

CORRIGENDUM. Tender. For. Self-Inflating Bag. NIT Issue Date : September 09, 2013.

CORRIGENDUM. Tender. For. Self-Inflating Bag. NIT Issue Date : September 09, 2013. Date: - 22/10/2013 CORRIGENDUM Tender For Self-Inflating Bag NIT Issue Date : September 09, 2013. Pre Bid Meeting held on : September 20, 2013 at 3:00 PM Initial Date of Submission : October 04, 2013 at

More information

LIMITED TENDER. No. PUR/HMB/17/968437/IS-5085 Dated: We intend to procure the items as per enquiry schedule given below:

LIMITED TENDER. No. PUR/HMB/17/968437/IS-5085 Dated: We intend to procure the items as per enquiry schedule given below: Heavy Engineering Corporation Heavy Machine Building Plant (A Govt of India Enterprises) Ranchi- 834004 (INDIA) Phone: 0651-2400921 0651-2401349 Fax: 0651-2401166, 2401571 E-mail: purhmbp@hecltd.com LIMITED

More information

SECTION E SCHEDULE OF QUANTITIES AND RATES

SECTION E SCHEDULE OF QUANTITIES AND RATES SECTION E SCHEDULE OF QUANTITIES AND RATES SCHEDULE OF QUANTITIES SECTION: E Scope of work under present tender is: SL. NO. 1 2. DESCRIPTION UNIT QTY Supply, Safe delivery and Warranty of EMI/RFI shielding

More information

!" # $%&&!"# '++("%) " " $ % & ' # % # ' ) * +, -*. / # 1 2* 32 *4 # # !" 0 ' 3 " / 5 * ( 9 " ' %""!00%%35:

! # $%&&!# '++(%)   $ % & ' # % # ' ) * +, -*. / # 1 2* 32 *4 # # ! 0 ' 3  / 5 * ( 9  ' %!00%%35: !# $%&&!# %+&0 $ % & ' # ( ' ) * +, -*. / # 1 2* 32 *4 # # 1 2'( '()& *%%'++%,-.%+'/%& '++(%)! # % #! 0 ' 3 4565758 / 5 * ( 9 ' %!00%%35: ! #$%$&'&$()*%+,*$ -$ ' &(()*%+,*$ '%&0%'++%# %+&0 % 6789 $ 67

More information

INSTRUCTIONS TO BIDDER (ITB)

INSTRUCTIONS TO BIDDER (ITB) Sl. No. HRT HEVY ELECTRICLS LTD., RC.PURM, HYDERD INSTRUCTIONS TO IDDER (IT) ( ttachment to Enquiry No. P81M15802 Dt:30.08.2013 Due Dt:13.09.2013. NOTE: idder to confirm affirmative by typing "YES" in

More information

NOTICE INVITING QUOTATIONS. File No. NITT/F.NO.005/CAP.EXP.35/ /PHY Date: 08/01/2019

NOTICE INVITING QUOTATIONS. File No. NITT/F.NO.005/CAP.EXP.35/ /PHY Date: 08/01/2019 NATIONAL INSTITUTE OF TECHNOLOGY, TIRUCHIRAPPALLI - 620 015 DEPARTMENT OF PHYSICS NOTICE INVITING QUOTATIONS File No. NITT/F.NO.005/CAP.EXP.35/2018-19/PHY Date: 08/01/2019 To Blue Star engineering and

More information

Tender. for. Supply & Installation of the Portable Autoclave Machine. Indian Institute of Technology Jodhpur

Tender. for. Supply & Installation of the Portable Autoclave Machine. Indian Institute of Technology Jodhpur Tender for Supply & Installation of the Portable Autoclave Machine at Indian Institute of Technology Jodhpur NIT No. : IITJ/SPS/BISS/2/1(I)/2013-14/62 NIT Issue Date : 11 February 2014 Last Date of Submission

More information

POLLUTION CONTROL BOARD : ASSAM BAMUNIMAIDAM, GUWAHATI Website :

