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

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

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

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

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

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

Oil India Limited (A Govt. of India Enterprise)

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

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

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

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

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

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

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

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

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 Enterprise) 4, India Exchange Place, 4 th floor, Kolkata , West Bengal (India)

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. SSG9727P19/04 DATE:

Tender No. Tender Date Bid Closing On Bid Opening On

REQUEST FOR QUOTATION

SECTION E SCHEDULE OF QUANTITIES AND RATES

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

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

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

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

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

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. SSG9493P19/03 Date:

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

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

SPECIAL COMMERCIAL TERMS AND CONDITIONS

INSTRUCTIONS TO BIDDERS

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

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

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

SGG5355P15 Procurement, Installation & Commissioning of Incinerators

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

INSTRUCTIONS TO BIDDERS

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

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

INSTRUCTIONS TO BIDDERS

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

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

INSTRUCTIONS TO BIDDER (ITB)

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

SECTION - II. SPECIAL TERMS AND CONDITIONS (Transformer)

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

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

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

GOVT. INDUSTRIAL TRAINING INSTITUTE, SECTOR-28-C, CHANDIGARH TENDER DOCUMENT

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

POLLUTION CONTROL BOARD : ASSAM BAMUNIMAIDAM, GUWAHATI Website :

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

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

GST related Corrigendum to GCC Rev 06

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

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

496, Udyog Vihar, Phase-III, Gurgaon Phone:

TENDER DOCUMENT FOR PURCHASE OF GENERATOR (50KVA)

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

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

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

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

BURN STANDARD COMPANY LIMITED

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

COCHIN SHIPYARD LTD. (A GOVERNMENT OF INDIA ENTERPRISE) KOCHI , INDIA

CORRIGENDUM ADDENDUM No.03 Dated To Tender No. SDG6101P18/09

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

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

Material Description Quantity UOM. - Monitor waterways 63mm size made out of M.S.(ASTM-A-106 Gr.B)-Seamless pipe, hot dip galvanized,

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

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

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

The scope of third party inspection shall be as under:

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

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

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

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

Quotation document for supply, installation and commissioning of Different Hardware and/or Software

Empanelment of Vendors for procurement of Batteries. Ref. No. ZOBGP/DIT/Batt. Proc/ /01 Date:13/01/2016

Central University of Orissa

NOTICE INVITING TENDER

Washed & Dried Silica Sand

TENDER. Enq. No. IIITMK/ 0641 /18 Date: 21/06/18 Due on : 27/06/2018 3PM

TENDER FOR. Supply and Installation of. Furnitures. BIT MESRA, Ranchi. Tender No.: RC/Fur. Tender date: 18th July, 2017

TENDER FOR. Supply and Installation of CNC MILL TRAINER MACHINE. in the Department of Production Engg. BIT MESRA, Ranchi. Tender No.

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

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

GENERAL TERMS AND CONDITIONS OF PURCHASE GENERAL TERMS AND CONDITIONS OF PURCHASE

: Ultra Filtration Cell 47 mm

INVITATION FOR QUOTATION. TEQIP-III/2017/uiet/Shopping/39

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

Section VIII. Special Conditions of Contract

NIT FOR TENDER NO. CGI 0949 P19

TECHNICAL OFFER (ENVELOPE I)

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

TRIPURA NATURAL GAS COMPANY LIMITED

Subject: Quotation for Automated Haematology Analyser

MADRAS FERTILIZERS LIMITED (A Govt. of India Undertaking) Manali, Chennai Ph.No:

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

Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan 786602, Assam Fax No. +91-374-2800533, E-mail : material@oilindia.in Page: 1/11 Tender No. & Date : DFD7487P08/09 10.12.2007 Tender Fee : INR 4,500.00 OR USD 100.00 Bid Security Amount : INR 210,000.00 OR USD 5,250.00 (or equivalent amount in any currency) Bidding Type Bid Closing on Bid Opening on Performance Guarantee : Two Bid : 12.03.2008 at 13:00 hrs. (IST) : 12.03.2008 at 13:00 hrs. (IST) : Applicable OIL INDIA LIMITED invites Global Tenders for items detailed below : Item No. / Mat. Code 10 0C000196 Material Description QTY. UOM FIRE FIGHTING WATER FOAM MONITOR, 152.4 MM (6 inch) x 7600 LPM (2000 GPM). 4 No. Each unit should consist of the following : 1.01 Six (6) inch Diameter, High Volume Long range fixed stand post type monitor of 2000 GPM Discharge capacity facility to give variable flow of 2000 GPM & 1000 GPM with Fog, Spray and Jet arrangement with water/water foam. The monitor is to be fixed type and to be mounted on stand post. It should be provided with Swivel Joints, Control Handle wheels for smooth rotation of 360 deg. In lateral direction,80 DEG upward and 45 DEG downward directions. Its working pressure should be in range of 7 Kg/cm2 to 10 Kg/cm2. The Monitor should have Flange Connections with stand post for easy disassembly. 1.02 Material of the Monitor : Schedule 40 Carbon Steel / Brass / Stainless steel. 1.03 Material of Nozzles : Nickle Plated Alluminium /Brass/St. steel 1.04 Material of Gears : Steel/Bronze/Brass/Stainless steel. 1.05 Throw : Min. 65-70 M horizontal throw at 7 Kg./Cm2 nozzle pressure. 1.06 K-Factor : 200 1.07 Friction Loss : Less than 10 PSI 1.08 Flange Material : Carbon Steel/Brass/Stainless Steel. 1.09 Welding : Radiography type (Min 10% radiography to be done) 1

STANDARD NOTES : 1.10 Monitor should have non-aspirating self-educating type nozzle. 1.11 Monitor should have SINGLE POINT `lifting eye for easy dismantling and transportation. 1.12 Approval : UL/UL listing/ FM approved. 1.13 Design/Application : MEETING NFPA REQUIREMENTS 1.14 separate Straight Tip Nozzle shall be supplied with each monitor. Note: Apart from main monitor body/assembly, the monitor is having three other part/item, such as variable flow nozzle, stand post and separate straight tip nozzle. Supplier shall have to confirm and produce UL/FM certificate covering each item. If any of the part/item is not covering by UL/FM certification, in that case, apart from general warranty clause, supplier will have to give special warranty of at least 10(ten) years performance and quality of workmanship of that particular part. 1.0 Bids are invited under Single Stage Two Bid System. Bidders shall quote accordingly under Single Stage Two Bid System. Bidder not complying with submission procedure mentioned in General Terms & Conditions of Global Tender (MM/GLOBAL/01/2005) will be rejected. 1.1 Bid Rejection Criteria (BRC)/Bid Evaluation Criteria (BEC) vide Annexure I shall be applicable to this Tender. 1.2 Technical Check-List and Commercial Check-list vide Annexure II should be filled-up and submitted along with the offer. 1.3 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. 1.4 All the relevant technical literature/catalogue, specification, Standers, Copy of ISI and other relevant (UL, FM) standard certificate etc. should be enclosed along with the bid. 1.5 Successful bidder to supply four sets of operation, maintenance & repair manuals indicating all components with schematic drawings etc. free of cost along with the supply. Bidder has to confirm the same in the bid. 1.6 Test and warranty certificate is to be provided along with the material. 2.0 Materials shall be brand new, unused & of prime quality. 3.0 Bidder should be the original equipment manufacturer (OEM) or authorized dealer of the OEM. 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 to quote against this tender. OEM also confirms that they will provide sales service and supply the spares uninterrupted for seven years for the quoted items. Offer without confirming above in the bid will be liable for rejection 2

