Home

SDI8159P16 - Oil India Limited

image

Contents

1. 250 BELLY PLATE 1950 X 200 x 22 VERT 700 150 x i lp SR ope e DE 5 x 700 x 629 an ul lese BASE 2 1750 3 x 150 x10 e EE 1 0 m nd M t m tvm rH sem S tS He Ha Mang RAE ek i qti erm e t e o 26 BASE SKID _ 26 Skip MEMPER ISMB 500 x 140 x11 350 LG FABRICATED AND WELDED BOLTED ON NGO i EXT 6 FisH PLATE P t lef 22 gt E po ES n 5 x325 0 BOLTED ON IT NO 1 II ES E d i 274 lLues 5 x 60 Fae eo Ee 27 120 MS BAR x 450 LG DE peces D 6 7 7 as rere eer TE co y 28 BRACKET DRG 54 Spe oon E A EE eS nS VENE ee are m 28 IBRACKET 40x6 F S x 220 LG Lea Kast d fame 28b M S CLAMP 20x 3 15 TK 100 LG FORT PIPE _ ne Pu WELDED ON IT NO L S Eee Tx rmm mme pee ca apa ma Tego Lun I Ae RATED IHE m t qnem m nM R arme mmt mtem Amm munem mmm emn inm mn Hn
2. t qose gn memes CY org ama m bs wp LED t roten mp es biduo r i PY m 1 Yo d ne F Y 1 x 4 god Ya ye a 5 a a ro ae NT _ i gt as J i y i t NE E 330 2 n ONT 5NiL3I1 30 Tivi3d 330 1 aims asya 40 W130 713 5 NO S W wp Zi 9n1 SSW WW OS coc eee eS ee Pe epee er ee i ie Ra yo GaTusa 2 91 HLGIM GINS 0002 A o IL eS oe M dOL NO YANIS 18 X SLX SL 5 W xL ZI s310H vid 02 22 7 M3IA ONJ NOILVA313 OSscll GINS 0002 SzOv Scov T o e Ob gins aSv 071 005 OOS 9051 M M 130 Z i j 335 3 NO 03013A 38 01 E 2 430 E 1 7355 NO 38 01 v2 d NI SO 1 De Tyr T E EET E S 2 a Q Se 002 M RA
3. 109 R M ence ey OIE ST OL SNQILYIIIddY aUNSSAUd NON i a Yo E MEER ALINYNS 922 SI OL SAVNA rhe 0553 NON 4341S v2 u9 700 ST OL AUNSSAUd 25 239 3d00 SwS v SV aneisNoo ad 3uV ONITLNWIS 13993 aut 1 S310N 2 E 7 E 3 ae i t WAN DNIGIEM E x IM OLS WANG ae Gy yee adi _ DIWINSSNOS iot w 91 MOG TS 06 1M 15 d i ET ONG Es _ avos OST 7 a a SNOILDAINNOD SSIW OL WIGAN WOU quib5vis 9 gabKOudd 1 Q39Nvuuv SWVAS IWNIGNLISNOT a TEE E E 5 j 5 MS z s z PORE IR 0 CA WOHd ONDOOl E T POS TUITION EE AW PUT REE OR FTCA Eg ODT REUS 2 i 25 T T 3 y i H 2 A f a E S 1 xz D umo cust ie PUNTOS p AES nu f ee LR n EE far a T PO RE TTC VF SUP ur tc Qe EE SF ee E S 3 yr a a LAE PE C r 1 de ai E dani d RE ELS GE CCELI CO LC LES ANPE
4. E Gane na ns fwa fwa poa lec d pen n RE 2 5 05 17451 227012850 to 5270 4525 AT451 907685 1 MAE Ww 34 98 4760 f ORD RSE TT KS FOR 8 HALF COUPLING COUPLING M DUE TAA 9 S095 365 74 20 11 45 16 1054105 MP phot NC Sc Kun om 2 COUPLING 3 es ee en Reena bo a gems m ES L L Emec ec naro i wi gt 2 deme em nns ae 7 Wes eere mt meme tm Puppen IDA FP Wu Dens Dr item IT wes es pum gsshiovasyosrsi seo um e t T SEC CDU NO ize gt TEn F ue s Hn MATERIAL NEOPRENE RUBBER OASKET gt SH DNESS 5 5 j 7 ict p qu aM MALE C su c IE HT Oe a E HORE HARDNESS G87 St A 70 25 0 2270 99 liss 39 HE ODO UNTO a Y D E FOR ior AY bg a f um SERMO NE A PNE E co were ies y p zc amp NED AAVYN E PME x le Ub al 7 fei oco E P Se BU jot tae yi e gt t EM bibe ees MS NL EN NEN DM eee ed f s Ti AED DOGY c a H z 225 OFF ITEM Py t OFF
5. Event Parameters Service and Delive Currency Indian Rupee Incoter Detailed Price Information Price w ith Conditions Go to this Tab Notes and Attachments for Uploading Priced Bid files and Statist Created C Created B Last Processed Terms of Payment 9010 90 against despatch 10 after receipt Last Processed B Details Send E Mail Call Clear Function Number Name Valid fr The table does not contain any data On EDIT Mode The following screen will appear Bidders are advised to Upload Techno Commercial Unpriced Bid and Priced Bid in the places as indicated above Bid on EDIT Mode Page 3 of 5 Edit RFx Response i Submit Read Only Print Preview Check Technical RFx Response Cloge Save Verify signature of Response Sign Response RFx Response Number 60006452 RFx Number TEST2 Status Withdrawn Submission Deadline 13 04 2013 11 00 00 INDIA 7 RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx Respqnse Version Number 2 RFx Version Number 5 j Notes and Attachments Sugm Area for uploading Techno Commercial Unpriced Bid Assigned To Category Text Preview Adda Clear Area for uploading Priced Bid Sign Attachment Add Attachment Edit Description Versioning Delete Create Qualification Prof Assigned To Category Description File Name Version Processor Checkec 3 The table does not contai
6. d 19v39 A6 xo o PE 440 Q d SIS NO E 2 dy ee d B duet NO NS L E STOH eco o2 9 xd q 30790 6 4159 T i b one PE Ame Re ag z A a M 1 2 E i aid 32 s g WAA g Idy 9 3dvu 6 Q3 Wu SIMY WOWLS SSINWOIML 1 THEE NE wo 55 TWN fo m D M 2 005 X 1 99 976 a y E Apos JOLZyY sias aan 68 6 i3ssvo Enn E a Ka TES de S gt i TT gt sert C Wa ib TE i gu W EA SRM Qa Ks oe E este i T EU Lo es SL r X ELM a 79D 40 099 NO E e olt Pu 0 409 AIME Sy gt e 94 O br 9 t z x SIG Vd ue 4 cT VS X 515 aatuag 39Nv1j MEL v obs a ED DA 4 m E _ A t s 4 5 A n S i Y uncus Dj f X i y n S 2 7 B 2 A a q GL A S ae 3 N t d aK i S m ES s d L j 4 n
7. oor SBONVIA do d o 1 Sad 30 SSANYDIHL PNINBLIND AS MINE dive i OS Zh Wod SUD ddo Q 2 d S NO i a 310H Q o yi OL GATING 39NV13 SATOH vA Ao Gunoxsv Ga390303M S31W1d W23N34dliS ALB XSL VASSBA NO 9 3d VHS v Y Ol 5 91 SANOHNWW T os S 2 VV NO 23 3 E i UR 27 i 2 TL Sy Saemwiaa _ Q 2 i ix on Zi SBDSNV 14 SSawM2iHL ae Any n3 gqaovds 51709 SO 61 2 Q3iaog 13s93A Sud daO LUBA qd SBE NO i SINON WENUNG 711315 GSssaud Q Q NO OAS snon s9 oz Guttive e n QBd1aM siona Noisainwa Szor Story OOE aa TS M WSU BAN ADA s u i NoIstinwa Nado woos asa c _ lt A HUM 5 7 61 ooLv s j oiy amp ovi wv f qaiv51ga8v4 aivid 19 08 OBE 1 yp X al ANnior D1 Ix 0 vg uoi Tar gt HSI Q3913M asva lt 90 30Y82 N3 42 BE d 8 F d S310H vid ye p did a eo a NI L231392
8. oS Ea t ESE ip D LE C WR 4 2 0FF dex m LIFTING LUG amp PAD DRG no o ise6 A tN cee cam etal eg eins ace 2 d cl 22 6 LUG 200 150 X ZO TK E 7 AGRIGATED AND i aa ur uuu ur route ut WELDED ccu E H 3 5 PAD 260 x150Xx122 mE E _ m mmm M 7 Tit CES 2 OFF 23 aa NIETO CONTROL CONN D F2 G NO 01 1583 ELTE l t QM ia c SI RENE UN f lasa M s CovER PLATE 445 x i2 TK oF M A P B 235 FLANGE 445 x 23c 5323 85 25 12 3 0 9 x 125 LG 22 ee a 1d 23 etorre a NIPPLE x 345 LG SERIES usas 23413 nk GE NEOPRENE RUBBER GASKET 45590 TR SISSE QUE gt oan 24 END CRADLES D R G NO OILAS86 o Malms BELLY PLATE 1950 x 550 Da ME ANKE i 24b VERT 5 700 zoo x 625 FABRICATED AND NE WELDED TCOETHER bo 22 49 378 x 290 x 6 ON 17 NO 1 amp MM Pen BOLTED ON IET 22 9 1600 x 760 x 65 MO 26 m a A fe BASE 22 750 x 150x102 ERR ER RR FINE CRADLE 25 dis ERU M vs
9. QN3 aaas Son Sd 9x08 t ONIx14 73 9X08 185 70 ON 58Q Uu333H L5uHuV 1Vu3N3D j A 100 SDNV 14 doi OLS S bNv d Jo O S3SIDNN13 5599 Qa vds S108 d we doi 949 3o Ju3A q 2 a 005 No sa10n d 9 07 yz GATING S39NVv713 NR d 9 4 Baim o8 X v S 8 xaaogwa Sd 9 Msc d NE mE 908 i eas DANA Hi NOB 0 SONNY uva 31v3d T1ad 2 9 32VY3 ualN Slond Noisdnwa N re A a NA 08072M OOEL 90 9 90t A3NNVHO i 08 G E 59 51 s DWS uw ES x rt Fog 5150845 ES d bog ME 313 t IQu1NO2 32V4J ASIN 3S 5DNUVAML UN dagvauds AdAL XO9 amp ul NOILD23S o v LY 3H 3 V X SLS SBONVW 14 S O _ 80 SSSNyDIHL Amwrea 517 HE uod 440 qd SIS NO 5 S9 0 O SADNYIAS anes hs 9 9 rr TASSBA NO Q3Q0 713A SAdid C 27 92 NC ed in i ay i a sSuaQya3uds io dAL saivid d AN Eo
10. E y S M 1 gt ioe _ _ sv X Maid GNA n X A b i E T i ATlvawsa aaDWdS Suo 440 h rM QOdoOoG NO 1108 V0 69e aos smon aia sa 998 639 05 r0 sAONVIA 23 Lansy wasanu nL wee aNAMdOa3N 8 AL LV sf 94 7 77 7 c 4 YA waNdddilg 19 X 69x i3 aon Wi wug BSW ML 119 HS A gt 3 41108 f i lt AS UBAOD SWL OS b BH SWAG AN A alo Et o E S ue UE o siase mo ow ea Sslase di v ON eSV d EE do 6 6 se 2257163 duos oi SAIOH daddvisONS9v jen E vid Wia SI3G b QO3u cH x i vag l Maru v EN E 18957597 i P HUM AYAH Qo Sr3 oNv ug x lo P v CN P ASD 9 e SON Jo 11 24 5 wer ps r_a z EA M NO G LE 2 ud RE H SLING NOISTAWA SON gt 130 MEG OGI NOlvwuNdao S 5 TVINNI 40 YL NadO WOLLOG p kenia GUAAVAYAS 34AL t 914 Yva Ni SM3425 OY3H qQ QNO 413 4236 A o
11. NO ge oe I NE NE d Vo LE NEUE i Werte e Maa a E T 94 SL 4 E P ree Ap abus uu uw oom AGRSb c2 90 plex Ob Loc Voie MK 86 7 S P A cn Cin ga MET v Ca ez iz OL LTS Gt ON WAL SONNY 6881 we T7 982 0N s aiAAwNOu23S 7980 u 2 2120 1WeoNWalbuNaWdoNVHV W vua sau lt a e die d N 79409 do i i d oe fet P aama Gi s330K 71V er gt NO uiWnid AO Woo BNO kady br 4 vU fe Ly ae 4 aie VS NO 4 i E i E A z EI Rut SEE S i E MARS ONCE NER P i t a 6 aot rand po os Saw ONIGTaM Sen 931135 sq 34 OL Tyv aj E amp ENENG Sio si Paso 3 5 91 d 3 assvan Salas 541 os 39 OL SADNVIS Tiv Obs Ux US wc E S qu eel INIT 1 IIS os SNOTLOANNOD SNTANOD TIV 6 v ANIT Lidy ere 4 EST if FI A c6 Noo 0 7 dag OOOS 9 X d o P de 1 ME ag9i dQpvlaunivuadwWa l DNILYAHL Jo x HE gt i gy1 G d SA SIL DILYLSOHAAH 9 a pred os NOSIA a i ar INOG NO 64532
12. it ds i i A A j s E T A 4 p Fae E i pio M Re E en E ND ere ang td ee e e My SUID mp MERE MITT iE me Neck cQ Leid V3 d p z 1 P 4 gt een i ANE X PNE CN ZR Fi B i ee ah Met M s y PU PRESSE PR Os i Dey adie n Boe NENNEN cae E a ac Hannan ce AGE de uet rta els ae rec esee e MED encase BN ane ee ve te hes eee eee a these M d were mm cen P E E E 2 us E u E eT ape nup TT mee Ht s ern mee MAS niam n m Ie et m m tence a n mm PEDES T SEAT TRE m eer eal a E SEE nm M M eS vm E E e tenue ag MM s inn EU ha etary Mov DIC A uc mU E CMM 7 r M xui 7 4 SHELL SHELL o 7 i 65 6TK LUGS TO BE E 1000 RA EE WELDED ON SHELL 8 8 BOLTS 100 anc 4835 APX ES 20 MESH XPM SHEET 65x65x 6 L x ML uu Hu 30 37 eee 7 SHELL 85 9 SLOTS T ELEVATION SEC 9 17 48 Xe DIA DRILLED HOLE A 30 SU D Sa et DETAIL X 7 45 DIA CEES Bo GS EL a ei Eins de i ie abe z GTK LUGS WELDED ON SHELL _ ENLARGED DRILLED HOLES amp SHELL
13. SS M a g m aWvus 7 WAX O7 qailvdosuad 4 VABHS WdX SNIXIa 9 04 VASSSA NO Q3073M S A9XGL SBWYua SDNY ONIXIA 5 NO qaq13M 5 ne NOI L103S S ONITLIAS 7 DNIOS31VOO i 0052 375NY NO Gadtasdsns 009 19 SALV Id 03303434 Wig sagi 099 24 Qaivotava sagn avid E ajo 21 se ETE eae CP cm pocos f Sd3N333118 17 9x 9x99 te 5t aA ao gt 5 Sty f o 900 gt gt lt A 094 t i SL6xOLS SBDNYIA 3o 96 S3D9NV13 JO SS SN512IML An1vnea aa vds 517109 1 7 6 903 su 430 LIBA d od OIG No 59 07 9 qaTn ua S35NY3 91 MORNY VAQ 1 mo LONG OD j NNOD QV3H ALaavs NNOD Bu d Ne NNOD Lpo 081No AVIANSYA 310 a P P v WMOQ INKS 9 191 YIM WAN C 9 108 Su 00 Q do1 No mno L4 M F oor 4 d04 SONNAN didb VAnab 00S EE NOlLVU03H3d YST 2 a M ES 0 A Yoa SEE E un 3 9
14. The Principal will enter into agreements with identical conditions as this one with all Bidders Contractors and Subcontractors Page 3 of 5 3 The Principal will disqualify from the tender process all bidders who do not sign this Pact or violate its provisions Section 7 Criminal charges against violating Bidders Contractors Subcontractors If the Principal obtains knowledge of conduct of a Bidder Contractor or Subcontractor or of an employee or a representative or an associate of a Bidder Contractor or Subcontractor which constitutes corruption or if the Principal has substantive suspicion in this regard the Principal will inform the Vigilance Office Section 8 External Independent Monitor Monitors three in number depending on the size of the contract to be decided by the Chairperson of the Principal 1 The Principal appoints competent and credible external independent Monitor for this Pact The task of the Monitor is to review independently and objectively whether and to what extent the parties comply with the obligations under this agreement 2 The Monitor is not subject to instructions by the representatives of the parties and performs his functions neutrally and independently He reports to the Chairperson of the Board of the Principal 3 The Contractor accepts that the Monitor has the right to access without restriction to all Project documentation of the Principal including that provided by the Contractor T