POLLUTION CONTROL BOARD : ASSAM BAMUNIMAIDAM, GUWAHATI Website : POLLUTION CONTROL BOARD : ASSAM BAMUNIMAIDAM, GUWAHATI-781 021 Website : www.pcbassam.org No. WB/LB-16/Pt-I/97-98/223 Dated Guwahati, the 5 th Sept, 2008 SHORT QUOTATION NOTICE Sealed quotations are invited

More information

Ref No: NITP/Proc/16-17/13 Date:

Ref No: NITP/Proc/16-17/13 Date: NATIONAL INSTITUTE OF TECHNOLOGY PATNA (An Institute under Ministry of HRD, Govt. of India) ASHOK RAJPATH, PATNA-800 005 (BIHAR) Ph. 0612-2371715,2372715,2371929 Fax-061-2660480 Website- www.nitp.ac.in

More information

Odisha Power Generation Corporation L i m i t e d IB Thermal Power Station

Odisha Power Generation Corporation L i m i t e d IB Thermal Power Station AT/P.O: BANHARPALI,; DIST.: JHARSUGUDA, PIN:768234(ODISHA), INDIA Tel. 06645 289354 / 289355 / 289356, Fax: 06645 289355. E mail: bn.das@opgc.co.in;bkmishra@opgc.co.in;purchase@opgc.co.in; SAFE & CLEAN

More information

NOTICE INVITING TENDER

NOTICE INVITING TENDER NATIONAL FERTILIZERS LIMITED (A Government of India Undertaking) Vijaipur-473 111, Dist. Guna (MP) Tel. No. 07544-273529 Ext. No. 2304 Fax# (91) 7544-273089, Tel# 273050/273691 E-mail: prvjp@nfl.co.in;

More information

NOTICE INVITING TENDER ( N.I.T)

NOTICE INVITING TENDER ( N.I.T) NOTICE INVITING TENDER ( N.I.T) TENDER NOTICE NO.NIAB/PUR/GLT/04/2012 29.02.2012 Sealed Tenders are invited on behalf of the Officer-on-Special Duty, NIAB in TWO BID SYSTEM for procurement of Ultra Centrifuge

More information

SECTION II INSTRUCTION TO BIDDERS [I T B] TABLE OF CLAUSES

SECTION II INSTRUCTION TO BIDDERS [I T B] TABLE OF CLAUSES SECTION II INSTRUCTION TO BIDDERS [I T B] TABLE OF CLAUSES A. Introduction 1 Source of funds 2 Eligible goods and services 3 Cost of bidding B. Bidding Documents 4 Content of bidding documents 5 Clarification

More information

OIL INDIA LIMITED (A Government of India Enterprise) P.O. Duliajan , Assam, India

OIL INDIA LIMITED (A Government of India Enterprise) P.O. Duliajan , Assam, India ANNEXURE-I OIL INDIA LIMITED (A Government of India Enterprise) P.O. Duliajan-786602, Assam, India E-mail: material@oilindia.in INVITATION FOR BID NATIONAL COMPETITIVE BID OIL INDIA LIMITED invites National

More information

SPECIAL COMMERCIAL TERMS AND CONDITIONS

SPECIAL COMMERCIAL TERMS AND CONDITIONS SPECIAL COMMERCIAL TERMS AND CONDITIONS 1.0 Fiscal Concessions for Nuclear Power Projects (NPPs) 1.1 (a) Nuclear Power Project of capacity 440 MW or more have been notified by GOI for eligibility towards

More information

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu) Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu) NIT.No: CMRL/OPN/1/TEN-02/2017 Date: 22.06.2017 Sub: Invitation of sealed quotation for Procurement of Plastic Chairs.

