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

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

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

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

Oil India Limited (A Govt. of India Enterprise)

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

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

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

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

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

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

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. Tender Date Bid Closing On Bid Opening On

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

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

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

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

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

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

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

SECTION E SCHEDULE OF QUANTITIES AND RATES

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

REQUEST FOR QUOTATION

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

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

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

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

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

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

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

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

SGG5355P15 Procurement, Installation & Commissioning of Incinerators

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

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

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

SPECIAL COMMERCIAL TERMS AND CONDITIONS

INVITATION TO e-bid UNDER SINGLE STAGE TWO BID SYSTEM

INSTRUCTIONS TO BIDDER (ITB)

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

INSTRUCTIONS TO BIDDERS

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

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

INSTRUCTIONS TO BIDDERS

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

INSTRUCTIONS TO BIDDERS

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

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

INVITATION TO e-bid UNDER SINGLE STAGE COMPOSITE BID SYSTEM. : Bid should be valid for 90 days from bid closing date.

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

NIT for Tender No. GCO 8524 P19

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

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

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

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

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

BHARAT HEAVY ELECTRICALS LIMITED

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

BURN STANDARD COMPANY LIMITED

INSTRUCTIONS TO TENDERERS

SECTION - II. SPECIAL TERMS AND CONDITIONS (Transformer)

Bid Closing On Bid Opening On Bid Type Bid Security Amount Performance Guarantee

NIT for Tender No. CGI 9352P19

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

POLLUTION CONTROL BOARD : ASSAM BAMUNIMAIDAM, GUWAHATI Website :

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

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

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

BHARAT HEAVY ELECTRICALS LTD., RC.PURAM, HYDERABAD

INVITATION FOR QUOTATIONS FOR SUPPLY OF EQUIPMENT THIS INVITATION DULY SIGNED ON ALL PAGES SHOULD BE ATTACHED WITH THE QUOTE

Central Purchase unit National Institute of Technology Srinagar (J&K) Tel: / / / Fax:

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

NIT FOR TENDER NO. CGI 9507 P19

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

Central University of Orissa

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

NIT FOR TENDER NO. CGI 3644 P17

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

FOR BID NATIONAL COMPETITIVE BID

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

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

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

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

INVITATION TO e-bid UNDER SINGLE STAGE TWO BID SYSTEM

Tender No. 15 / Date: TENDER NOTIFICATION. Security Deposit (in Rupees) 1. Pulse Oximeter / /-

E-Tender No.SDG9926P19/06 Page 1 of 38

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

1) OIL RESERVES THE RIGHT TO REVIEW THE QUANTITY BEFORE OPENING THE PRICE BID.

PURCHASE ENQUIRY HINDUSTAN COPPER LIMITED. Enq. No Date : Indent No. PR-5557 dated

GST related Corrigendum to GCC Rev 06

OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India) TENDER NO. SSG 3437P17/05 DATE:

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

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

GST NO: 36AAACT8873F1Z1

ADVANCED TECHNICAL TRAINING

Sub: Notice inviting open tender for sale of Blooms 150x150mm, Blooms 200x200 mm - reg

INVITATION FOR QUOTATION. TEQIP-II/2013/WB2G02/Shopping/80

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

NOTICE INVITING QUOTATIONS

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

INVITATION FOR QUOTATION. TEQIP-III/2018/uceo/Shopping/10

Transcription:

IMPORTANT NOTE BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL HAVE TO PURCHASE THE TENDER DOCUMENTS FROM ANY OF OIL S DESIGNATED OFFICES GIVEN BELOW. BID DOCUMENTS (NON- TRANSFERABLE) CAN BE PURCHASED TILL ONE DAY PRIOR TO THE RESPECTIVE BID CLOSING DATE ON PAYMENT OF TENDER FEE (NON-REFUNDABLE) OF US$ 100.00 OR RS. 4,500.00 (EXCEPTING PSUS AND SSI UNITS) FROM : (A) HEAD - MATERIALS, OIL INDIA LIMITED, P.O. DULIAJAN, ASSAM - 786602 (B) HEAD - CALCUTTA BRANCH, OIL INDIA LIMITED, 4-INDIA EXCHANGE PLACE, KOLKATA - 700001 (C) SENIOR ADVISER (CONTRACT & PURCHASE), OIL INDIA LIMITED PLOT NO.19, SECTOR - 16A NOIDA - 201301 PROOF OF PURCHASE OF TENDER DOCUMENTS MUST BE SUBMITTED ALONG WITH THE OFFER, FAILING WHICH OFFERS WILL BE TREATED AS UNSOLICITED. 0