15. S ALIM Ladodans asia i YALM 33 Sz 1 Pd q34JvV21H8v4 519 i a i H o 310v 34 Q q13M TANNYHI S9 9 S71 OWS ooge 086 2 01 MN aLWId 01 Q3ddYvul lt lol DNidid LNSWNULSN Pd s4 9X Ob SLANDVUB A1ddnS 1SMWI U31VM 2 2 91 bNnd noo 2 7 9L S 1u0ddhS BION Adid GE 2 9L l neo OSEE enuinano 2 x 9L ed ste SLY Bend Q o 920 S9 2 ind a 11no Biv 1d ALS 49x TANNYHD sadawa 420 1 BAIS 109 NO SATOH P P SZ OZ AY i3lVM 39543 SHS 19 A SEIN RNS 7 Qon a wop emo li quivoradv4 u 519 OOVV 42 SL SANI adIS ovv _ MOYANO 2934 YAANI ANa i EN EM Aadvauds 71 sanon 8 8 0 Gace BONY 33 9 101 y m yt aNNVHD 89 51 194491 NE 7X AIC BONVIA Bivid AL ids 0 Q9 i v 9 EET X Jo f p 4 Li i 8 E Wouw3 9 iJ
16. TCU vo EN DR RTT T es A f iz A 5 ebbe DuC EO av fle 9S1 onsua BION 33S 131100 walYA amp 9 a a 3073M OTEIXLIOddNS 7 Bx 06x06 ow Nd do GAIAM TaNNYH2 S9x SBI SBI DWCt y t 1 48 7 7 74 V ww anny 0 2s S9 xSt 801 21451 p ON 4O OH Blvd 19 f i E Line S310H GaddYl ON 339 1 Wadv waana pA 8 1 SANA BAIS aaya 96 LEST 922 gt aag1aM NadO WOLLOe BSW WL 9 f S o O amp 5x OOT suaovaies wo gt XOudgv 57 y m 1 a SIN WL 36 77 340 1 _ E alvid 3144Vd 15 gt SEN 340 i M lt 5ua qM TOS NE 8 ON 3013345 AdAL 1904405 JANL Jala JO WL3G egent ad 5 291 alo en X93 TE Ke 230 1 iis OL 3104 gt FIOHNVN 40 30 avidd NO 1935
17. ok FITTED WITH COUPLING a ALL FITTINGS TO BE i 6 35 4 3100 MALLEABLE ct i ob dee ee 7 MET NE PLAIN FITTING SCREWED C Be at IMMER ee IM TREND TT 77771 LINE CHANNEL ISMC 125 125x 65 x 1770 LG ORG No oll 1 584 HREADS Mis ac Hes un 150 5 LASS _____ M S Bolts amp Sq Nurs Ya p x172 LG MM a NOR MS amp Nuts Y x 124 Ha M RR MEN EN MS UD SCREW WITH NUTS VA g x Y8 LG DO ee M MS Nuts I p x22 ia i EZB 1394 EN i5 AS 0 V2 xira 16 Bours a Nuts i a a a MS oie aa cd ba seal seats Se cena ete ee MN EUIS MEME DERE n do nm 20 4 g x2 2 23 23 798 ej HERES M 7 M n ESO E M d gt EAT x 2A gt Ye x MAU a P C Sk HD SCREW WITH NUTS E Gx Bar LG ram ree a4 EMS Nors 34 5 ROR Aap POE a DRAWING OFFICE DULIAJAN t TITLE 296 x925m Le SHELL MULSION TREATER MATERIAL LIST CHECKED APPROVED DRG Ne o1L 15874 a e
18. mns E NOILVA314 lt aan 1mqg 8 07 12 v via NOILVA313 aannd i WwO34 MIIA qd 35 9 0821 HLGIM d 3sv8 0541 via ottz v HOYI 9995 HLGIM 0091 7 d ASVS SW DL ol 3SV8 S W L ea 22 ES is fl W o o ie X E NC 113H G3013M syd saLvid SW AL 9 LUBA S W 1 9 NO Q3q13M 13HS NO 713HS NO na 5 OL 1 x Sav iN38 a a AT138 SW L 9 2 GZ DO H A038 9 2j 00 ig TN Eu QUAS x i M Y Ht re rr e 24 i a rms ie ar RE Ti3HS Y _ r 7 E Sige E SN i d aaa ai ERE EET JA ITEE IA V a ah ei anes PEDI E EE E taa a n is toco O T BRANT A MA o M M soe M eS e pue o M M DRGNE o on 1587 CAT NOMAT D SUPPLIERS REF R EM AR MATERIALU LIST I PT ON DRG REE cor Teor Teor cou cou COL i ve aK
19. 5 s E lt a A r CH E m T E Eco DET M D ACA j x E E uum e Am eoe a ow HER MID CET SIM des PESE ierit Na C su e NR ar LA DN Z Satin Rar ioi LES wc n E t s E i UY MEE H MDC um verde ah es wo Stt w o sO es 20 mE Hes ias P 2 7 eget Moa t sont nom 22 Yo vss s B P 4 2 pl SILLA LAL gt Pra vak i i E ez pco 1 4 on S uS ue Jue here X X f M ioc E EEG E m F 4 x Prem x n 29 r mi gi i 1 PE 3 er x i 2M La amp oF e ga ivo r A t to 4 HET 2 y ERTED D PL LA w L DETAIL QF GROOVES COUPLING yii 3 For We EER z ce ll ap Ema rs am epee t i 21 0 A 388 ELLIPTIC NECK moa am mm h aae ee i t B UM Me T E DETALLS OF ITEM N s 142 nie iore MAR an Ari t MATERIAL MALLE ABLE Cast _ IRON Taare For 7620 5 X 104 6 4 GRUVAGRIP COUPLING DIMENSIONS DESCRIPTION ITEM Nog ERO ROE
20. ES 69 vio 2 8999 MAIN QNG 350 9 e SON V SW MLD 3 x E z 5 Ut py e NINOS USD PR line ol hi NW NO Wild 03S 0 WE US a T s 9 GawuOd o es LAJ SAWYID P 9 W 9i S1 xo2 E D Uum E adis M109 NO a 4 P S O8 aad 24 2 21 91200 y 9 me MO QSNMOS Hw vi Ino aan aid Ae dadayi adivo1udvd al 6 91 wi yia AJA Ol INAG 00 95 ii Sa 9 E ELE de _ MAIN 9193S 0 sono 0 M WNO SAnn3 Jayus EQ 3 s 00S BSW MHL onus ae w hs 5 hs 2 E OS pon a ees ee gt rae 91 OLL t d 120124 4A1aH NO 3913M 1 241115 19 S9 S9 wovus D sia AVY a D s J i i SN S Ua 9 i 1 di V i ES w3A13223 i 09 09 n 0091 oet MELLE l i g g AS Con wos A n wannve s0 HO 6303 mans 5 yp 4 b i i 4 t
21. as per Booklet No MM LOCAL E 01 2005 for E procurement LCB Tenders elsewhere those in the BEC BRC shall prevail 12 0 ascertain the substantial responsiveness 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 0 Please do refer the User Manual provided on the portal on the procedure How to create Response for submitting offer NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions of NIT Yours Faithfully Sd R BARMAN SR MANAGER MATERIALS IP FOR HEAD MATERIALS Page 5 of 5 Annexure CCC Tender No amp Date SDI8159P16 DT 12 08 2015 BID REJECTION CRITERIA BRC BID EVALUATION CRITERIA BEC The following BRC BEC will govern the evaluation of the bids received against this tender Bids that do not comply with stipulated BRC BEC in full will be treated as non responsive and such bids shall prima facie be rejected Bid evaluation will be done only for those bids that pass through the Bid Rejection Criteria as stipulated in this document Other terms and conditions of the enquiry shall be as per General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB
22. AP I am e eaa ir e and Pn ie ame ne A re nre nier m ED REPE CE ia a alent EEIEIE TAE USE T asas Ns D ME oed xui rimo etuer mme fe Pos ET M Tae 4 P A Mm H SA ee a NS ed je cnr iau pect etse bc d E ER e EE E E BEER ETE EE E RE UTERE TER QE NE EE REL UR ee EE E E TRO OY 20 Shanes ere PUE enh ts age SIR ead a A i eae cca iud nes ar a erm n MS d ef a Me ab m j c mes m pm m my y T j j gt ult T s i i S t F D j ti lee ta Hs Sa e iw E 2 E E 9 iN ia EN 4 ok us wt x i e cuu ett TE td el is Se yee a Sei oe A ee T VET UNT IEEE SIM w x vp os PE Vor Aes s uci di ae eee Ne sed I EE MEL CUT CC a MERC D SRR QE AURI SD USE E ES Pr T S aO IN Ed SOS si PERRA y M re NC NES map rmm irr m Um nen
23. E a T9 7 F 4 MET QE EE x gt n A NOIRE E e T uus NEUEN Le ce uM MINE gt MA rm ves s s L oe ii amara t PES 273 mde dux et ol Eus recs iM MS AE n v Tas read T DERE Tn rani EMINENS er hm oe vat opea Di i aee irr rele FPE MR enn Uri tm ARR RR S E Y 2 z E u 700 He 57 ib sn ruf v i eo i NE PA a a cen mmt pae but oe pem t 7 351038 nae aiii m 3 0 Ucichv 3 j us ng SVAL e ox P M 4 j se AH 4 40342 xs 17 avai ee 4 SM Pr x x7 EB JOG NMVAIO VU CARL GAA AA TS ES S Rb ois E v SOG BG 62 9o WOLZ 60N 2 f A jo 55 oriwi3a di31V3dl NOIS INNA ans EE v Loc f wNvPDvIDC o waar MERO J TERS NOT se qo t 1230 shes 440 1 TdOddnS TiNNVHO Jald iO UVLIA 1 8 430 H BLV Ad 3 43JYg ONG Adid 1371100 daiNM XOG Lins Wal OL S 310H Mt w Mos oo
24. SDI8159P16 DT 12 08 2015 Tender Fee Rs 1 000 00 Bid Security Amount Rs 2 61 500 00 Bidding Type SINGLE STAGE TWO BID SYSTEM Bid Closing on As mentioned in the e portal Bid Opening on do Performance Security Applicable Integrity Pact Applicable OIL invites Bids for Procurement of Emulsion Treater through its e Procurement site under SINGLE STAGE TWO BID SYSTEM The bidding documents and other terms and conditions are available at Booklet No MM LOCAL E 01 2005 for E Procurement LCB Tenders The prescribed Bid Forms for submission of bids are available in the Technical RFx gt External Area Tender Documents The general details of tender can be viewed by opening the RFx Tender under RFx and Auctions The details of items tendered can be The tender will be governed by a b c d e General Terms amp Conditions for e Procurement as per Booklet No MM LOCAL E 01 2005 for E Procurement LCB Tenders Technical specifications and Quantity as per Annexure 1 The prescribed Bid Forms for submission of bids are available in the Technical RFx gt External Area gt Tender Documents In the event of receipt of only a single offer against the tender within B C date OIL reserves the right to extend the B C date as deemed fit by the Company During the extended period the bidders who have already submitted the bids on or before the original B C date shall not be permitted to revise their
25. TEM k L OFF IYEM 5 ASSEMBLED TOGETHER MANES tow Eit 1e 242 COPPLING 4 qo ESL POS US ps V e Vm w K Im DIMENSIONS ARE TO Wave M E SU 2 uw 5 E etr tl ORF ive 4 5t 2 or ITEM d ASSEMBLED TOGETHER WAKES ET jet es gravat M LIONE E AD RE ITEM Nos EA 26 FoR wey os 19355 de Gut DV AC P 9 eme mens Technical Bid Checklist Annexure EEE CO Bidder s Name Compliance by Bidder Indicate Confirmed Not Corresponding page ref of SL NO BEC TENDER REQUIREM ENTS Confirmed Not applicable unpriced bid or Comments Bidder to confirm that he has not taken any exception deviations to the bid document Confirm that the product offered strictly conform to the technical specifications Confirm that the Offer has been made with Bid Bond Bank Guarantee Earnest Money along with the offer Wherever Applicable Confirm unconditional validity of the bid for 120 days from the date of opening of techno commercial bid Confirm that the prices offered are firm and or without any qualifications Confirm that the Bid comply with all the terms amp conditions Confirm that the offers and all attached documents are digitally signed using digital signatures issued by an acceptable Certifying Authority CA as per Indian IT Act 2000 CONFIRM THAT YOU HAVE SUBMITTED THE DULY S
26. Tenders However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria BRC BEC contradict the Clauses of the tender or MM LOCAL E 01 2005 elsewhere those in the BRC BEC shall prevail Criteria Complied Not Complied Remarks if any 1 0 BID REJECTION CRITERIA BRC The bid shall conform generally to the terms and conditions given in this document Notwithstanding the general conformity of the bids to the stipulated specifications the following requirements will have to be particularly met by the Bidders without which the same will be considered as non responsive and rejected A TECHNICAL 1 BIDDER S QUALIFICATION The bidder shall be an original equipment manufacturer OEM of emulsion treater 2 BIDDER S EXPERIENCE The bidder shall have credentials of successful execution of supplying at least two 02 numbers of Emulsion Treater Pressure vessel Heater Treater unit Gas Oil separator Indirect Heater within last three 03 years from Bid Closing Date of this tender In support of supply experience the bidder shall submit the following documents a Copy of Purchase Order Contract document and b Any of the following documents that confirms the successful execution of the order Performance report from the clients Bill of lading Consignee received delivery challan invoice etc Any other documentary evidence that can substantiate the successful executi