More information

NATIONAL INSTITUTE OF TECHNOLOGY ROURKELA , ORISSA (Form to be used for purchases above Rs.1.0 lakh; to be sent to at least six firms)

NATIONAL INSTITUTE OF TECHNOLOGY ROURKELA , ORISSA (Form to be used for purchases above Rs.1.0 lakh; to be sent to at least six firms) Form PPIM-1B [Para 1.17(ii)] NATIONAL INSTITUTE OF TECHNOLOGY ROURKELA 769 008, ORISSA (Form to be used for purchases above Rs.1.0 lakh; to be sent to at least six firms) Advertised/Limited Tender Enquiry

More information

TENDER NO. SSG6405P18/03 DATE: INVITATION TO e-bid UNDER SINGLE STAGE TWO BID SYSTEM

TENDER NO. SSG6405P18/03 DATE: INVITATION TO e-bid UNDER SINGLE STAGE TWO BID SYSTEM OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan 786602 Assam (India) TELEPHONE NO. (91-374) 2808726 FAX NO: (91-374) 2800533 Email: matspofd@oilindia.in ; erp_mm@oilindia.in TENDER

More information

(Tender Sl. No.) TENDER DOCUMENT FOR PURCHASE OF WATER WASHABLE NYLO PLATES FOR CTOP SYSTEM Tender No. 45/2012 dated 07 August M/s.

(Tender Sl. No.) TENDER DOCUMENT FOR PURCHASE OF WATER WASHABLE NYLO PLATES FOR CTOP SYSTEM Tender No. 45/2012 dated 07 August M/s. Standard Bidding Document (SBD) (Procurement of Goods and Services) CURRENCY NOTE PRESS (A Unit of Security Printing and Minting Corporation of India Limited) Wholly owned by Government of India Nashik

More information

TENDER FOR. Supply of Microsoft Cloud campus Licence & Microsoft Windows Licence in Campus. in the Department of COMMPUTER SCIENCE & ENGINEERING.

TENDER FOR. Supply of Microsoft Cloud campus Licence & Microsoft Windows Licence in Campus. in the Department of COMMPUTER SCIENCE & ENGINEERING. TENDER FOR Supply of Microsoft Cloud campus Licence & Microsoft Windows Licence in Campus in the Department of COMMPUTER SCIENCE & ENGINEERING. BIT MESRA, Ranchi Tender No.: IW/000074 Tender date: 07 th

More information

OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India) TENDER NO. SSG 2379P14/01 DATE:

OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India) TENDER NO. SSG 2379P14/01 DATE: OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan 786602 Assam (India) TELEPHONE NO. (91-374) 2800491 FAX NO: (91-374) 2800533 Email: mmfs1@oilindia.in;erp_mm@oilindia.in TENDER NO. SSG

More information

TENDER FOR SUPPLY & INSTALLATION OF THREE ZONE TUBE FURNACE IN SCHOOL OF BASIC SCIENCES, IIT MANDI

TENDER FOR SUPPLY & INSTALLATION OF THREE ZONE TUBE FURNACE IN SCHOOL OF BASIC SCIENCES, IIT MANDI TENDER FOR SUPPLY & INSTALLATION OF THREE ZONE TUBE FURNACE IN SCHOOL OF BASIC SCIENCES, IIT MANDI Tender No.: IITMANDI/Admin/PUR-04/2014-15/2387-88 Tender date: 10 th April, 2014 Last Date of submission:

More information

No.1988 Date. 06/09/2017. Detail Quotation Call Notice for Supply of Hot Air Oven for Sterilization of Glass Bottles.

No.1988 Date. 06/09/2017. Detail Quotation Call Notice for Supply of Hot Air Oven for Sterilization of Glass Bottles. TRIBAL DEVELOPMENT CO-OPERATIVE CORPORATION OF ORISSA LTD.Rupali Square, Bhoi Nagar, Bhubaneswar. 751022 Tel. 0674-2542475 / 2542617. Fax-2544828. Email: admin@tdccorissa.org No.1988 Date. 06/09/2017 Detail

More information

Sub: e-enquiry for Supply, installation, configuring and commissioning of the 5 nos. of HDD of 300 GB for SAN Storage at SLDC Kalwa.