Page : 1 / 9 OIL INDIA LIMITED (A Govt. of India Enterprise) P.O. Duliajan-786602, Assam. Fax No. 91-374-2800533, E-mail:material@oilindia.in Tender No. & Date : DFD7227P08/09 16.11.2007 Tender Fee Bid Security Amount : INR : INR 4,500.00 210,000.00 OR USD OR USD (or equivalent Amount in any currency) 100.00 4,600.00 Bidding Type : Single Bid (Composite Bid) Bid Closing On Bid Opening On : 30.01.2008 at 13:00 hrs. (IST) : 30.01.2008 at 13:00 hrs. (IST) Performance Guarantee : Applicable OIL INDIA LIMITED invites Global tenders for items detailed below: Item No./ Mat. Code 10 0C000306 Material Description Quantity UOM HEXAGONAL KELLY CONFORMING TO API SPEC 7 & BEARING THE API MONOGRAM MARK, MANUFACTURED FROM AISI 4145 H API MODIFIED ALLOY STEEL FROM SPECIALLY STRAIGHTENED KELLY BARS, FULL LENGTH QUENCHED AND TEMPERED, BRINELL HARDNESS: 285-341, AND WITH THE FOLLOWING SPECIFICATION: 5 NO 20 0C000306 NOMINAL SIZE : 5.1/4" (133.4 MM) OVERALL LENGTH : 40 FT. (12.19 M) LENGTH OF DRIVE SECTION : 37 FT. (11.28 M) WIDTH ACROSS FLATS : 5.1/4" (133.4 MM) WIDTH ACROSS CORNERS : 5.9" (149.86 MM) INSIDE DIAMETER : 2.13/16" (71.44 MM) UPPER UPSET: 7.3/4" (196.85 MM) OD X 16" (406.4 MM) LENGTH WITH 6.5/8" API REG. LEFT HAND BOX-UP CONNECTION LOWER UPSET: 6.3/8" (161.92 MM) OD X 20" (508.0 MM) LENGTH WITH NC50 (4.1/2" API IF) RIGHT HAND PIN DOWN CONNECTION. THE CONNECTION SHALL BE WITH STRESS RELIEF GROOVES AND WITH COPPER PLATED OR COLD ROLLED PHOSPHATISED THREADS, COMPLETE WITH PRESSED STEEL PROTECTORS ON BOTH ENDS. THE KELLYS SHALL BEAR THE API MONOGRAM MARK AND SHOULD BE SUPPLIED IN 8.5/8" (219.075 MM) OD STEEL SHIPPING SCABBARD AND SECURED PROPERLY. HEXAGONAL KELLY CONFORMING TO API SPEC 7 & BEARING THE API MONOGRAM MARK, MANUFACTURED FROM AISI 4145 H API MODIFIED ALLOY STEEL FROM SPECIALLY STRAIGHTENED KELLY BARS, FULL LENGTH QUENCHED AND TEMPERED, BRINELL HARDNESS: 285-341, AND WITH THE FOLLOWING SPECIFICATION: 2 NO