27. bolting pattern of the fire tube of the heater as shown in drawing no OIL PDNO P amp D 015 A 01 01 Copy enclosed 2 0 The flame arrestor will be fitted in pairs in U type fire tube of emulsion treater ET as detailed in drawing no OIL 1582 at a center to center distance of 660mm Note The material of construction for the flanges shall be same as that of the flame arrestor Dimension of all the flanges should be identical 3 0 Provision for suitable support in the Flame Arrestor shall be provided to rest the Main Burner 4 0 Sufficient Stiffeners should be fitted in all the flanges and these shall be shown in the supplied sketches 5 0 Nameplate on each Flame Arrestor shall be provided with the following minimum information Manufacturer s name Model no Burner capacity amp Fuel Gas pressure 6 0 In addition to Nameplate Manufacturer s Serial no for each item shall be provided on the body of each Flame arrestor either by die stamping or stenciled 7 0 The bidder has to mention the Make Model of the offered Flame Arrestor in the offer Relevant product catalogue and Engineering Drawing shall be submitted along with the bid failing which offer will not be considered for evaluation ITEM NO 20 PROCUREMENT OF 14 FOURTEEN NUMBERS OF FLAME ARRESTORS i e 2 NOS AGAINST EACH ET OF FOLLOWING DESCRIPTION SHALL BE SUPPLIED SPECIFICATION FOR FLAME ARRESTOR 14 FOURTEEN NUMBERS OF FLAME ARRESTORS i e 2 NOS AGAINST EAC
28. ee e e a 30 38 40 4 k FITTINGS FOR ITEMS 46 4 9 WERE 2000 bS CLASS BRIEF RECORD A 12667 6 REV DATE ZONE rite ge 1 J ps EN MR oU M alie erp imm mr an am e 2 e 8 nnum TU nes ism onm e eg ge Hm oue c MA Heg ee egy mcm ctn on pota Pete mo RO nm cone Th Rm mene come M E A UR Ue QU MT Bares EE LG EE V eu us t ME E SEC TT lt LEE Ra A t SETS EG AUN iv v KE T Dae Ta ENS LE LM 3 ve raum 24 m8 S PRO o qe M e gue coh DNE de PE 3 3 e RE x CA 1 B EU w3 ai mee Y y Mes s E fa r ka E Vets i y aepo seas pm Tas NEZ d A E EEANN Ae NES OE E SEPEREN S emer fee er ONE RO sl MMC NR eie NS 3 x A t m rnm t miim rentur rir menn here eiue emnt vcn tis gent emt ao soe P ari vai rper e rrr eei p TENES Im ELLO RENE oh gt 5 s EN 4 R 4 a ES e Ae En DN d A Aj Yu 2 in DENS DE aa 5
29. is a criminal offence under the relevant Anti Corruption Laws of India if there be a Page 2 of 6 substantive suspicion in this regard the Principal will inform its Vigilance Office and in addition can initiate disciplinary actions Page 1 of 5 2 Section 2 Commitments of the Bidder Contractor The Bidder Contractor commits itself to take all measures necessary to prevent corruption He commits himself to observe the following principles during his participation in the tender process and during the contract execution 1 The Bidder Contractor will not directly or through any other person or firm offer promise or give to any of the Principal s employees involved in the tender process or the execution of the contract or to any third person any material or immaterial benefit which h e she is not legally entitled to in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract 2 The Bidder Contractor will not enter with other Bidders into undisclosed agreement understanding whether formal or informal This applies in particular to prices specifications certifications Subsidiary contracts submission or non submission of bids or any other actions to restrict competitiveness or to introduce cartelisation in the bidding process 3 Bidder Contractor will not commit any offence under the relevant Anticorruption Laws of India furt
30. quotation All corrigenda addenda amendments time extension clarifications etc To the tender will be hoisted OIL s website www oil india com and in the e portal https etenders srm oilindia in irj portal only and no separate notification shall be issued Page 1 of5 in the press Prospective bidders are requested to regularly visit the website and e portal to keep themselves updated f Any sum of money due and payable to the contractor including Security Deposit refundable to them under this or any other contract may be appropriated by Oil India Limited and set off against any claim of Oil India Limited or such other person or persons contracting through Oil India Limited for payment of sum of money arising out of this contract or under any other contract made by the contractor with Oil India Limited or such other person or persons contracting through Oil India Limited g Bidder are advised to fill up the Technical bid check list Annexure EEE and Response sheet Annexure FFF given in MS excel format in Technical RFx gt External Area gt Tender Documents The above filled up document to be uploaded in the Response Special Note 1 0 General Qualification Criteria In addition to the general BRC BEC following criteria on Bidders Experience their financial capabilities shall be considered as on the Bid Closing Date Criteria Complied Not Complied Documentary evidence submitted n
31. the offer will be summarily rejected NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions of NIT Page 4 of 4 ANNEXURE IA TECHNICAL SPECIFICATIONS WITH QUANTITY Tender No amp Date SDI8159P16 DT 12 08 2015 Complied Not Complied Remarks if any ITEM NO 10 PROCUREMENT OF HORIZONTAL OIL WATER EMULSION TREATER Conventional WITH FLAME ARRESTED BURNER QTY 7 NOS HORIZONTAL OIL WATER EMULSION TREATER with FLAME ARRESTED BURNER complete with all internals and accessories as per OIL DRAWINGS and specifications given below OIL 1581 A OIL 1582 OIL 1583 B OIL 1584 OIL 1585 OIL 1586 OIL 1587 A OIL 1645 amp OIL PDNO P amp D 015 A 01 01 for Flame Arrestor A SPECIFICATIONS FOR ET VESSEL 1 Body style Horizontal cylindrical welded ellipsoidal dished head Dished end shall be spun in a dished head spinning machine only There shall be no welding in the dished ends 2 Material of construction All pressure plates to IS 2002 Gr 2A steel or SA 516 gr60 70 Non pressure plates to IS 2062 quality steel Seamless pipe conforming to SA 106 GR B must be used for fire tube and chimney 3 Connections As per OIL drawings enclosed 4 Service requirement and Design Data Oil handling capacity 5000 BPD fluid 900klpd Design pressure 3 5 kg cm2 Test pressure 5 25 kg cm2 Workin
32. transparency in its relations with its Bidder s and Contractor s In order to achieve these goals the Principal cooperates with the renowned international Non Governmental Organisation Transparency International TI Following TI s national and international experience the Principal will appoint an external independent Monitor who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above Section 1 Commitments of the Principal 1 The Principal commits itself to take all measures necessary to prevent corruption and to observe the following principles 1 No employee of the Principal personally or through family members will in connection with the tender for or the execution of a contract demand take a promise for or accept for him herself or third person any material or immaterial benefit which he she is not legally entitled to 2 The Principal will during the tender process treat all Bidders with equity and reason The Principal will in particular before and during the tender process provide to all Bidders the same information and will not provide to any Bidder confidential additional information through which the Bidder could obtain an advantage in relation to the tender process or the contract execution 3 The Principal will exclude from the process all known prejudiced persons 2 Ifthe Principal obtains information on the conduct of any of its employees which
33. 0 AXYTVA m Ut E in e tt A Rete ret e MINH iS i M j X v5 CGY W1SVY 3310H MCAFEE 85 gd D od e d u9 16 dY i A du T 2 TOSS 3 4 O NO 03013M 55 SSANWHIHL TWM 21 lt E x STIOWNVW gt T 6 291 e 96 1 91 2 19 sdiiS ONIXIS ow JM 3G 01 SHJHSVM G S Fos SON p Yan T 030 79M Ov Y Og 7 FE 5 x won ty sh 5 Ov4d 92 Ed 1345v9 yaggny E EB 9 ee v jawWswvCO uaganug WAG yet Ml _ via 26 GI L SONZ HAIM 63 0 WAO Qwnouy Q3a013M Q VWH LIS UE 74 sua3uaiu Wu uw exo d TERT je a 4Twno3j OPWAS Ze f ia i 2 pe i nans SY 330 Q 2 d OIS NO 01 6 RI NN ELE ili iB p 3104 WIG 94 69 02 9 ASSY 13389 O9NI2 3 1V00 SMJ 330 og 2 92 x A i eor xdv 001 0 Hld3Q WLL V 3MYW oL Doc db 13 1Y 0301030 3G OL SH3AV1 40 ON u Tjo 2 E Qo d 440 1 ONY d 39299215 GIVId 39 01 M 2961 ziv 51 165 M9VAG 30 WVL 4
34. 0 to 30 psi Output Gauge 1 no 6 PNEUMATIC TEMPERATURE CONTROLLER WITH THERMOWELL Quantity no Type Pneumatic Indicating with Proportional amp Reset Action Process Fluid Natural Gas Sensing Element Filled system Range 0to 100 Deg C 32 to 212 Deg F Accuracy 1 0 of full scale Bulb Material 316 SS Bulb Immersion Length 12 inch 300 mm Capillary Length 15 feet 4 5 m Thermowell Material 316 SS Thermowell Connection INCH FNPT x 1 INCH NPT M Page 4 of 12 Output Action Direct Reverse selectable On Off 125 output per input Proportional 0 2 to 35 output per input Reset 0 05 to 200 repeats per minute Differential Gap 1 to 100 Supply 20 psi Connection Bottom connected 4 inch NPT Air Consumption 0 2 scfm maximum Output Pressure 3to I5 psi Case amp Door Glass Epoxy Reinforced Plastic Window Glass Acrylic Mounting Vertical pipe mount Scale size 160mm Pointer SP and PV on the same linear scale Repeatability Minimum 0 3 Housing Die Cast Alluminium Weatherproof IP54 or better Control Internal Auto Manual Temperature Elements Precision wound type spiral Make Fisher Rosemount Procon Controls Yokagawa ABB OMC Accessories Door Lock Mounting bracket with clamp amp nuts for 2 inch pipe Air filter regulator Input 100 PSI Output adjustable 1 no 2 1 4 0 to 30 psi Supply Gauge 1 no 2 1 4 0 to 30 psi Outpu
35. 3 S 3dvHS 01 1N38 299 AWN 937445 6 91 6 a i S 4910S suadN3dshe 89 330 024 09 NO NG dr E s ZEE ur i vio 9 SLi 2 SHV 031140 39NV314 ip par WUIdS SW MHL SI G MAYIS OH 0 X4 LNS E 320 0 NOILVA313 323g i d330 S3IOH SON pa ian A i i 979 03 139 7 j NE X E LW WV LI5d0 0393Y1N3 NYIN TVAO jO WVL3IG 39NY14 8 SW WMH1 wu02 c 07 0303M dn p 0 MN INIYAOIN 9 Mappe Se n As USN IVAO Di Sz S eal p cR Tou E VIH XIH PEL 358Y14 7 NMS iua Paaji Jaane g 8 UNS 04 LYOGANS P a Q3110g 31v1d 8 aw 3 4 SUIVHD Y3IION NINII N04 Wipe OM dese SN 7514 WHL wu G7 03013M 4_ Mogna S83H5VM 015 M3IA on S 31Vld OWnNV3M Wii 6 6 SONZ 77 l onnan 4 2 91 5 MINDS OVIR xau rue siyadan E RD e ALITER E x 3 St _ lt y X UE TRAIN I a C 7 sni V ig Buta 0 4 7 G Ln PU a ho vox mm TIU WAT NO 03q011M E 24 T aN E s pu E 2 2 E did eve ii 2 Mns 00 1N3d i Abr ai aa eae d 2 9E E dig 5 1 M SW IVAO MHL 9 E j _ WEES i M su i Y3101
36. 6 TK LUGS WELDED SHELL FOR FIXING ANGLE FRAMES y emm TK E Py 5 5 g BOLTS Vg BOLT 89 BO BOLTS M a ari za v 5 x 26 d SHEEL NOTE 9 14 30 Yg DIA z 949 RAB 2 ALL PERFORATED HOLES 10 7C 21A 9 WELDED OM DRILLED 20 CRS STAGGERED AFFLE PLATE 3 ALL PERFORATED PLATES mM TRICK n T BENT PLATE 9 lo gt 690 APX WELDED ON a i FOR GENERAL ARRGT SEE DRG NO OIL 158I 5020 CAPx FOR SECTIONAL VIEW 01 1582 PERFORATED PLATE JOINTS PLAN M 5 RETRACED ON 25 03 08 E BOLTED i 4 ENDVIEW FROM 2 GENERAL ARRGT OF TOP COALESCING PLATE af LUG wELDED US OSSA OFF DRAWING OFFICE D EC 4 mda 2 OFF OULIAJAN uu DETAILS OF TOP COALESCING PLATE x ENLARGED VIEW 1 3 e L TRE i RD ALL DIMENSIONS ARE IN MILLIMETRES COALESCING PLATE TE aa ev ose AvPROveD ITEM NO 15 amp 16 E WE P ON E E We E an j Sis 2 gt eg 2 i M NE l ED E Moa E uo 4 1 f v1 1 o gt b Es Pul i ae ee 20 E CRINE i ET n Perc oes era ACA Ve d ae er Sa ges haw l