Sub: e-enquiry for Supply, installation, configuring and commissioning of the 5 nos. of HDD of 300 GB for SAN Storage at SLDC Kalwa. MAHARASHTRA STATE ELECTRICITY TRANSMISSION CO. LTD. CIN NO. U40109MH2005SGC153646 Office of The Chief Engineer Maharashtra State Load Dispatch Center, Thane-Belapur Road, P.O. Airoli, Navi Mumbai Pin 400

More information

OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India) TENDER NO. SSG9493P19/03 Date:

OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India) TENDER NO. SSG9493P19/03 Date: OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan 786602 Assam (India) TELEPHONE NO. (91-374) 2808726 FAX NO: (91-374) 2800533 Email: matspofd@oilindia.in ; erp_mm@oilindia.in TENDER

More information

OIL INDIA LIMITED (A Government of India Enterprise) P.O. Duliajan, Pin Dist-Dibrugarh, Assam

OIL INDIA LIMITED (A Government of India Enterprise) P.O. Duliajan, Pin Dist-Dibrugarh, Assam OIL INDIA LIMITED (A Government of India Enterprise) P.O. Duliajan, Pin 786602 Dist-Dibrugarh, Assam AMENDMENT NO. 1 DATED 18.11.2015 TO TENDER NO SSG8804P16/01 This Amendment no. 1 dated 18.11.2015 to

More information

ALLAHABAD BANK DISASTER RECOVERY SITE 3 rd Floor, ZO Building Hazratganj, Lucknow

ALLAHABAD BANK DISASTER RECOVERY SITE 3 rd Floor, ZO Building Hazratganj, Lucknow ALLAHABAD BANK DISASTER RECOVERY SITE 3 rd Floor, ZO Building Hazratganj, Lucknow Ref. No. DRS/LKO/ 04 Date: 13.09.2017 NOTICE INVITING TENDER (NIT) SEALED QUOTATIONS FOR SUPPLY, INSTALLATION AND MAINTENANCE

More information

TECHNICAL BID PART I

TECHNICAL BID PART I Save Energy for Benefit of Self & Nation Operation & Maintenance unit of Sardar Sarovar Hydro Power Old ADM Building, Kevadia Colony 393151 Dist: Narmada Phone: (02640) Office: 233022 Extn: 24/25/28/29,

More information

CIAB/ 1 (136)/ nd January 2014 NOTICE INVITING QUOTATION

CIAB/ 1 (136)/ nd January 2014 NOTICE INVITING QUOTATION CIAB/ 1 (136)/14-15 22 nd January 2014 NOTICE INVITING QUOTATION 1. Sealed Quotations in TWO BID SYSTÉM are invited on behalf of Chief Executive Officer CIAB, Mohali for the purchase of following items

More information

TELECOMMUNICATIONS CONSULTANTS INDIA LTD KUWAIT

TELECOMMUNICATIONS CONSULTANTS INDIA LTD KUWAIT TELECOMMUNICATIONS CONSULTANTS INDIA LTD KUWAIT P.O. Box 19843,83809 Khaitan, Kuwait. Tel.: + 965 24723696 Fax: + 965 2476 6712. Email:mmtech.tcilkuwait@gmail.com To, Sub: Request for offer (RFO) for Supply

More information

ALL INDIA INSTITUTE OF SPEECH AND HEARING, Naimisham Campus, Manasagangothri, Mysore Global Tender Document. Purchase of Technical Equipment

ALL INDIA INSTITUTE OF SPEECH AND HEARING, Naimisham Campus, Manasagangothri, Mysore Global Tender Document. Purchase of Technical Equipment ; ALL INDIA INSTITUTE OF SPEECH AND HEARING, Naimisham Campus, Manasagangothri, Mysore 570 006 Global Tender Document Purchase of Technical Equipment INDEX Sl. No. Contents Page No. 1. Global Tender Notification