Page : 2 / 9 Tender No. & Date : DFD7227P08/09 16.11.2007 Item No./ Mat. Code Material Description Quantity UOM NOMINAL SIZE : 6" (152.4 MM) OVERALL LENGTH : 40 FT. (12.19 M) LENGTH OF DRIVE SECTION : 37 FT. (11.28 M) WIDTH ACROSS FLATS : 6" (152.4 MM) WIDTH ACROSS CORNERS : 6.812" (173.02 MM) INSIDE DIAMETER : 3.1/2" (88.90 MM) UPPER UPSET: 7.3/4" (196.85 MM) OD X 16" (406.4 MM) LENGTH WITH 6.5/8" API REG. LEFT HAND BOX-UP CONNECTION LOWER UPSET: 7" (177.80 MM) OD X 20" (508.0 MM) LENGTH WITH NC50 (4.1/2" API IF) RIGHT HAND PIN DOWN CONNECTION. THE CONNECTION SHALL BE WITH STRESS RELIEF GROOVES AND WITH COPPER PLATED OR COLD ROLLED PHOSPHATISED THREADS, COMPLETE WITH PRESSED STEEL PROTECTORS ON BOTH ENDS. THE KELLYS SHALL BEAR THE API MONOGRAM MARK AND SHOULD BE SUPPLIED IN 10.3/4" (273.05 MM) OD STEEL SHIPPING SCABBARD AND SECURED PROPERLY. NOTE FOR KELLYS ( APPLICABLE FOR BOTH THE ITEMS ABOVE): 1. The kellys shall be manufactured from AISI 4145 H API modified alloy steel, full length quenched and tempered. Brinell hardness should be in the range of 285-341. The kellys should be manufactured from special straightened Kelly bars and inspected thoroughly. 2. The kellys shall be brand new, unused, free from all defects, of recent manufacture and in full conformance to API Spec. 7 & API RP7G. Details of the kelly along with a copy of valid API Spec 7 certificate must be forwarded along with the quotation. 3. Bidders shall indicate the name of manufacturer & country of origin while quoting. 4. Marking shall be done as per API Spec 7, i.e. kellys shall be die-stamped on the OD of the upper upset with the manufacturer's name or mark, the API monogram and the size & style on connection. The lower pin connection shall be die-stamped "NC-50" (4.1/2 IF). Additionally the Purchase Order No. & date is to be paint stenciled on the scabbard. Bidders shall confirm compliance to the same while quoting. 5. The exterior of the kelly should be painted as preventive against rust. Threads should be doped with lubricant as per API Spec 7. 6. Threading & gauging should be done in accordance with API Spec. 7. 7. Standard mill test certificates are to be provided with the shipment of material (if ordered) & the bidder is to confirm the same while quoting. 8. Relevant catalogue, literature, drawing etc. having detailed materials composition must be forwarded along with the quotation for the offered kellys. 9. Bidders should indicate their best possible delivery schedule.

Page : 3 / 9 Special Notes : 1. Bids are invited under Single ( Composite) Bid System. 2. Bid Rejection Criteria (BRC) and Bid Evaluation Criteria (BEC) applicable to this tender is enclosed vide Annexure -I. 3. Technical Check list and Commercial Check list vide Annexure - II must be filled-up and submitted along with the bid. 4. The offered items must be new, of recent make, of the best & workmanship quality. Bidder to confirm the same. 5. Bidder should quote minimum FOB charges for partial order for reduces quantity. 6. Bidder should enclose relevant technical literature/catalogue along with their offer. 7. In case the bibber is not Original Equipment Manufacturer (OEM), proper authorization certificate ( in original ) is required with a back up Warranty and Guarantee from the OEM including a valid copy of API Spec. 7. 8. Bidders are to mention the name of the Original Equipment Manufacturer and country of origin in their quotation. 9. The offered items, in the event of an order, must be warranted for any manufacturing defects, workmanship, for a period of not less than 18 months from the date of dispatch/shipment or 12 month from the date of successful commissioning whichever is earlier and bidder shall confirm replacement of defective item, at their own expense within this period. Bidder to confirm the same while quoting. 10. Successful bidder shall required to submit Performance Bank Guarantee @ 10 % or order value. 11. The items covered by this tender shall be used by Oil India Limited in the PEL/ML areas which are issued/renewed after 01/04/99 and hence Nil Customs Duty during import will be applicable. 12. 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. 13. Oil India Purchase Order No. must be engraved on the body of the item. Bidder must confirm the same categorically in their quotation. 14. 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. 15. For other terms and conditions please refer our General Terms & Conditions for Global Tender MM/GLOBAL/01/2005 enclosed Contd.. Page 4

Tender no.dfd7227p08/09 Page : 4/10 BID REJECTION CRITERIA (BRC) / BID EVALUATION CRITERIA (BEC) (I) BID REJECTION CRITERIA (BRC) ANNEXURE-I 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. Offer without valid API spec. 7 certificates shall be considered as non-responsive and rejected. 2. The bids received without confirmation that the offered Kelly would be manufactured from AISI 4145 H API modified alloy steel, full length quenched & tempered and with Brinell hardness in the range of 285-341 will be rejected. 3. The bids received without confirmation that the offered Kelly would be manufactured from special straightened Kelly bars and inspected thoroughly will be rejected. 4. The bids received without confirmation that the offered Kelly would be of recent manufacture and in full conformance to API Spec. 7 & API RP7G will be rejected 5. The Kellys shall be under guarantee / warrantee by the bidder for a minimum period of 18 months from the date of dispatch or 12 months from the date of successful commissioning at site whichever is earlier, and bidder shall confirm replacement of defective item, at their own expense within this period. Failure on the part of the bidder to confirm the above will be treated as non-responsive and rejected (B) COMMERCIAL : 1.0 Bids are invited under Single ( Composite) Bid System. Bidders shall quote accordingly under Single ( Composite) Bid System. Bids shall be prepared in triplicate and the same should be kept in one envelope, duly sealed, superscribing the Tender No., Brief Material Description and Bid Closing Date on the cover. Any offer not complying with the above shall be rejected straightway. 2.0 Bid security of US $ 4,600 or Rs. 2,10,000 shall be furnished as a part of the 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.