37. 6 s f f ESO OV VIVIS Gam ama CON dd ao sov EE ev INNO 08INO DVABIN 0 1130 200 E ig WAOWSY H11VM Q31V33 O mE TE E a Y ay 0 a EM ms pn ee 2NIL23110 M31VM 3384 30 11V14G 8 B cadis 2 T s wr Be eg lt ig TN bi a PT ay AGH TAGES X0 OWZ LOAP ns E i v s Ww L LM GILL E P i Po 69 or vi 3 COC IC ON M 39NY14 F _ ANVI QaoNas c S 34340 B Mf i g LE Bos MWOMHLRWZN 213 1225 SYI 330 SBE E Sn E om S NES s n SM 2 V P AlddIN 9019 AAWA 3104 via 2a s9 oe e AIT 4935 gt Oalroa 1 i ape 31V1d M3 05 93171130 3174 YIAOD 5 4 I 4 AN SCIL Wd E 03013 Se S39Nv13 NOE VICINI S RO ee ZEE n A 1 1 90 1 3 C30 ANT i 95 g8 1 6 NO i 03013A 4 e p WE oe apt 3443000704 NY SNOISNIWIG Vy V Qus 3104 0311130 et pon ax MA EN FUE oe 1 6 06 TN IE 5 SMA ONWOMO3S 7 s E a 71691 319 19vay uoj z Eo 5 G30
38. 79M INNENI A P si BONVIS N 3343325 9 8 1017 OLI 11348 2 9 101 MonouHl b Fa L2 ee SIIK 0311035 gt a 030134 NE 13671 o e gan cti 98 526 1n5 OL NUS dam INNO YOHLNOD 3WduiiNi 7 i LIILNO o 2NI1031100 10 30 WVLIG FCS sunu owe D 4 F 3663 gt j UNRUMOGCGHNXAUAR cLa FURAN AASA b 2 M3gaoy i ME RE gasuv wa 95 579 WONSAIYINID 40 TIvL3Q 1 duin v430 335 3u34203N wi Li os G G 235 LES g Pan P gt 3 A iddiN 4015 WAWHL p 9 101 WISN 9NIQ13M nonet ddO 1 U 4 TYN 4 T ae 331 ONIOTIM b 9 10 9 9 NO 53S SAHI 320 7 7 3919 6 9 105 i f _ i __ gt i SALV ld 100145 30 VMYL3Q q f Q3W4HvAQ GILVYOAN3d b 9 bo Ree NY d 5 2 Q3013M IIVI 6 Wi un i E WHI GIG Woes ee ee TIENES MEE hel ONY 06 A i E CU IN 0 002 dol No o 922 NO VMNO3H3d 1 v S2 2C E G3013M 3dVHS OL 1N3Q 2 i p 0682 3114 INIAYIM 091 AHL 91 6 SON 2 03013M aaay E SILVIY vids a ey aasean a NYIO YA IHOHY via Cv SON p Q301
39. AUGE E a W E Nr Ne WELDED IN GAS OUTLET PIPE NOT SHOWN IN DRG 4 9 38 200 H 150 bS 2 ATER OUTLET PIPES 2 59 50 e SCREWED FLANGES Sp SERIES USAS FOR T pip 40 12 12 7 coor COUPLING FOR HYDRAULIC TEST USE 4 WELDED ON IT NO 1 mor 41 10r 649 AUXILIARY CONN 49 Low LEVEL SHUT DOWN 42a 101 6 4 PIPE x 215 16 APX 42b 4 at t GRUVAGRIP COUPLING 43 DJFFERNTIAL CONTROL RR ANE ERDRE 43a 101 6 4 PIPE x 215 LG GRUVA GRIP COUPLING 1 OFF d 44 EMULSION JDRG 1645 O INLET i DRG NO OIL 1582 150 165 f 44b SCREWED AF FLANGE SERIES USAS reete a Sa ORTUS 45 MANHOLE 16 BOE NEEDED Og na TEES ERES FLANGE 570 x20 Tuge 406 4 167 90 x 140 16 ee ROAST M 3 17 Tk F Neoprene RUBBER GASKET 570 MA HEN MM DM M M M ROR 12 7 ENB TUBE MED TO BS 1387 CAPILLARY cd Se Coen DRG N Meo ER iie EUN ED DTTO 47 635 5100 D CLAMPED ON BRACKETS weed ITEM No 46 FITTED WITH COUPLING 3650 i ITEM NOS 47 TO 49 ran NS
40. Annexure II OIL INDIA LIMITED A Government of India Enterprise P O Duliajan 786602 Assam India E mail material oilindia in INVITATION FOR BID LOCAL COMPETITIVE BID OIL INDIA LIMITED invites Local Competitive Bid LCB through its e procurement portal https etender srm oilindia in irj portal for the following items Tender No Bid Closing Item amp Qty Opening Date SDIS091P16 DT 06 08 20 01 10 2015 SKID MOUNTED WELL TEST SEPERATOR NOS SDIS159P16 DT 12 08 20 01 10 2015 05 NOS EMULSION TREATER Tender fee Non refundable Rs 1 000 00 Bid Closing Opening Time 11 Hrs IST 14 Hrs IST Period of sale of documents till One week prior to bid closing date The complete bid documents and details for purchasing bid documents participation in E tenders are available on OIL s e procurement portal https etender srm oilindia in irj portal as well as OIL s website www oil india com NOTE All addenda Corrigenda time extension etc to the tenders will be hosted on above website and e portal only and no separate notification shall be issued in the press Bidders should regularly visit above website and e portal to keep themselves updated OIL INDIA LIMITED A Government of India Enterprises PO Duliajan 786602 Assam India TELEPHONE NO 91 374 2808719 FAX NO 91 374 2800533 Email ranjanbarman oilindia in erp mm QGoilindia in FORWARDING LETTER Tender No
41. Connection 1 4 NPT F Output Connection 1 4 F Make _ Fisher Rosemount Procon Controls Yokagawa ABB OMC Page 3 of 12 Accessories a Thermowell 1 2 NPT F x 1 NPT 1 no b Supply Pressure Gauge 0 30 Psi 1 no c Output Pressure Gauge 0 30 Psi 1 no d Air filter regulator Input 100 PSI Output adjustable 1 no 5 PRESSURE CONTROLLER 0 10 Kg Sq cm Quantity no Type Pneumatic Indicating with Proportional amp Reset Action Process Fluid Natural Gas Sensing Element 316SS Output Action Direct Reverse Action Field Changeable On Off 125 output per input Proportional 0 2 to 35 output per input Reset 0 05 to 200 repeats per minute Differential Gap 1 to 10096 Supply Pressure 20 psi Connection Bottom connected 4 inch NPT Air Consumption 0 2 scfm maximum Output pressure 3 to 15 psi Case amp Door Glass Epoxy Reinforced Plastic Window Glass Acrylic Mounting Vertical pipe mount Scale size 160mm Pointer SP amp PV on the same linear scale Repeatability Minimum 0 3 Housing Die Cast Alluminium Weatherproof IP54 or better Control Internal Auto Manual Make Fisher Rosemount Procon Controls Yokagawa ABB OMC Accessories Door lock Mounting Bracket with clamp amp nuts for 2 pipe Air filter regulator Input 100 PSI Output adjustable 1 no 2 1 4 0 to 30 psi Supply Gauge 1 no 2 1 4
42. FIE PO T i s iss SUNT 200 CPP CEU oso D eR E 9 E ew pue Tet UTI Se a EOE RES SS ctc B CON ND ee ee ee L e dM gt HEISE ANTI ae eet SE eat RE a i d st nd 14 ESQ NE D 5 n gt DE A J Ev tomum co umo cc T eee ew a GEIL 31100 330HNV v N _ _ S i is Ea E ipi asl i a i heza iut A 2 m i rid oe Ci DE rae 4 _ hee TP E aa Suis 5 waso Y T DT 1 T g cM TEE b Q o 097173 206 LM aiS o PIEN 6e 9b M x Doha x oy ee gt TTE Elus e tQ o ADIN 9NIdTA EMAILS wonddd 3nd LN32NO2D V i i E MI e SAAN gb 9 10 CESK VI TILK 9 401 pm TINE 06 LIN w p t y s Wiswai Faas NO gt DM u te gt EE I A ne mM vpn remem re rere GER gt ae DO S VE ea n i 1851 72720 aaayy 1 is os nmo 3Slgo SNIAVEG GSLIWIT TIO anm 700v NO G35vHl3y EE E
43. GLE SSBNWHHL GNVULS X 92 6 HLOIN EN SA A ou ONVULIS X WU GL WMI X uu OV WMS fa j SHIAVTTNI 133HS 9NI2S31Y02 en SW O3dVHS GNOWWIC WS3W OF Kite AVAG SUD 30 Q d GLG d woud Do NO 310 via O 1 9 539NV1j M3IA ON Y3 93 p A Ova i EK oe sDAMWnS3 032405 ON iw MS 330 p SSW WAG WR NOH 08982 430 0 9 d SEE i 09 9 SG as d 43013M 39N v4 M NOMJ Su 330 024 9 t2 o 906 1 94 ia 34 S C WAC HHL LLL 02 7 i j BSW WAS SNL s NIA GNA 3104 4 99 02 96 3i JO 1 MIA s39uvij cL v j qa uuQ 39HV1Jj METT s 1 d Vs asanay ssauis OL 53 p xut e PE o7 s 1139 NO 93073M Bre TE 03013M 3914 ae EE s a AMVHS 9 LNIG 2278 SR YHL WW 7 i Led E AQ MHL T 5 E Q3Q13M ae 7 ST i X i 1 te em b d ANY Y S W WL O92 NN ae E 9 D joy de a3q0131M P gt V 5 4 FISSTN PA o gt ie E amp o A L 1 A o c y 1 M Ors i d ATWO
44. H ET OF FOLLOWING DESCRIPTION SHALL BE SUPPLIED Design amp supply of style 2 piece flame arrestor complete with necessary burning equipment accessories i e main and pilot burners mixers etc suitable for HEATER TREATERS of shell dia and length 2000 mm x 9250 mm of Flameco Model SB26 18 12 or Wenco Model SB26 18 12 to suit the following conditions 1 Fire Tube U type The orientation of the flange bolting for the equipment should be as per drawing no OIL 1582 Copy attached 2 Furnace capacity 1 125 000 BTU Hr Net 3 Temperature of Bath 26 Deg C to 90 Deg C 4 Calorific value of natural gas 1000 BTU ft3 5 Burner Gas Pressure 0 7 1 05 Kg Cm2 10 15psi 6 Each flame arrestor should be complete with the following accessories a 101 6mm 4 76 2mm 3 Eclipse Model 160 or equivalent mixture assembly 01 No b 101 6mm 4 76 2mm 3 sticktite Model ST 216 84 or equivalent burner nozzle 01 No c 6 75mm 17 64 burner orifice 01 No d 6 35mm 1 4 pilot 01 No e Pilot Orifice size 70 01 No f Burner Pipe Nipple 01 No Page 11 of 12 g Pilot Pipe nipple 01 No h Couplings of different sizes on body of the flame arrestor for fuel gas supply 1 Lifting lug 04 Nos j Necessary sight glass should be provided to check the pilot flame k A separate spool or extended flame arrestor neck shall be required to be fitted with the flame arrestor to avoid fouling with the treater chim
45. IGNED INTEGRITY PACT DOCUM ENT Wherever Applicable CONFIRM THAT YOU HAVE SHALL SUBMIT PERFORM ANCE BANK GUARANTEE AS PER NIT IN THE EVENT OF PLACEM ENT OF ORDER ON YOU Wherever Applicable CONFIRM THAT YOU HAVE SUBMITTED DOCUM ENTS AS PER GENERAL QUALIFICATION CRITERIA Confirm that you have submitted Name and Full Address of Issuing Bank including Telephone Fax Nos and Email id of branch manager 1 where Bid security has been submitted as Bank Guarantee 6 Confirm that all relevant fields in the on line biding format been filled in by the bidders for the items quoted by them 7 Confirm that the the price bid is in conformity with OIL s online bidding format NOTE Please fill up the greyed cells only Response Sheet Annexure FFF Bidders Name Bidders Response Sheet Delivery Period in weeks from placement of order Complied to Standard Payment Terms of OIL or not Bid Security Submitted if applicable Details of Bid Security Submitted to OIL if applicable a Bid Security Amount In Rs b Bid Security Valid upto Bank including Telephone Fax Nos and Email id of branch manager Bid Security if Not submitted reasons thereof Whether you shall submit Performance Security in the event of placement of order on you if applicable Integrity Pact Submitted if applicable Whether submitted documents in support of General Qualification criteria of NIT If bidder is Small scale unit whether you are eligib
46. PII mem mter gm metes NES MIR sanant mom et a aa e ARDA NET AN s nur nn A deese mem epe rs DANAEA t Seen M d DRG s 87 COUT COL Con Cop Le puo oa CAT HOW MAT D ure be EP Pub zx oy NOS DUE S IO UR Ti Ex EF REMARKS 35 0FF ud cuv 29 BRACKET 1 290 BRACKET 40x 6 5 275 LG T T Sc aa I ET RON MO EEG OTE tenis mtt miei A A 4 298 MS CLAMP 26 x 8 15 Tk x 100 LG FOR i WELDED ON IT NO 1 b 4 M E ki L iN 2 2 29 20x545 80 4 EN _ ucc T60FF 30 76 2 COUPLING SAFETY HEAD CONN M El Kec 101511 RELIEF VALVE 2 E WELDED ON IT NO12 i j Licet PES EA EAE d 5p 32 DRAINS WITH 3 PLUGS la 4 ies me 55 25 4 Q THERMOSTAT CONN IE i pa ON GAS NI 54 ci SUPPLY GAS 2 n PIPE NOT SHOWN IN WELDED ON IT NOS 1 6 ton 35 11270 amp GAS OIL WATER OUTLET PIPES AT MES ERU NCC LES ONT A 6 Q2 a THERMOMETRE 99 amp OUTLET GAUGE GLASS D Wises GN IT NO 1 PRESSURE G
47. T PLAN e OFF THUS SS I e opp BAFFLE os S HOLE SHELL EN VI 600 ne mtem tss el il cmb 90 ee ee EA ea ee ea RAD TO SUIT SHELL ILIUM i LI pas THIS ANGLE Mk F9 5 65x 65 6L WELDED ON BAFFLE PLATE 4 i Um wx 4 17 45 fe DIA DRILLED HOLES S 2 75x6 F S BENT SHAPER gt BE l4 8 OFF 7 WELDED ON SHELL 1 OFF 20 MESH DIAMOND SHAPED M S XPM SHEET SWM 20mmxLwm 60mm x STRAND Md M ee WIDTH 25 xSTRAND THICKNESS 3 15 BINDING wire BOLTED 15 5 OFF OFF E L LUG WELDED REQD I LAYER THUS f i 3 9Ox75X6TK LUGS 11 49 i WELDED ON SHELL DRILLED HOLE 24745 DIA Ye BOLTS X 1 4 L G d DRILLED HOLES TACK WELDED ON ANGLE poe 3 a is 770 P Ach SHELL T m _ Bas e f BOLTS i 2 1 dora 4 OFF THU P n u SHELL 1770 3 7 Ee Jod BOLTS X UA LG L TA E GTK PERFORATED PLATE DETAILAT Y PER BUT WITHOUT BOLTS Mk D 2 2 Ck WELDED ON BENT ff 2 SUSPENDED ON ANGLE FRAMES BOLTE 33