More information

BURN STANDARD COMPANY LIMITED

BURN STANDARD COMPANY LIMITED BURN STANDARD COMPANY LIMITED (A Government of India Undertaking) MINISTRY OF RAILWAY 22 B, Raja Santosh Road, ALIPORE, KOLKATA 700 027 Phones : 033-24484633 / 24488851 / 24799464 Fax No. : 0091-33-24488846

More information

Kamla Nehru Institute of Technology

Kamla Nehru Institute of Technology Kamla Nehru Institute of Technology e-tender FOR SUPPLY & INSTALLATION OF STAINLESS STEEL WATER TANK (1000 Liter) STAINLESS STEEL WATER CHILLER (500Liter Capacity) & STAINLESS STEEL SINK TRAY Tender Ref.

More information

TENDER FOR SUPPLY & INSTALATION OF WELDING BOOTH FOR GOVT. ITI BHUBANESWAR-12

TENDER FOR SUPPLY & INSTALATION OF WELDING BOOTH FOR GOVT. ITI BHUBANESWAR-12 TENDER FOR SUPPLY & INSTALATION OF WELDING BOOTH FOR GOVT. ITI BHUBANESWAR-12 ADDRESS TO: ITI, BHUBANESWAR AT-NEAR GOVERNOR HOUSE, UNIT-8, PO- NAYAPALLI, BHUBANESWAR-751012 1. Last date of submitting receiving

More information

Bid Security Amount : INR 0.00 OR USD 0.00 (or equivalent Amount in any currency) Bid Closing On Bid Opening On. Performance Guarantee

Bid Security Amount : INR 0.00 OR USD 0.00 (or equivalent Amount in any currency) Bid Closing On Bid Opening On. Performance Guarantee Page:1/4 OIL INDIA LIMITED (AGovt.OfIndiaEnterprise) Tel :03322301657,1658 4, India Exchange Place, Fax :91 33 2230 2596 Kolkata-700001 E-mail:oilcalmn@oilindia.in Tender No.& Date : KID6315L18/03 09.11.2017

More information

TENDER. for. Supply and Installation of FLUORESCENCE SPECTROMETER (UV-VIS) in the. Department of Chemistry. B.I.T., Mesra, Ranchi

TENDER. for. Supply and Installation of FLUORESCENCE SPECTROMETER (UV-VIS) in the. Department of Chemistry. B.I.T., Mesra, Ranchi TENDER for Supply and Installation of FLUORESCENCE SPECTROMETER (UV-VIS) in the Department of Chemistry B.I.T., Mesra, Ranchi Tender No.: IC/001010 Tender Date: 12.12.2016 Re-Tender Date: 07.02.2017 Last

More information

Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan , Assam

Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan , Assam Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan 786602, Assam Telephone No. (91-374) 2808724 Fax No: (91-374) 2800533 Email: matdmmfd1@oilindia.in; materials@oilindia.in ; erp_mm@oilindia.in

More information

OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India) ANNEXURE-IA. : at 14.

OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India) ANNEXURE-IA. : at 14. OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan 786602 Assam (India) TELEPHONE NO. (91-374) 2800491 FAX NO: (91-374) 2800533 Email: bhavik_mody@oilindia.in; erp_mm@oilindia.in; ANNEXURE-IA

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS Short Tender Notification No. Item No. CSG 20: A4 & A3 COPIER PAPER (80 GSM) 1. This document set contains the following: INSTRUCTIONS TO BIDDERS a) Terms and conditions of the Tender - Pages 2 & 3 b)

More information

SPEED POST. Enquiry: 3(2205)2018-PB/T-46 Dated: 23/07/2018 Due Date: by PM Date of opening: by 03.

SPEED POST. Enquiry: 3(2205)2018-PB/T-46 Dated: 23/07/2018 Due Date: by PM Date of opening: by 03. SPEED POST CSIR - NATIONAL PHYSICAL LABORATORY Dr. K.S. Krishnan Marg, New Delhi 110012 \ REQUEST FOR QUOTATION Phone: 45608645 Fax: +91-11-45608645 Email: spo@nplindia.org mahesh.kr@nplindia.org Enquiry:

More information

NOTICE INVITING TENDER. Subject: Supply & Installation of Induction Heating and Brazing Furnace.