Tender no.dfd7227p08/09 Page : 5/10 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 The Kellys shall be under guarantee / warrantee by the bidder for a minimum period of 18 months from the date of dispatch or 12 months from the date of successful commissioning at site whichever is earlier, and bidder shall confirm replacement of defective item, at their own expense within this period. Failure on the part of the bidder to confirm the above will be treated as non-responsive and rejected. 5.0 Successful bidder will be required to furnish a Performance Bank Guarantee @10% of the order value. The Performance Bank Guarantee must be valid for one year from the date of successful commissioning of the material or 18 months from the date of shipment whichever is earlier. Bidder must confirm the same in their 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. 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 interlineation, erasures or overwriting except as necessary to correct the errors made by the bidder, in which case, such corrections shall be initiated by the person(s) 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 bids as per bid format ( Summary ), given below : (i) Commercial Bid Format ( SUMMARY ) for Foreign Bidders : (A) Total material cost of Kelly (B) Packing & FOB Charges (C) Total FOB Port of Shipment value, ( A + B ) above (D) Ocean Freight Charges upto Kolkata, India (E) Insurance Charges (F) Total CIF Kolkata value, ( C + D + E ) (G) Total value in words : (H) Gross Weight : (I) Gross Volume (ii) Commercial Bid Format ( SUMMARY ) for Indigenous Bidders : (A) (B) (C) Total material cost of kelly Packing and Forwarding Charges Total Ex-works value (A + B ) above

Tender no.dfd7227p08/09 Page : 6/10 (D) Excise Duty with Education Cess, (Please indicate applicable rate of Duty) (E) Sales Tax, (Please indicate applicable rate of Tax) (F) Total FOR Despatching station price ( C + D + E ) above (G) Road Transportation charges to Duliajan (H) Insurance Charges (I) Total FOR Duliajan value ( F + G +H ) above (K) Total value in words : (L) Gross Weight : (M) Gross Volume : Note : Since the materials covered by 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. (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 : 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. (B) COMMERCIAL : 1.0 The evaluation of bids will be done as per the Price Schedule (SUMMARY) detailed vide Para 12.0 of BRC. 2.0 If there is any discrepancy between the unit price and the total price, the unit price will prevail and the total price shall be corrected. Similarly, if there is any discrepancy between words and figure, the amounts in words shall prevail and will be adopted for evaluation. 3.0 For conversion of foreign currency into Indian currency, B.C. selling (Market) rate declared by State Bank of India, one day prior to the date of price bid opening shall be considered. However, if the time lag between the opening of the bids and final decision exceed 3(three) months, then B.C. Selling(Market) rate of exchange declared by SBI on the date prior to the date of final decision shall be adopted for conversion and evaluation. 4.0 Offers not complying with the payment terms indicated in the enquiry shall be loaded with one percent above the prevailing Bank rate (CC rate) of State Bank of India for evaluation purpose. 5.0 To ascertain the inter-se-ranking, the comparison of the responsive bids will be made as under, subject to corrections / adjustments given herein. 5.1 When only foreign bids are involved : Comparison of bids will be done on the basis of "Total Value" which is estimated as under : (A) Total material cost of Kelly (B) Packing & FOB Charges (C) Total FOB Port of Shipment value ( A + B ) above

Tender no.dfd7227p08/09 Page : 7/10 (D) (E) (F) (G) (H) Ocean Freight Charges upto Kolkata, India Insurance Charges @ 1% of Total FOB Value vide ( C ) above Banking Charges @ 0.5% of Total FOB Value vide ( C ) above in case of payment through Letter of Credit ( If confirmed L/C required, 1.5% of Total FOB Value will be loaded ) Total CIF Kolkata Value ( C +D + E + F ) above Total Value ( G ) above Note : Banking charge in the country of the foreign bidder shall be borne by the bidder. 5.2 When only domestic bids are involved : Comparison of bids will be done on the basis of "Total Value" which is estimated as under : (A) Total material cost of Kelly (B) Packing and Forwarding Charges (C) Excise Duty with Education Cess,if applicable ( on A + B ) (D) Total Ex-works value,( A + B + C ) above (E) Sales Tax, as applicable on ( D ) above (F) Total FOR Despatching station price ( D + E ) above (G) Road Transportation charges as per quote (H) Insurance Charges@0.5% of Total FOR Despt Station Value ( F ) above (I) Total FOR Duliajan value, ( F + G + H ) above (K) Total Value, ( I ) above 5.3 When both Foreign and Domestic bids are involved : The Total Value of domestic bidder (inclusive of customs duty on imported raw material and components etc, and applicable terminal excise duty on the finished products and Sales Tax) excluding inland transportation to destination and Insurance charges worked out as per Para 5.2 above and Total Value of the foreign bidder worked out as per Para 5.1 above excluding inland transportation to destination will be compared. No price preference will be allowed to indigenous bidders except that for capital goods, the domestic manufacturers would be accorded a price preference to offset CST to the extent of 4 % or 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. 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.