48. To cut off pneumatic supply to output on detection of low crude oil level in the Emulsion Treater Operative Mode Snap Action Process Connection 101 6 mm 4 Gruva grip type coupling with gaskets bolts amp nuts Max Working Pressure 21 09 Kg Sq cm 300 psi Working Temperature 180 Degree F Enclosure Die Cast Alluminium Weather Proof IP54 or better Supply pressure 20 PSI Supply connection 1 4 NPT F Output connection 1 4 NPT F Float Approx 3 1 2 diameter x 6 90x150mm SS Float Float material SS 316 Rod length 14 Standard Rod Material Stainless Steel Micro Valve Three ports 1 4 NPT F Micro Valve Body Material Anodized Aluminium or Brass Body material Ductile Iron Make Fisher Rosemount Procon Controls Norriseal Accessories a Supply pressure gauge 0 30 Psi 1 no b Output pressure gauge 0 30 Psi 1 no c Air filter regulator Input 100 PSI Output adjustable 1 no 4 PNEUMATIC TEMPERATURE CONTROLLER WITH THERMOWELL Quantity no Service Crude Oil and Water Emulsion Temperature control in the Emulsion Treater Type Thermal Expansion Range 0 Deg C to 150 Deg C 32 Deg F to 302 Deg F Accuracy 2 Degree Action ON OFF type Reverse action Connection 1 2 NPT M Insertion 300mm 12 Maximum Maximum Working Pressure 14 06 Kg Sq cm 200 Psi Enclosure Die Cast Alluminium Weatherproof IP54 or better Supply Pressure 20 psig Supply
49. Working Temperature 180 Degree F Enclosure Weather Proof IP54 or better Supply Pressure 20 PSI Supply Connection 1 4 NPT F Output Connection 1 4 NPT F Displacer Horizontal approx 3 1 2 X14 355 6mm long float type suitable for Oil Water Interface Flex Tube Material SS 316 Make Fisher Rosemount Procon Controls Norriseal MASONEILAN ACCESSORIES a Supply pressure gauge 0 30 Psi 2 no b Output pressure gauge 0 30 Psi 2 no C Air filter regulator Input 100 PSI Output adjustable 2 no 2 FLEX TUBE TYPE LIQUID LEVEL CONTROLLER Quantity 1 no Service Crude Oil Level Control in the Emulsion Treater Operative Mode Pneumatic Throttling Direct Process Connection 101 6mm 4 Gruva grip type coupling with gaskets bolts amp nuts Max Working Pressure 14 06 Kg Sq cm 200 psi Working Temperature 180 Degree F Enclosure Die Cast Alluminium Weather proof IP54 or better Supply Pressure 20 psi Page 2 of 12 Supply Connection 1 4 NPT F Output Connection 1 4 NPT F Displacer Approx 3 1 2 x 6 90x150mm SS Float Flex tube Material SS 316 Make Fisher Rosemount Procon Controls Norriseal MASONEILAN Accessories a Supply pressure gauge 0 30 Psi 1 no b Output pressure gauge 0 30 Psi 1 no C Air filter regulator Input 100 PSI Output adjustable 1 no 3 FLOAT TYPE LIQUID LEVEL CONTROLLER WITH MICROSWITCH Quantity 1 no Service
50. arm in BMS Enclosure Die cast Aluminium weatherproof IP 65 amp flameproof to gas Gr IIA IIB or IIC Zone 1 Range 0to 100 Deg C 32 to 212 Deg F Sensor Vapour Pressure Gas filled thermal system actuating a 316L SS Bellows Wetted parts 316 SS bulb Repeatability 196 FSR Connection To Thermowell Thermo well Material 316 SS Thermo well Connection INCH FNPT 1 INCH NPT M Power Supply 24 DC Electrical Connection Switching SPDT micro switch maximum rating 5A Statuary approval DGMS approval certificate is required 11 Low amp High Gas Pressure Service Low amp High Gas Pressure alarm in BMS Enclosure Die cast Aluminium weatherproof IP 65 amp flameproof to gas Gr IIA IIB or IIC Zone 1 Range Oto 40psi Enclosure Die cast Aluminium weatherproof IP 65 amp flameproof to gas Gr IIA IIB or IIC Zone 1 Power Supply 24 DC Electrical Connection Switching SPDT micro switch maximum rating 5A Process connection 1 4 NPT F Scale Accuracy 596 FSR Sensor Phosphor Bronze 316L SS bellows or 316L SS diaphragm Ambient Temp 10 C to 50 C Statuary approval DGMS approval certificate is required TECHNICAL SPECIFICATIONS FOR BURNER MANAGEMENT SYSTEM FOR EMULSION TREATERS ET Page 6 of 12 The BMS controller will be used to primarily control and monitor the complete ignition firing sequence of the burners installed in the ET It
51. ast Aluminium Diaphragm material Nylon reinforced Buna N diaphragm Max Working Pressure 100 PSI Packing Standard O Ring Buna N Stem material 303 Stainless Steel Plug type Soft plug for tight shut off 18 Main Fuel Gas Regulator 1 No Input Supply 50 100 psi Output 0 30 psi adjustable Connection 1 NPT F 19 Pressure Gauges in Main fuel line before and after Regulator Range 0 100 psi Dial Size 100 mm 4 Connection Size 1 2 INCH Material of Construction All SS 20 Pressure Gauges in Pilot fuel line after Regulator Range 0 20 psi Dial Size 100 mm 4 Connection Size 1 4 INCH Material of Construction All SS SPECIAL TERMS amp CONDITIONS I The bidder shall submit all technical details amp drawings etc in duplicate along with bid II The bidder shall confirm that the order no and year of manufacture shall be clearly written by means of welding on the skirt leg of the vessel III The bidder shall clearly mention in the bid any deviation modification from OIL s Page 8 of 12 specification The bidder must give special attention to carefully summarize deviation modification in a separate column in their offer document with a heading DEVIATION MODIFICATION In case there are no deviations modifications NO DEVIATION FROM ENQUIRY should be mentioned in the same column IV The bidder shall confirm that the dished end shall be pressed and spun in di
52. cion of an offence under relevant Anti Corruption Laws of India and the Chairperson has not within reasonable time taken visible action to proceed Page 4 of 5 against such offence or reported it to the Vigilance Office the Monitor may also transmit this information directly to the Central Vigilance Commissioner Government of India 8 The word Monitor would include both singular and plural Section 9 Pact Duration This Pact begins when both parties have legally signed it It expires for the Contractor 12 months after the last payment under the respective contract and for all other Bidders 6 months after the contract has been awarded If any claim is made lodged during this time the same shall be binding and continue to be valid despite the lapse of this pact as specified above unless it is discharged determined by Chairperson of the Principal Section 10 Other provisions 1 This agreement is subject to Indian Law Place of performance and jurisdiction is the Registered Office of the Principal i e New Delhi 2 Changes and supplements as well as termination notices need to be made in writing Side agreements have not been made 3 If the Contractor is a partnership or a consortium this agreement must be signed by all partners or consortium members 4 Should one or several provisions of this agreement turn out to be invalid the remainder of this agreement remains valid In this case the parties will strive c
53. documents Free of Cost as per govt guidelines however they have to apply to OIL s designated office to issue the tender documents before the last date of sale of tender document mentioned in the tender 3 0 The tender is invited under SINGLE STAGE TWO BID SYSTEM The bidders are required to submit both the TECHNO COMMERCIAL UNPRICED BID and PRICED BID through electronic format in the OIL s e Tender portal within the Bid Closing Date and Time stipulated in the e Tender 3 1 Please ensure that Technical Bid all technical related documents related to the tender are uploaded in the Technical RFx Response gt User gt Technical Bid only The TECHNO COMMERCIAL UNPRICED BID shall contain all techno commercial details except the prices Please note that no price details should be uploaded in Technical RFx Response 3 2 The PRICE BID must contain the price schedule and the bidder s commercial terms and conditions 3 3 screen shot in this regard is given below Offer not complying with above submission procedure will be rejected as per Bid Rejection Criteria mentioned in Annexure CCC Display RFx Response Edit PrintPreview Technical RFx Response Ciosel_ _Withdrgyy RFx Response Number 60006452 RFx Number TEST2 Status Submittq RFx Owner WIPRO TEST1 Total Value 0 00 INR RFx Response V Go to this Tab Technical Response for Uploading Techno een commercial Unpriced Bid
54. e folder is meant for Technical bid only Therefore No price should be given in Technical RFx Response folder otherwise the offer will be rejected Price should be maintained in the online price schedule only The price submitted other than the online price schedule shall not be considered x1 Integrity Pact OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Annexure DDD of the tender document This Integrity Pact proforma has been duly signed digitally by OIL s competent signatory The proforma has to be submitted by the bidder along with the technical bid Page 3 of 4 duly signed digitally by the same signatory who signed the bid i e who is duly authorized to sign the bid Uploading the Integrity Pact with digital signature will be construed that all pages of the Integrity Pact has been signed by the bidder s authorized signatory who sign the Bid If any bidder refuses to sign Integrity Pact or declines to submit Integrity Pact with the offer their bid shall be rejected straightway xii A bid shall be rejected straightway if it does not conform to any one of the following clauses a Validity of bid shorter than the validity indicated in the Tender b Original Bid Security not received within the stipulated date amp time mentioned in the Tender c Bid Security with i Validity shorter than the validity indicated in Tender and or ii Bid Securit
55. e m M taper ym m mee apos cams cem LM 9 E 2 3 mT e ee Puri z a ND a E 255 i m A n E i N a si a 2 des A 17 i Y E p e Se on 0t ED 3 T soe D 2 PB E 3 4i D g ana ae E PRO es AT gt Sis p OM Qo a A xS CP ames Bre E GU We gt of n y N B 5 3 wr 5 e i um 2 s af D oe ss x Er aliaa Wes E N EN gt e 7 PLN E D M z s X ocu E T 74 AN S Ae i Y PE A x ndo m i M a m o9 s a v E c 9 i E i TUA e DONNE CHAI TNT EE p NOS 31NQ eis ze DEP E E 2 a pi i Nn oe dao zi i E C Boot i AON LEM m y 7 1 E N gt EX 765 KI AM eU tu a waf o a Gn T 1 sv s on anno 199 y VU ews ST NV ud EU xr d gt G want 390 ssa How NN NC A MM ea Qus d 06 01 9 SWM 3108 E e E
56. ei cr M algae deal E E TOE a oi aye Ee aai idi TON my PEOR E aenea A M M UNT AH MOO AE 1T A Ser etr am mete mE X SON Wall SONILENS 40 apa TTAHS 91 6 6 x G O WZ aui aE nvewiingd cO 5 6 aansisaa 321330 SNIA Y Ud G3LINIT VIQNI TIO S Rete p i S6 l LF NO d32VHi38 I S3HJI3AUULTN NI SNOISNANIG 5856 ON 335 SMBIA 1235 HOS 4 gt 16851 TIO ON 33S Leuav TWHENSD 5 430 1 RN CREER W V NO vid 5 O bi S 4 9xOS WO o 1n2 01 SONI d 1v e o m ON 300Yv1 NOILVA313 ONIXId 323ld S 43 9xOS TET s1108 Y H 113a 335 sona S A 9x0s _ adYVHS OL LN38 8 3 9xos SONNY uva W OZ SON6 5 gt 097 51708 BE 00 o TP QI P7 es RERO FS TT ON IS mem MED TOS EE Qi adde idc Cabs com feet TOV y s i lt 1 UN o 2 EZ soak iei act mpm mmm mes _ nii ai a a maa r