NOTICE INVITING TENDER. Subject: Supply & Installation of Induction Heating and Brazing Furnace. NOTICE INVITING TENDER Subject: Supply & Installation of Induction Heating and Brazing Furnace. Indian Institute of Technology (Indian School of Mines),Dhanbad invites quotations for the following to be

More information

NIT No.: ECE-INS Date: October 11, 2018 NOTICE INVITING TENDER

NIT No.: ECE-INS Date: October 11, 2018 NOTICE INVITING TENDER NOTICE INVITING TENDER Subject: NIT No. ECE-INS-250-18-19 for Supply and Installation of Klystron based Microwave test bench and Gunn Oscillator based Microwave test bench 05 each Indian Institute of Technology

More information

Chennai Metro Rail Limited, Chennai ,India.

Chennai Metro Rail Limited, Chennai ,India. Chennai Metro Rail Limited, Chennai 600107,India. NIT No: CMRL/OPN/1/2018 CMRL invites online tenders through e-procurement portal from reputed suppliers under single bid system for the following work:-

More information

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu) Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu) NIT.No: CMRL/RS/07/2017 Date: 01.09.2017 Sub: Invitation of sealed quotation for Supply of Ultra Sonic Bird Repeller

More information

Washed & Dried Silica Sand

Washed & Dried Silica Sand . ISO 9001:2008 &14001:2004 NAVARATNA COMPANY MATERIAL MANAGEMENT (PURCHASE) CENTRAL FOUNDRY FORGE PLANT,BHEL HARDWAR RANIPUR, HARIDWAR (INDIA) 249403 Phone No.+91-1334-281277/284684, FAX No. 225892 e-mail:

More information

Bharat Heavy Electricals Limited

Bharat Heavy Electricals Limited Project Engineering Management Bharat Heavy Electricals Limited (A Govt. Of India Undertaking) Ref No. : PE/PG/RTC/E 5703/2017/CORRIGENDA/02 Date: 07.10.2017 CORRIGENDA / ADDENDUM-02 OUR REF: TENDER ENQUIRY

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS BIDDER S COPY 1. This document set contains the following: INSTRUCTIONS TO BIDDERS a) Terms and conditions of the Tender - Pages 2 & 3 b) Details of the Firm offering this Quote - Page 4 c) Qutotation

More information

ANNEXURE-IA. Bid Security Amount : INR 5,00, OR USD 12, ( or equivalent Amount in any currency )

ANNEXURE-IA. Bid Security Amount : INR 5,00, OR USD 12, ( or equivalent Amount in any currency ) ANNEXURE-IA Tender No& Date : SDG1732P09 DATED 11.01.2009 Tender Fee : INR 4500.00 OR USD 100.00 Bid Security Amount : INR 5,00,000.00 OR USD 12,500.00 ( or equivalent Amount in any currency ) Bidding

More information

: INR : INR. Tender Fee 4, , OR OR USD 5, Bidding QTY. UOM. Mat. Code 1 Supply of HPHT. 01 No. Annexure - b) Bid Rejection

: INR : INR. Tender Fee 4, , OR OR USD 5, Bidding QTY. UOM. Mat. Code 1 Supply of HPHT. 01 No. Annexure - b) Bid Rejection Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan 786602, Assam Telephone No. (91-374) 2808724 Fax No: (91-374) 2800533 Email: materials@oilindia.in ; erp_mm@oilindia.in Tender No. & Date:

More information

OIL INDIA LIMITED GENERAL TERMS AND CONDITIONS FOR GLOBAL TENDER INTRODUCTION TO BIDDERS

OIL INDIA LIMITED GENERAL TERMS AND CONDITIONS FOR GLOBAL TENDER INTRODUCTION TO BIDDERS OIL INDIA LIMITED (A Government of India Enterprise) PIPELINE HEADQUARTERS UDAYAN VIHAR, P. O.GUWAHATI- 781 171 ASSAM (INDIA) FAX NO. : 91-361-2643686/ 2594601 E-Mail :oilmatpl@oilindia.in GENERAL TERMS