Tender no.dfd7227p08/09 Page : 8/10 ( A) TECHNICAL CHECK LIST CHECK LIST ANNEXURE II Sl.# REQUIREMENT COMPLIAN CE 1. Whether the items would be brand new, unused & of prime quality? Yes/No 2. Whether the item would be free from all defects & fault in material, Yes/No workmanship & manufacture and shall be in full conformity with Tender specifications? 3. Whether warranty would be for 18 months from date of receipt or 12 Yes/No months from date of commissioning of the items? 4. Whether the defective item/ parts, if any, rejected by us will be replaced by Yes/No you free of cost? 5. Whether the item would be manufactured as per API spec. as specified? Yes/No 6. Whether you have forwarded API spec. certificate as specified along with Yes/No the quotation? 7. Whether original company technical catalogues, literature and drawings Yes/No indicating exploded view and dimensions with part numbers for the offered items are forwarded? 8. Whether you have mentioned the name of manufacturer, country of origin Yes/No and port of shipment? 9. Whether purchase order number and manufacturer s name would be diestamped Yes/No on the item? 10. Whether testing and marking would be done as per API Spec.? Yes/No 11. Whether you have quoted as original manufacturer (OEM)? Yes/No 12. Whether you (other than OEM) have forwarded the copy of authorization Yes/No letter from the original manufacture to sell their products to OIL INDIA LIMITED? 13. Whether Operation and maintenance manual for item would be provided Yes/No along with the supply? Offer Ref : Dated OIL s Tender No. Signature For & on behalf of Designation

Tender no.dfd7227p08/09 Page : 9/10 ( B ) COMMERCIAL CHECK LIST ANNEXURE II 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 COMPLIAN CE 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 YES/NO confirming that bidder is their authorized Supply House for the product offered? (b) Whether manufacturer s back-up Warranty/Guarantee certificate YES/NO submitted 7. Whether bid submitted under Single ( Composite) Bid System? YES/NO 8. Whether ORIGINAL Bid Bond(not copy of Bid Bond) enclosed with the offer? If YES/NO YES, provide details (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 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 vide Annexure I) YES/NO

17. Whether all the items/ Full quantity of the tender quoted? YES/NO 18. Whether indicated the country of origin for the items quoted? YES/NO 19. Whether technical literature / catalogue enclosed? YES/NO 20. For Foreign Bidders - Whether offered FOB / FCA port of despatch YES/NO including sea / air worthy packing & forwarding? 21. For Foreign Bidders Whether port of shipment indicated. To specify: YES/NO 22 For Foreign Bidders only - Whether indicated ocean freight up to C&F YES/NO Kolkata port (Excluding marine insurance )? 23. 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 24. Whether weight & volume of items offered indicated? YES/NO 25. Whether confirmed to submit PBG as asked for in NIT? YES/NO 26. Whether agreed to submit PBG within 30 days of placement of order? YES/NO 27. For Indian bidders Whether place of dispatch indicated in the offer? To YES/NO specify : 28. For Indian bidders Whether road transportation charges up to Duliajan YES/NO quoted? 29. For Indian Bidders only - Whether offered Ex-works price including YES/NO packing/forwarding charges? 30. For Indian Bidders only - Whether offered Deemed Export prices? YES/NO 31. Whether quoted prices are exclusive of Excise duty? YES/NO 32. For Indian bidders only whether import content indicated in the offer? YES/NO 33. For Indian Bidders only - whether all Taxes have been indicated categorically? YES/NO 34. Whether all BRC/BEC clauses are accepted? YES/NO Offer Ref... Dated... OIL's Tender No..... Signed... For & on behalf of...designation... DFD7227P08/09 ******************************************