57. ever BMS system shall be operable at 12 30VDC power 7 Display type LCD Vacuum Fluorescent Display VFD with Full Text Message 8 Operator control Industrial positive action tactile feedback buttons Start Stop Menu etc 9 Pilot Nozzle Perforated Tip 10 Ignition Module The Ignition module shall be separately installed in a non hazardous location inside the burner housing or other non hazardous location to meet the requirements for a certified Combustion Safety Control as required by B149 3 11 Solenoid ratings 12 VDC or 24 VDC 12 Ignition cable 10 feet min 13 Communications RS 232 485 Modbus Remote Communications for monitoring and on off control only Multidrop communications via RS485 Optional 14 Safety alarms 1 x Low Pressure alarm 1 x High Pressure alarm Page 7 of 12 1 x Low Liquid Level alarm 1 x High Temperature alarm 1 x Flame failure alarm 15 Pilot Burner 2 No Connection 1 2 inch NPT Function To provide pilot flame in the Natural gas fired Heater vessel 16 Pilot Gas Regulator 2 No Function To provide regulated gas supply to the Pilot Burner Process connection 6mm 1 4inch Maximum Inlet Pressure 100 psi Outlet Pressure Adjustable full range 17 Fuel Shut Off Valve 2 No Function Fuel shut off in case of pilot flame failure in Natural gas fired Heater vessels Body material Ductile Iron A 395 End connections 1 NPT F Case material C
58. f Bid Closing date against the tender where a bidder has already submitted his bid with requisite bid security validity within the original B C Date such bidders will extend validity of bid security covering the extended period of the bid closing date Bids are invited under Single Stage Two Bid System Bidders have to submit both the Techno commercial Unpriced Bids and Priced Bids through electronic form in the OIL s e Tender portal within the bid Closing date and time stipulated in the e tender The Techno commercial Unpriced bid is to be submitted as per scope of works and Technical specification of the tender and the priced bid as per the online Commercial bid format For details of submission procedure please refer relevant para of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders Any offer not complying with the above shall be rejected straightway Performance Security Page 2 of 4 iv vi vii viii ix Successful bidder will be required to furnish a Performance Security 10 of the order value For exemption for submission of Performance Security please refer Clause No 9 12 of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders The Performance Security must be valid for 12 months from the date of commissioning or 18 months from the date of despatch whichever concludes earlier Bidder must confirm the same in t
59. g temperature 60 deg C to 71 deg C Oil gravity 23 35 deg API Design code ASME Sec Div 1 Radiography Spot 10 minimum 5 Heat Treatment Post weld heat treatment Stress Relieving of the whole vessel should be carried out in an automatic temperature controlled furnace only Page 1of12 6 Finishing 1 Vessel should be cleaned by sand blasting followed by one coat of uniform red oxide primer and one coat of Aluminum enamel painting on outside only The vessel should be painted internally with heat resistant anti corrosive painting The heat resistant paint should be able to withstand heat up to maximum working temperature up to 71 Deg C 7 Test Certificate The manufacturer will have to provide certificate in respect of i Raw materials used showing material compositions along with physical and chemical properties Hydro test at operating pressure for 24 hours and at hydraulic test pressure for 2 hrs continuous record by pressure recorder ili X ray gamma ray plate showing quality of weld joints iv Heat treatment chart of PWHT B SPECIFICATIONS FOR INSTRUMENTATION ITEMS 1 FLEX TUBE TYPE INTERFACE LIQUID LEVEL CONTROLLER Quantity 2 Service Interface level control between Crude Oil and Water in the Emulsion Treater Operative Mode Pneumatic Throttling Direct Process connection 101 6mm 4 ANSI 150 class RF Flange Max Working Pressure 14 06 Kg Sq cm 200 psi
60. he Contractor will also grant the Monitor upon his request and demonstration of a valid interest unrestricted and unconditional access to his project documentation The same is applicable to Subcontractors The Monitor is under contractual obligation to treat the information and documents of the Bidder Contractor Subcontractor with confidentiality 4 The Principal will provide to the Monitor sufficient information about meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the Principal and the Contractor The parties offer to the Monitor the option to participate in such meetings 5 As soonas the Monitor notices or believes to notice a violation of this agreement he will so inform the Management of the Principal and request the Management to discontinue or heal the violation or to take other relevant action The monitor can in this regard submit non binding recommendations Beyond this the Monitor has no right to demand from the parties that they act in a specific manner refrain from action or tolerate action 6 The Monitor will submit a written report to the Chairperson of the Board of the Principal within 8 to 10 weeks from the date of reference or intimation to him by the Principal and should the occasion arise submit proposals for correcting problematic situations 7 If the Monitor has reported to the Chairperson of the Board a substantiated suspi
61. heir bid Offers not complying with this clause will be rejected The validity requirement of Performance Security is assuming despatch within stipulated delivery period and confirmation to all terms and conditions of order In case of any delay in despatch or non confirmation to all terms and conditions of order validity of the Performance Security is to be extended suitably as advised by OIL For exemption for submission of Performance Security please refer Clause No 9 12 of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders The Bank Guarantee should be allowed to be encashed at all branches within India 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 Bids received after the bid closing date and time will be rejected Similarly modifications to bids received after the bid closing date amp time will not be considered the Bids must be Digitally Signed using Class 3 digital certificate with Organisation s name e commerce application as per Indian IT Act obtained from the licensed Certifying Authorities operating under the Root Certifying Authority of India RCAI Controller of Certifying Authorities CCA of India The bid signed using other than Class 3 with Organisation s Name digital certificate will be rejected Technical RFx Respons
62. her the Bidder Contractor will not use improperly for purposes of competition or personal gain or pass on to others any information or document provided by the Principal as part of the business relationship regarding plans technical proposals and business details including information contained or transmitted electronically 4 The Bidder Contractor will when presenting his bid disclose any and all payments he has made is committed to or intends to make to agents brokers or any other intermediaries in connection with the award of the contract The Bidder Contractor will not instigate third persons to commit offences outlined above or be an accessory to such offences Section 3 Disqualification from tender process and exclusion from future Contracts If the Bidder before contract award has committed a transgression through a violation of Section 2 or in any other form such as to put his reliability or risibility as Bidder into question the Principal is entitled to disqualify the Bidder from the tender process or to terminate the contract if already signed for such reason 1 If the Bidder Contractor has committed a transgression through a violation of Section 2 such as to put his reliability or credibility into question the Principal is entitled also to exclude the Bidder Contractor from future contract award processes The imposition and duration of the exclusion will be determined by the severity of the transgression The
63. hould be identical 3 0 Provision for suitable support in the Flame Arrestor shall be provided to rest the Main Burner 4 0 Sufficient Stiffeners should be fitted in all the flanges and these shall be shown in the supplied sketches 5 0 Nameplate on each Flame Arrestor shall be provided with the following minimum information Manufacturer s name Model no Burner capacity amp Fuel Gas pressure 6 0 In addition to Nameplate Manufacturer s Serial no for each item shall be provided on the body of each Flame arrestor either by die stamping or stenciled 7 0 The bidder has to mention the Make Model of the offered Flame Arrestor in the offer Relevant product catalogue and Engineering Drawing shall be submitted along with the bid failing which offer will not be considered for evaluation NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance compliance to all Page 12 of 12 non DDD INTEGRITY PACT Between Oil India Limited OIL hereinafter referred to as The Principal And Name of the bidder hereinafter referred to as The Bidder Contractor Preamble The Principal intends to award under laid down organizational procedures contract s for Tender No SDI8159P16 The Principal values full compliance with all relevant laws and regulations and the principles of economic use of resources and of fairness and
64. ipment against dispatch shipping documents The balance 50 shall be made on submission of DGMS approval only Bidders to quote the price of the electrical equipment separately as notes amp attachment of Price Bid for which DGMS approval is not available XIV The bidder shall furnish necessary guarantee certificate for safe and trouble free operation of the EMULSION TREATER INCLUDING ALL BOUGHT OUT ITEMS for 18 months from the date of dispatch shipment or 12 months from the date of receipt at destination whichever is earlier XV Third Party Inspection for Vessel The vessel will be inspected by any one of Third Party Inspection Agencies approved by Oil India Ltd Viz M s Lloyds or M s Bureau Veritas or M s RITES or M s DNV or M s IRS or M s Tuboscope Vetco only with following scope of work a To review qualification of the welder and welding procedure specifications WPS as per ASME code b To review and ensure use of raw materials as per purchase order This may be done by reviewing original MTC or by chemical analysis and physical test c To ensure that the bidder has complied with respect to our approved drawings for fabrication of the vessel d To review the stage wise inspection of sub assemblies viz inlet and outlet mist extractor assembly dished end companion flanges etc before final assembly e To review the radiographed film of weld joints as per ASME code and heat treatment chart f To witness final dimensional in
65. iven MSEs who are interested in availing the benefits will upload with their offer proof of their being MSE registered for the item tendered The MSE are also required to upload scanned copies of relevant documents indicating details of registration alongwith validity name of the registering organization and details of the item ownership etc failing which their offer may not be liable for consideration of benefits to MSEs 6 0 Bidders are requested to examine all instructions forms terms and specifications in the bid Failure to furnish all information required as per the NIT or submission of offers not substantially responsive to the bid in every respect will be at the bidders risk and may result in rejection of its offer without seeking any clarifications Page 4 of 5 7 0 Bidders must ensure that their bid is uploaded in the system before the tender closing date and time Also they must ensure that above documents which are to be submitted in a sealed envelope are also submitted at the above mentioned address before the bid closing date and time failing which the offer shall be rejected 8 0Bid must be submitted electronically only through OIL s e procurement portal Bid submitted in any other form will be rejected 9 0 SINGLE STAGE TWO BID SYSTEM shall be followed for this tender and only the PRICED BIDS of the bidders whose offers are commercially and technically acceptable shall be opened for further evaluation 10 0 The Integri