More information

SCHEDULE OF TERMS & CONDITIONS. Sub : Procurement of Ice Flaking Machine. Schedule Of Requirements

SCHEDULE OF TERMS & CONDITIONS. Sub : Procurement of Ice Flaking Machine. Schedule Of Requirements TENDER DOCUMENT PONDICHERRY UNIVERSITY ( A Central University ) Centre for Bioinformatics PUDUCHERRY 605014 SCHEDULE OF TERMS & CONDITIONS Sub : Procurement of Ice Flaking Machine Schedule Of Requirements

More information

LIMITED TENDER. No. PUR/HMB/15/968373/IS Dated: ENQUIRY SCHEDULE

LIMITED TENDER. No. PUR/HMB/15/968373/IS Dated: ENQUIRY SCHEDULE Heavy Engineering Corporation Heavy Machine Building Plant (A Govt of India Enterprises) Ranchi- 834004 (INDIA) Phone: 0651-2400921 0651-2401349 Fax: 0651-2401166, 2401571 E-mail: purhmbp@hecltd.com LIMITED

More information

OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India) TENDER NO. SSG8600P19/03 Date:

OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India) TENDER NO. SSG8600P19/03 Date: OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan 786602 Assam (India) TELEPHONE NO. (91-374) 2808726 FAX NO: (91-374) 2800533 Email: matspofd@oilindia.in ; erp_mm@oilindia.in TENDER

More information

NIT for Tender No. GCO 8770 P19. Oil India Limited, a Government of India Enterprise intends for Hiring the services as stated below.

NIT for Tender No. GCO 8770 P19. Oil India Limited, a Government of India Enterprise intends for Hiring the services as stated below. NIT for Tender No. GCO 8770 P19 Oil India Limited, a Government of India Enterprise intends for Hiring the services as stated below. Tender No GCO 8770 P19 Service Description Services of maintaining OIL'S

More information

Invitation for Pre-Qualification of Bidders for 1X600 MT Mounded Pressurized Storage Vessel at Lucknow LPG Plant.

Invitation for Pre-Qualification of Bidders for 1X600 MT Mounded Pressurized Storage Vessel at Lucknow LPG Plant. Invitation for Pre-Qualification of Bidders for 1X600 MT Mounded Pressurized Storage Vessel at Lucknow LPG Plant. TENDER NO. : E&P:PQR:MSV/12-13/ 01 DATED 13-07-2012 Bharat Petroleum Corporation Ltd.,

More information

Tender for the purchase of Biometric Equipments in CSE Department

Tender for the purchase of Biometric Equipments in CSE Department Tender for the purchase of Biometric Equipments in CSE Department Table of Contents I. Invitation for Bid II. Procedure for submission of Bid i. Technical Bid format ii. Commercial/ Financial Bid format

More information

Ref. No. INST/12(253)/2017/PUR Date: 06/12/2017 NOTICE INVITING TENDER

Ref. No. INST/12(253)/2017/PUR Date: 06/12/2017 NOTICE INVITING TENDER Ref. No. INST/12(253)/2017/PUR Date: 06/12/2017 To NOTICE INVITING TENDER Dear Sir, Sealed Bids are invited on behalf of Director, INST Mohali for Providing of 10 Mbps Internet Leased Line and UTM Firewall

More information

OIL INDIA LIMITED (A Government of India Enterprises) PO: Duliajan Assam (India) TENDER NO. SSG9967P19/05 Date:

OIL INDIA LIMITED (A Government of India Enterprises) PO: Duliajan Assam (India) TENDER NO. SSG9967P19/05 Date: OIL INDIA LIMITED (A Government of India Enterprises) PO: Duliajan 786602 Assam (India) TELEPHONE NO. (91-374) 2808793 FAX NO: (91-374) 2800533 Email: Adarsh.Padhy@oilindia.in; erp_mm@oilindia.in TENDER