4.0 Bidder should indicate the name of manufacturer & country of origin. 5.0 Third Party Inspection : Third Party Inspection is applicable against this tender. i) Inspection will be carried out by Third Party inspection agency in presence of our representative at supplier's works before dispatch of material. Such inspection however shall not relieve the supplier of his responsibility to ensure that the equipment supplied is free from all manufacturing defects and conforms to correct specification. Intimation must be sent to OIL at least 30 days in advance for inspecting the item at manufacturer s premises. ii) All to & fro air fares boarding & lodging etc. of OIL's Inspection personnel shall be to OIL's account. However, all facilities required for inspection / testing shall be provided by the successful bidder to OIL's Inspection personnel. iii) Scope of inspection will be as under : a) Performance test (discharge and throw) of the monitor as per order clause. b) Quality of workmanship and finish of the equipment. c) Verification of material of construction, test certificates etc. d) Verification of the UL/FM certificates etc. with regards to model and other details as per order clause. iv) The Third Party Inspection agency must be OIL's authorised / recognised inspecting agencies i.e. Lloyds/ RITES/ Bureau Veritas/ IRS/DNV/Tuboscope Vetco. v) Third party inspection charges as well as Inspection & Testing charges by OIL shall be quoted separately which will be considered for bid evaluation purpose. (Note : For other terms and conditions please refer Clause No. 7.9 in Section `A of our General Terms & Conditions for Global Tender MM/GLOBAL/01/2005 enclosed.) 6.0 Warranty / Guarantee : The offered items/complete unit, in the event of an order, must be under guarantee / warrantee by the bidder for a minimum period of not less than 18 months from the date of despatch or 12 months from the date of successful commissioning of the complete unit at site whichever is earlier. Defective goods / materials or parts notified by OIL to the Seller shall be replaced immediately by the Seller on F.O.R destination basis including payment of all taxes and duties at Seller's expense. This guarantee shall survive and hold good not-withstanding inspection, payment for and acceptance of the goods. 7.0 Oil India Purchase Order No. must be engraved on the body of the item. Bidder must confirm the same categorically in their quotation. 8.0 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. 9.0 Spares list for whole unit for 2 (two) year trouble free operation and maintenance must be quoted in their bids. While quoting for these spares the bidders must take in to account the consumption pattern of the spares as deemed fit. The spares list shall contain the details about the part numbers, name of manufacturer, quantity, individual prices and list of possible sources for all the spares quoted. However, the cost of these spares will not be considered for bid evaluation purpose. 3

10.0 Payment : Payment will be released as per the clauses mentioned in Section B or Section C of our General Terms & Conditions for Global Tender MM/GLOBAL/01/2005 enclosed. 11.0 If any of the clauses in the BRC/BEC contradict with other clauses of NIT elsewhere, then the clauses in the BRC will prevail. 12.0 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. 13.0 Bid Security Clause No. 9.8.2 (under Exemption of Bid Security) of Section A of the General Terms & Conditions for Global Tender (Refer Document No. MM/GLOBAL/01/2005) stands deleted. 14.0 For other terms and conditions please refer our General Terms & Conditions for Global Tender MM/GLOBAL/01/2005 enclosed. Contd..5 4

ANNEXURE-I BID REJECTION CRITERIA (BRC) / BID EVALUATION CRITERIA (BEC) : (I) BID REJECTION CRITERIA (BRC) The bids must conform to the specifications and terms and conditions given in the tender. Bids shall be rejected in case the item(s) offered do not conform to the required minimum/maximum parameters stipulated in the technical specifications and to the respective international / national standards wherever stipulated. Notwithstanding the general conformity of the bids to the stipulated specifications and terms and conditions, the following requirements shall have to be particularly met by the bidders, without which the offer will be considered as non-responsive and rejected : (A) TECHNICAL : 1.0 Diameter of the foam water monitor of 2000 gpm capacity should not be more than 6 inch. 2.0 Discharge volume of the foam/ water monitor should not be less than 2000 gpm. 3.0 The bidder should be the manufacturer of the Foam Water Monitor of 2000 GPM of self inducting & non aspirating type or should have specific authorization directly in their name from the principle for marketing and providing services for the territory of India. Proof of authorization should be produced. 4.0 The main monitor shall have UL/ FM approval. 5.0 The bidder should produce copy of the approval certificate covering all the parts/items as per the specification from the approving authority( i.e UL/ FM) of the tendered monitor either in their name or in the name of their principle. 6.0 The bidder / principle should have successfully supplied / demonstrated foam water monitor of 2000 GPM of self inducing & non aspirating type with in the last five years at least to two major reputed companies and proof of the same should be submitted. 7.0 Bidder/ principle shall have minimum five years track record / experience of supplying high volume long range foam water monitor of 2000GPM capacity. 8.0 Detailed catalogue including design / features of quoted items to be submitted alone with the offer. (B) COMMERCIAL : 1.0 Bids are invited under Single Stage Two Bid System. Bidders shall quote accordingly under Single Stage Two Bid System. Bidder not complying with submission procedure mentioned in General Terms & Conditions of Global Tender (MM/GLOBAL/01/2005) will be rejected. 2.0 Bid security of US $ 5250 or Rs. 2,10,000 shall be furnished as a part of the TECHNICAL BID. Any bid not accompanied by a proper bid security in ORIGINAL will be rejected without any further consideration. For exemption for submission of Bid Security, please refer Clause No. 9.8 (Section A) of General Terms and Conditions for Global Tender vide MM/GLOBAL/01/2005 (enclosed). The Bid Security shall be valid for 240 days from the date of bid opening. 5