66. le for purchase preference as per Govt guideliness Whether filled up the bank details for online payment as per Annexure GGG NOTE Please fill up the greyed cells only SINo Remarks 1 rom 2 O EC 3 O PEE 4 O Oo 5 O ES 6 O ae 8 O Sie 10 Po uem O EE If Bid security submitted as Bank Guarantee Name and Full Address of Issuing mE O B O EE 15 NNNM es ANNEXURE GGG TO BE FILLED UP BY ALL THE VENDOR IN THEIR OWN LETER HEAD ALL FIELDS ARE MANDATORY Tender No Name of Beneficiary Vendor Code Address Phone No Land Line Mobile No E mail address Bank Account No Minimum Eleven Digit No Bank Name Branch Complete Address of your Bank IFSC Code of your Bank a RTGS b NEFT PAN VAT Registration No CST Registration No Service Tax Registration No Provident Fund Registration I We confirm and agree that all payments due to me us from Oil India Limited can be remitted to our above mentioned account directly and we shall not hold Oil India Limited responsible if the amount due from Oil India Limited is remitted to wrong account due to incorrect details furnished by us Office Seal Signature of Vendor Counter Signed by Banker Seal of Bank Enclosure Self attested photocopies of the following documents 1 PAN Card 2 VAT Registration Certificate 3 Service Tax Registration 4 CST Registration 5 Provident Regist
67. n any data Note The Techno Commercial Unpriced Bid shall contain all techno commercial details except the prices The Price bid must contain the price schedule and the bidder s commercial terms and conditions For uploading Price Bid first click on Sign Attachment a browser window will open select the file from the PC and click on Sign to sign the Sign On Signing a new file with extension SSIG will be created Close that window Next click on Add Atachment a browser window will open select the SSIG signed file from the PC and name the file under Description Assigned to General Data and clock on OK to save the File 4 0 Please note that all tender forms and supporting documents are to be submitted through OIL s e Procurement site only except following documents which are to be submitted manually in sealed envelope super scribed with Tender no and Due date to Head Materials Materials Department Oil India Limited Duliajan 786602 Assam on or before the Bid Closing Date and Time mentioned in the Tender a Original Bid Security b Detailed Catalogue if any c Any other document required to be submitted in original as per tender requirement documents submitted in physical form should be signed on all pages by the authorised signatory of the bidder and to be submitted in triplicate 5 0 Benefits to Micro amp Small Enterprises MSEs as per prevailing Govt guidelines as applicable on B C date shall be g
68. ney 1 The case of the flame arrestors shall be made out of such material that will withstand outdoor field conditions like rains ambient temperature of minimum 5 deg C and maximum 45 deg C and should not crack or get damaged due to rapid uneven cooling heating Gaskets wherever used should be gas tight so that leaks do not occur that can impair the safety of the installation m Following additional accessories shall be supplied as spares along with each Flame Arrestor a Pilot Burner assemblies 02 nos against each Flame Arrestor b Mixure assembly as described above 02 nos against each Flame Arrestor c Main Burner nozzle as described above 02 nos against each Flame Arrestor Please refer to Special Terms amp Conditions for more information SPECIAL TERMS amp CONDITIONS 1 Both the Items ie Emulsion Trater amp Flame arrestor will be procured from same source and evaluation will be done accordingly Additional Terms amp Conditions for FLAME ARRESTOR 1 0 The flame arrestor mounting flange shall be such as to match the bolting pattern of the fire tube of the heater as shown in drawing no OIL PDNO P amp D 015 A 01 01 Copy enclosed 2 0 The flame arrestor will be fitted in pairs in U type fire tube of emulsion treater ET as detailed in drawing no OIL 1582 at a center to center distance of 660mm Note The material of construction for the flanges shall be same as that of the flame arrestor Dimension of all the flanges s
69. ome to an agreement to their original intensions R BARMAN SR MANAGER MATERIALS IP For the Principal For the Bidder Contractor Place Duliajan Witness 1 0 Date 13 08 2014 Witness 2 asco echec Page 5 of 5 SPACER SPOOL FLAME ARRESTED BURNER 16 FIRE TUBES HEATER TREATER SHELL Stiffener Ribs 16 4 1 2 Offset __ 26 Center distance 4 1 e Offset 1 Remote Ignition Port 126 1 4 No flame shut off sensor Port at top side 1 4 Pilot Gas Port 14 3 4 16 1 Fuel Gas Port 1 4 amp 1 Aux port 18 Pd 21 1 4 FLANGE DETAILS OF SPACER amp BURNER NECK Hinge 16 Nos equally spaced holes of size 9 16 drilled on 14 3 4 B C D amp 16 OD Flange 424 e between two fire tube Center line of left burner T SES line of right burner body Center line of Fir tube amp Spacer Spool NOTES 1 Not To Scale OIL INDIA LIMITED FLAME ARRESTED BURNER OIL PDNO P amp D 015 A 01 01 2 Refer Specification PROD OIL DEPTT FOR EMULSTION TREATER DULIAJAN 786602 COEUR Pe teg weet so et ERR a SNE d oe L 1 c 4 03 2 2 49 viaa LEVE hoe s 6 y agi cocci aspar fy us 8 gt Wra awn 2084 1891 Jere e L b wo BOGE 9 s 4
70. on of each of the Purchase Orders cited Page 1 of 4 COMMERCIAL i ii iii v Validity of the bid shall be minimum 120 days from the Bid Closing Date Bid security The bid must be accompanied by Bid Security of Rs 2 61 500 00 in OIL s prescribed format as Bank Guarantee or a Bank Draft Cashier cheque in favour of OIL The Bid Security may be submitted manually in sealed envelope superscribed with Tender no and Bid Closing date to Head Materials Materials Department Oil India Limited Duliajan 786602 Assam on or before the Bid Closing Date and Time mentioned in the Tender The Bank Guarantee towards Bid Security shall be valid for 10 months from Bid closing date i e upto Bid Security may also be paid online on or before the Bid Closing Date and Time mentioned in the Tender If bid security in ORIGINAL of above mentioned Amount and Validity is not received or paid online within bid closing date and time the bid submitted through electronic form will be rejected without any further consideration For exemption for submission of Bid Security please refer Clause No 8 8 of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders The format of Bank Guarantee towards Bid Security Annexure VII has been amended to Annexure VII Revised and bidders should submit Bank Guarantee towards Bid Security as per Annexure VII Revised only In case of extension o
71. ot submitted a Annual financial turnover of the firm in any of the last 3 financial years or current financial year should not be less than Rs 261 37 Lakhs For Annual financial turnover enclose the audited Annual Reports or balance sheet certified by a chartered accountant 2 0 Application showing full address email address with Tender Fee Non refundable of Rs 1 000 00 in favour of M s Oil India Limited and payable at Duliajan is to be sent to Head Materials Oil India Limited P O Duliajan Assam 786602 Application shall be accepted only upto one week prior to the bid closing date or as amended in e portal The envelope containing the application for participation should clearly indicate REQUEST FOR ISSUE OF USER ID AND PASSWORD FOR E TENDER NO for easy identification and timely issue of user ID and password On receipt of requisite tender fee USER ID and initial PASSWORD will be communicated to the bidder through e mail and will be allowed to participate in the tender through OIL s e Procurement portal No physical tender documents will be provided Details of NIT can be viewed using Guest Login provided in the e Procurement portal The link to e Procurement portal has been also provided through OIL s web site www oil india com NOTE a Tender Fee may also be paid online upto one week prior to the bid closing date or as amended in e portal Page 2 of 5 b PSUs and SSI units are provided tender
72. ration Certificate 6 Cancelled cheque of the bank account mentioned above in original 7 Bank Statement not older than 15 days on the date of submission
73. s entitled to terminate the contract according to section 3 the Principal shall be entitled to demand and recover from the Contractor liquidated damages equivalent to 5 of the contract value or the amount equivalent to Security Deposit Performance Bank Guarantee whichever is higher The bidder agrees and undertakes to pay the said amounts without protest or demur subject only to condition that if the Bidder Contractor can prove and establish that the exclusion of the Bidder from the tender process or the termination of the contract after the contract award has caused no damage or less damage than the amount or the liquidated damages the Bidder Contractor shall compensate the Principal only to the extent of the damage in the amount proved Section 5 Previous transgression The Bidder declares that no previous transgression occurred in the last years with any other Company in any country conforming to the Tl approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process If the Bidder makes incorrect statement on this subject he can be disqualified from the tender process or the contract if already awarded can be terminated for such reason Section 6 Equal treatment of all Bidders Contractor Subcontractors The Bidder Contractor undertakes to demand form all subcontractors a commitment in conformity with this Integrity Pact and to submit it to the Principal before contract signing
74. severity will be determined by the circumstances of the case in particular the number of transgressions the position of the transgressions within the company hierarchy of the Bidder and the amount of the damage The exclusion will be imposed for a minimum of 6 months and maximum of 3 years Page 2 of 5 The Bidder accepts and undertakes to respect and uphold the Principal s Absolute right to resort to and impose such exclusion and further accepts and undertakes not to challenge or question such exclusion on any ground including the lack of any hearing before the decision to resort to such exclusion is taken This undertaking is given freely and after obtaining independent legal advice If the Bidder Contractor can prove that he has restored recouped the Damage caused by him and has installed a suitable corruption prevention system the Principal may revoke the exclusion prematurely A transgression is considered to have occurred if in light of available evidence no reasonable doubt is possible Section 4 Compensation for Damages If the Principal has disqualified the Bidder from the tender process prior to the award according to Section 3 the Principal is entitled to demand and recover from the Bidder liquidated damages equivalent to 3 of the value of the offer or the amount equivalent to Earnest Money Deposit Bid Security whichever is higher If the Principal has terminated the contract according to Section 3 or if the Principal i