More information

LIMITED TENDER. No. PUR/HMB/17/968442/IS Dated:

LIMITED TENDER. No. PUR/HMB/17/968442/IS Dated: Heavy Engineering Corporation Heavy Machine Building Plant (A Govt of India Enterprises) Ranchi- 834004 (INDIA) Phone: 0651-24001 0651-2401349 Fax: 0651-2401166, 2401571 E-mail: purhmbp@hecltd.com LIMITED

More information

TECHNICAL BID T 3567

TECHNICAL BID T 3567 TECHNICAL BID T 3567 Supply of knife Gate valves for ESP hopper isolation of Ash Plant 1 & 2 at UKAI TPS. Due on At 3.30 P.M. (if Possible) EMD paid YES / NO EMD D. D. No. Date : OR SSI / NSIC Certification

More information

: Ultra Filtration Cell 47 mm

: Ultra Filtration Cell 47 mm Department of Physics Web : www.nitt.edu Phone : 0431-2503600 Tender Notification No.: NITT/F.NO.077/PLAN/2016-17/PHY Dated: 20/9/2016 Name of the component Quantity required EMD Amount Cost of the Tender

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS Tender Notification No. Item No. CSG 5: A4 & A3 COPIER PAPER (80 GSM) 1. This document set contains the following: INSTRUCTIONS TO BIDDERS a) Terms and conditions of the Tender - Pages 2 & 3 b) Details

More information

TENDER DOCUMENT FOR HIRING OF COURIER SERVICES FOR BANK OF BARODA. Regional Office. Dehradun

TENDER DOCUMENT FOR HIRING OF COURIER SERVICES FOR BANK OF BARODA. Regional Office. Dehradun TENDER DOCUMENT FOR HIRING OF COURIER SERVICES FOR BANK OF BARODA Regional Office Dehradun BANK OF BARODA Regioanl Office, 410- Indra Nagar Colony, Dehradun Bank of Baroda Regional Office 410- Indra Nagar

More information

BHARAT HEAVY ELECTRICALS LIMITED

BHARAT HEAVY ELECTRICALS LIMITED ENQ No: 9251600041 27.10.2016 NOTICE INVITING TENDER Sub: Testing and repairing of Sinumerik 802D Operator Panel CNC PCU210.2 Reg. Ref: Enquiry no: 9251600041 Dated: 27.10.2016. Due date: 04.11.2016, 14.00

More information

OIL INDIA LIMITED (A Govt. of India Enterprise) P.O. Duliajan , Assam

OIL INDIA LIMITED (A Govt. of India Enterprise) P.O. Duliajan , Assam OIL INDIA LIMITED (A Govt. of India Enterprise) P.O. Duliajan 786602, Assam Telephone No. (91-374) 2808720 Fax No: (91-374) 2800533 Email: mmfd1@oilindia.in; materials@oilindia.in; erp_mm@oilindia.in Tender

More information

The scope of third party inspection shall be as under:

The scope of third party inspection shall be as under: The scope of third party inspection shall be as under: 1. The inspection is to be carried out as per the ordered specification ensuring original manufacturer s packing, Original manufacturer test certificates

More information

BHARAT HEAVY ELECTRICALS LTD. (TRANSMISSION BUSINESS GROUP) TERMS AND CONDITIONS FOR INDIGENOUS TENDER ENQUIRY

BHARAT HEAVY ELECTRICALS LTD. (TRANSMISSION BUSINESS GROUP) TERMS AND CONDITIONS FOR INDIGENOUS TENDER ENQUIRY BHEL/TBG/GTC/GIPS BHARAT HEAVY ELECTRICALS LTD. (TRANSMISSION BUSINESS GROUP) TERMS AND CONDITIONS FOR INDIGENOUS TENDER ENQUIRY This Format is to be submitted in original duly signed by bidder. Deviation,

More information