3.0 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 successful 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. 4.0 Successful bidder will be required to furnish a Performance Bank Guarantee @10% of the order value. The Performance Bank Guarantee must be valid for one year from the date of successful commissioning of the equipment or 18 months from the date of shipment whichever is earlier. Bidder must confirm the same in their Technical Bid. Offers not complying with this clause will be rejected. 5.0 Validity of the bid shall be minimum 6 month (180 days). Bids with lesser validity will be rejected. 6.0 Bidders are required to submit the summary of the prices in their commercial bids as per bid format ( Summary ), given below : (i) Commercial Bid Format ( SUMMARY ) for Foreign Bidders : (A) Total material cost of 4 Nos. Foam Water Monitor with accessories (B) Third Party Inspection charges (C) Inspection & Testing charges by OIL (D) Packing & FOB Charges (E) Total FOB Port of Shipment value (F) Ocean Freight Charges upto Kolkata, India (G) Insurance Charges (H) Total CIF Kolkata value (I) Total Value (J) Total value in words : (K) Gross Weight : (L) Gross Volume : (ii) Commercial Bid Format ( SUMMARY ) for Indigenous Bidders : (A) Total material cost of 4 Nos. Foam Water Monitor with accessories (B) Third Party Inspection charges (C) Inspection & Testing charges by OIL (D) Packing and Forwarding Charges (E) Total Ex-works value (F) Excise Duty with Applicable Cess, (Please indicate applicable rate of Duty) (G) Sales Tax, (Please indicate applicable rate of Tax) (H) Total FOR Despatching station price, ( E + F + G ) above (I) Road Transportation charges to Duliajan (J) Insurance Charges (K) Total FOR Duliajan value, ( H + I + J ) above (L) Total value in words : (M) Gross Weight : (N) Gross Volume : NOTE : 1. Cost of individual items must be quoted separately. 6

2. The items 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. Indigenous bidders shall be eligible for Deemed Export and should quote Deemed Export prices. Excise Duty under Deemed Export exempted. 7.0 Pre-despatch/Shipment Inspection 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. (II) BID EVALUATION CRITERIA (BEC) : The bids conforming to the specifications, terms and conditions stipulated in the Tender 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 with the Technical Bid. (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 Tender 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 4 Nos. Foam Water Monitor with accessories 7