75. shed head spinning machine only Welded joint in dished end shall not be allowed V The bidder shall confirm that all flanges shall be made of forged carbon steel conforming to ASTM A 105 and dimensions as per ANSI B 16 5 std slip on RF serrated and of 150 class rating Companion flanges shall be provided for all flanged nozzles and shall be weld neck type made of forged carbon steel conforming to ASTM A 105 and dimensions as per ANSI B 16 5 standard 150 class rating VI The bidder shall confirm that the nozzle necks shall be made of SA 106 Gr B material only and to be provided with RF plates saddle made of the material similar to the shell material Also all the nozzle connection should be provided with proper blind plug at the time of dispatch of standard specification VII The bidder shall provide along with bid the full details of liquid level gauge glass assembly tubular type along with GA drawing complete with cocks and gauge glass protected from external damage WP 500psig Liquid level gauges made by reputed companies viz Levcon Tectron etc would be preferred The bidder shall confirm to supply all instrumentation items and flame arrestor as specified in the NIT along with the vessel Offers Part offers not quoting all the items shall be liable for rejection IX The bidder shall categorically confirm to supply all Instrumentation Items amp Flame Arrestor of make as specified in the tender Offer quoting Instrumen
76. spection and ensure proper workmanship g To ensure that the vessel is painted internally with heat resistant anti corrosive painting The heat resistant paint should be able to withstand heat up to max Working temperature i e 71 Deg C h To witness hydro test of the vessel 1 To inspect the Emulsion Treater in full assembled condition i e with full instrumentation system and other accessories fitted to the vessel at the supplier s works before dispatch j The above inspection is for general guide line only If third party desire to carry out any additional inspection as per ASME code the same should be included under intimation to Oil India Limited k To document and issue inspection certificate XVI OIL may depute its engineer for stage inspection viz after completion of the shell with all mounting opening provision and final inspection of the vessel with full instrumentation system and other accessories fitted to the vessel at the supplier s works before dispatch The supplier will have to arrange for the same giving minimum 15 days prior intimation to OIL XVII Bidder shall confirm supply of all instrumentation items and Flame Arrestor as specified in the NIT along with the vessel Offers not quoting all the items Part offers will be liable for outright rejection Page 10 of 12 Additional Terms amp Conditions for FLAME ARRESTOR 1 0 The flame arrestor mounting flange shall be such as to match the
77. t Gauge no 7 TEMPERATURE GAUGE WITH THERMOWELL Quantity 2 nos Temperature Range 0 100 C Thermowell Connection 1 NPT Insertion Length 150 mm 6 Type Bimetallic Mercury filled Sensing Element Connection 1 2 INCH NPT Material of construction SS Accuracy 0 5 C Make Wika Odin Waaree 8 PRESSURE GAUGES WITH ISOLATION VALVES 2 NO Dial size 150 mm 6 Minimum Range 0 10 kg cm2 Pressure Element 55 Bourdon Tube Material of Construction All SS Accuracy 1 of reading End Connection 1 2 INCH NPT Isolation Valves Required 1 2 INCH NPT F SS Ball valve Make Wika Odin Waaree 9 LOW OIL LEVEL ALARM SWITCH A change of liquid level correspondingly travels the float to extreme level UP and DOWN This movement of float in turn causes a magnet to move into the proximity of Micro Switch Page 5 of 12 resulting in switch actuation Medium liquid crude oil Switch Housing Aluminum Alloy Service Level alarm in BMS Operative Mode Snap Action maximum rating 5A Process connection 2 ANSI 150 class RF Flange Electrical Connection Float amp Linkage 316 SS 304 SS Max Pressure 14 06 Kg Sq cm 200 psi Max Working Temperature 180 Degree F Power Supply 24 DC IP 65 amp flameproof to gas Gr IIA or IIC Zone 1 Statuary approval DGMS approval certificate is required 10 HIGH OIL TEMPERATURE SWITCH WITH Thermo well Service Level al
78. tation Items amp Flame Arrestor of make other than specified in this tender will lead to outright rejection of bid X The bidder shall provide P amp I diagram of ET for control and safe operation incorporating all instruments BMS etc along with the bid XI The bidder shall provide tentative specifications and dimensions of the instrumentation system given in the tender However bidder has to offer instrumentation system for control and safe operation of ET which shall be suitable amp compatible with the nozzles of the offered vessel The detail specification catalogue literature diagram etc of the same to be submitted along with the bid XII DGMS approval certificate is required for electrical item use in gas Gr IIA IIB or IIC Zone l XIII If DGMS certified instruments are not available in the market during submission of tender then party has to confirm the following in bid i Field trial permission from DGMS for the same to be provided during inspection before dispatch ii Valid DGMS certificate to be provided during commissioning iii The commissioning shall be considered incomplete till the valid DGMS certificate provided by the supplier Page 9 of 12 iv The payment of DGMS approved electrical equipment will be as per normal terms and conditions of the order However payment for the electrical equipment supplied with DGMS field trial permission shall be to the extent of 50 of the cost of the equ
79. ty Pact is applicable against this tender Therefore please submit the Integrity Pact document duly signed along with your quotation as per BRC OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Annexure DDD of the tender document This Integrity Pact proforma has been duly signed digitally by OIL s competent signatory The proforma has to be submitted by the bidder along with the technical bid duly signed digitally by the same signatory who signed the bid i e who is duly authorized to sign the bid Uploading the Integrity Pact with digital signature will be construed that all pages of the Integrity Pact has been signed by the bidder s authorized signatory who sign the Bid If any bidder refuses to sign Integrity Pact or declines to submit Integrity Pact with the offer their bid shall be rejected straightway b The name of the OIL s Independent External Monitors at present are as under SHRI RAGHAW SHARAN PANDEY IAS Retd Former Secretary MOP amp NG e Mail ID rspandey 99 yahoo com SHRI RAJIV MATHUR IPS Retd Former Director IB Govt of India e Mail ID rajivmathur23 gmail com 11 0 The tender shall be governed by the Bid Rejection amp Bid Evaluation Criteria given in enclosed Annexure CCC However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria as per Annexure CCC contradict the Clauses of the tender and or General Terms amp Conditions
80. will monitor the presence of pilot flame and will shut off the fuel gas flow if the flame goes out An auto re light will try to re ignite the burner up to three times if there is a flame failure There will be provisions for dedicated alarm inputs for low fluid level high bath temperature and low as well as high gas pressure that can be user configurable The burners shall be designed with atmospheric natural draft appliances up to 10 000 000 Btu H and shall be suitable to functioning with the following quality of natural gas available at site Composition of Fuel Gas CONSTITUTION Range by VOLUME Methane 85 7 93 52 Ethane 2 45 6 55 Propane 1 28 3 12 Nitrogen 0 53 1 21 Carbon dioxide 0 01 0 57 Iso Butane 0 31 0 75 N Butane 0 4 1 14 Iso Pentane 0 19 0 47 N Pentane 0 17 0 38 Hexane 0 34 1 16 Gravity 0 6204 0 6919 Gross Calorific Value 9636 8 10590 8 Kcal SCUM Net Calorific Value 8704 3 9595 4 Kcal SCUM Moisture content 21 0 120 0 LB MMCFT 336 0 1992 0KG MMSCM Technical Specifications for BMS 1 Approvals CSA Class 1 Division 2 Groups C amp D T4 BMS Controller CSA C22 2 No 199 Combustion Safety Controls and Solid State Igniters for Gas and Oil Burning Equipment 2 Operating Temperature 40 to 50 C 3 Maximum Test Press 25 PSI 4 Operating Fuel Gas Pressure 10 Psi Max Natural Gas 5 Housing and Parts Materials Aluminium SS 6 Power supply 230VAC available at site How
81. xos M avd BIN 7 9 101 7 S3QNadShS S31N 1d Z 9L boni DNILAVT NM 7 OSte o 1 Us 7 Seil SS N oo9 o0 N 5 9 dOVANYD zs 1531 oa 1971170 Bod Gun agni e 17 1 sv5 cu cM 3 E JAANA b5NiN313Inb Ka j pt S29 abNV4 do ps a eWNHanO2 OZ X 5W13a 1102 0 on EE svo 4 913 YAO a T en adld E 2 9 07 530 Ad 30 SSSN 01Hi tye i dr b P AHhynba QaoYgs ip 7 SUAAVT 13395 WdX Nose nia MOS SAT TAM E 1108 8 5 HOA SUD 430 Q 2 d 099 NO g Me i E i daq13 SALVId i TN rt A8 3 ddlN 7 9L a E oper s s NNOD Au anmnxny Bos 7355 i sa10H S L1 7 GAT 539 1 tie I QaQ13A 9 10 3SS AA E Massnuss 519 Lid 7TNOn4lulNa2 i amp NNOD BAYA me 5708 z HlON31 11395 OS26 2200 aite i Ce vis 0 0 gu 58 926 Ge Maier realis nna b AM iara Z 5 _ i i A Pi j 1 4 amp n eee Cons eaae uri rh n
82. y amount lesser than the amount indicated in the Tender d In case the Party refuses to sign Integrity Pact e Average Annual Turnover of a bidder lower than the average Annual turnover mentioned in the Tender 2 0 BID EVALUATION CRITERIA BEC The bids conforming to the terms and conditions stipulated in the tender and considered to be responsive after subjecting to the Bid Rejection Criteria as well as verification of original of any or all documents documentary evidences pertaining to BRC will be considered for further evaluation as per the Bid Evaluation Criteria given below A TECHNICAL 1 The manufactured product should be strictly as per OIL s tender specification B COMMERCIAL 1 To evaluate the inter se ranking of the offers Assam Entry Tax on purchase value will be loaded as per prevailing Govt of Assam guidelines as applicable on bid closing date Bidders may check this with the appropriate authority while submitting their offer Priced bids of only those bidders will be opened whose offers are found technically acceptable The technically acceptable bidders will be informed before opening of the priced bid ascertain the substantial responsiveness 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

Download Pdf Manuals

image

Related Search

Related Contents

Big Dawg Pickup Sweeper Manual  Emerson EZL Series Pressure Reducing Regulator for Low Pressure Applications Drawings & Schematics  R0560031 S gel lftside p6no ins    User Manual  PDF 5.61MB  Teach Yourself Android Application Development in 24  KX-UT113/KX-UT123/KX-UT133/KX-UT136/KX - psn  Clique aqui para fazer o do manual original traduzido..  USER`S AND PROGRAMMING MANUAL  

Copyright © All rights reserved.
Failed to retrieve file