(B) (C) (D) (E) (F) (G) (H) (I) (J) Third Party Inspection charges Inspection & Testing charges by OIL Packing & FOB Charges Total FOB Port of Shipment value Ocean Freight Charges upto Kolkata, India Insurance Charges @ 1% of Total FOB Value Banking Charges @ 0.5% of Total FOB Value 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 Total Value, ( I ) 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) (B) (C) (D) (E) (F) (G) (H) (I) (J) (K) (L) Total material cost of of 4 Nos. Foam Water Monitor with accessories Third Party Inspection charges Inspection & Testing charges by OIL Packing and Forwarding Charges Total Ex-works value Excise Duty with Applicable Cess, Sales Tax, as applicable Total FOR Despatching station price Road Transportation charges as per quote Insurance Charges@0.5% of Total FOR Despt Station Value Total FOR Duliajan value, ( H + I + J ) above Total Value, ( K ) 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 actual, which ever less subject to 30 % local content norms is 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 Tender shall be as per General Terms and Conditions for Global Tender vide MM/GLOBAL/01/2005. However, if any of the Clauses of the Bid Rejection Criteria / Bid Evaluation Criteria (BEC / BRC) contradict the Clauses of the tender and/or MM/GLOBAL/01/2005 elsewhere, those in the BEC / BRC shall prevail. Contd..9 8

ANNEXURE II CHECK LIST ( A) TECHNICAL CHECK LIST Sl.# REQUIREMENT COMPLIANCE 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 materials, Yes/No workmanship & manufacture and shall be in full conformity with ordered 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 along with special warranty,if any? 4. Whether the defective item/parts, if any, rejected by us will be replaced by Yes/No you free of cost? 5. Whether you have enclosed UL/FM certificate along with the bid? Yes/No 6. Whether original company technical catalogues, literature and drawings Yes/No indicating exploded view and dimensions with part numbers for the offered items are forwarded? 7. Whether you have mentioned the name of manufacturer, country of origin Yes/No and port of shipment? 8. Whether testing would be done as per UL/FM standard. Yes/No 9. Whether you have quoted as original manufacturer (OEM)? Yes/No 10. 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? 11. Whether Operation and maintenance manual for the item would be provided Yes/No along with the supply? 12. Whether services manual and part list book with exploded view for the item Yes/No would be provided along with the supply? 13. Whether deviations if any, are specified separately?. Yes/No 14. Whether the name of manufacturer & country of origin indicated? Yes/No 15. Whether the authorization from OEM together with warranty back-up Yes/No enclosed? 16. Whether the offer is covered the complete scope of this tender. Yes/No Offer Ref : Dated OIL s Tender No. Signature For & on behalf of Designation 9

( 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 COMPLIANCE 1. Whether Original Signed quotation submitted? YES/NO 2. Whether Fax / E-mail quotation submitted? FAX / E-MAIL offer not YES/NO acceptable. 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 YES/NO manufacturer 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 Two Bid System System? YES/NO 8. Whether ORIGINAL Bid Bond(not copy of Bid Bond) enclosed with the YES/NO offer? If 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 180 days from the date of closing of YES/NO tenders? 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 6.0 of BRC YES/NO vide Annexure I) 17. Whether all the items of 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. Whether Recommended Spares with price for 2 years of quoted? YES/NO 21. Whether confirmed that all spares & consumables will be supplied for a YES/NO minimum period of 10 years? 22. For Foreign Bidders - Whether offered FOB / FCA port of despatch YES/NO including sea / air worthy packing & forwarding? 23. For Foreign Bidders Whether port of shipment indicated. To specify: YES/NO 24 For Foreign Bidders only - Whether indicated ocean freight up to Kolkata port (Excluding marine insurance )? 10

25. 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 26. Whether weight & volume of items offered indicated? YES/NO 27. Whether confirmed to submit PBG as asked for in NIT? YES/NO 28. Whether agreed to submit PBG within 30 days of placement of order? YES/NO 29. For Indian bidders Whether place of dispatch indicated in the offer? To YES/NO specify : 30. For Indian bidders Whether road transportation charges up to Duliajan YES/NO quoted? 31. For Indian Bidders only - Whether offered Ex-works price including YES/NO packing/forwarding charges? 32. For Indian Bidders only - Whether offered Deemed Export prices? YES/NO 33. Whether quoted prices are exclusive of Excise duty? YES/NO 34. For Indian bidders only whether import content indicated in the offer? YES/NO 35. For Indian Bidders only - whether all Taxes have been indicated YES/NO categorically? 36. Whether all BRC/BEC clauses are accepted? YES/NO Offer Ref... Dated... OIL's Tender No..... Signed... For & on behalf of...designation... ******************************************* 11