Home

FORWARDING LETTER Tender No. : SDI

image

Contents

1. Havells 4 2 5 All points shall have individual switches and independent neutral wire Separate switchboards shall be provided for crew room store room amp workshop battery room All light and fan points shall be suitably distributed in the switchboards with individual switches In addition each switchboard shall be provided with one no 6 Amps switch socket For ease of operation two or more switchboard shall be provided in the crew room Switchboards shall be made of 1 6 mm thick MS boxes having 3 0 mm thick white coloured ISI approved Hylam sheet 4 2 6 All switches and switch sockets shall be flush type of Anchor make Deluxe model 4 3 CABLE SIZES 1 1 5 sq mm copper cable with earth wire of 1 5 sq mm for point wiring ii 2 5 sq mm copper cable with 2 5 sq mm earth wire for circuit wiring from DB to switchboard and 5 Amp sockets iii 4 0 sq mm cable with 4 0 sq mm diameter bare copper earth wire for power sockets iv The main switch outgoing shall be wired to the DB with 10 sq mm 3 core for phase neutral and earth PVC insulated 1100 V grade fire retardant multi stranded flexible copper conductor and approved by ISI Fire Insurance Authority amp Tariff Advisory Committee 4 4 Following shall comprise the electrical scope of work 4 4 1 Bidder shall submit electrical schematic with earthing scheme amp indicative bill of materials along with quotation 4 4 2 In case of order the successful party has to submit det
2. 6 feet x 3 feet x 18 inch Make Godrej 2 nos Sofa cum bed Godrej Claudia or equivalent model depth 1070 mm 1 No Pillow Kurl On make 4 nos Office table Godrej make model WT 718 716 1 no PC table Godrej make model C11 I no Executive Chairs Godrej make model PCH 7002D I no Office Chairs Godrej make model PCH 7003D 6 nos Tea table Godrej make wooden top design 01 no Executive class shelves racks made of water proof ply board as per design without mica 0 Curtains Executive Class curtains are to provided for all the windows and partition curtains should be of full length door height double layer two pieces 11 Mirror with soap tray 1 set 12 Utility table should be of marble top 1 No RO WNAKKRWHN 6 0 PLUMBING All water points should be provide with internal plumbing with G I 1 2 C class pipes and fitting complete with stainless steel wash basis with mirror of Neycer Cora make and necessary taps and fittings of reputed make Toilet fittings should be of executive quality ISI standard Bidder has to forward details of layout product catalogue and P amp ID 7 0 WELDING The containerized bunk house should be of all welded steel construction using the latest method of MIG Co2 argon shield gas Page 11 of 13 B SPECIAL TERMS AND CONDITIONS I The bidder shall submit 02 sets of complete bid documents comprising of all catalogues drawing with specification for technica
3. Bidder should have experience of successfully executing similar order of Rs 11 45 Lakhs during last 3 years b Annual financial turnover of the firm in any of the last 3 financial years or current financial year should not be less than Rs 38 18 Lakhs 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 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 PSUs and SSI units for the items they are registered with NSIC are provided tender documents Free of Cost as per govt guidelines however they have to apply to OIL s designated office to issue the tender docu
4. SSK SES gt q Z PRESS PRS RSRK RSRK SIKT KKIKKKKD SSIS CREEKA ERREKARRI KRRRSSSLLKKKK RAAEN 2 ESSES OOOO OOOO OOOO OOOO PES SSS SSS SSS SSS EEEE SOS Se SSS SOSOSE SSS pas WARDROBE PALPLALLALALLALLALALALALAL LAA RRR SG SRS 10505053009000 0000000050005000000 RR RR RR RR IRRRIISSSSSSSSSSET 1S RR RR RE E ye Ss e7 O gt ISSN ISESSESSISSES RSEKSSESEE ISS SE ve gt q RR RR R RRR RRS gt LU ROR KRSRIRRIRIKE RR RSRK SSRS SRO KR KK IIR eX OOK PAPA P PLP PPA PA PLA PAP AAA OEE CEEM OSES SEES SSS SSS EEANN AAAA EEANN SRSESESSESESSESSSESISSISESESKSEE EEA AAAA ANNA EEANN BEEE AANA SSS SSS SSS EEANN AAAA tettet RR RIR RIR KR KIRK KIKK KIKKE lt lt gt PERRO RR ROR RR RO KSS LLETRES 0000 SSS SG J lt FRONT VIEW J lt SE SECTIONAL VIEW SS J SB II etl SSS YUOOC DNIATTS bob h gl Niet 3 RK RESA ERE S SERSSESSSSLSES RSS PERSISKE PSSS SESSLER POVO I S E
5. be rejected Similarly modifications to bids received after the bid closing date amp time will not be considered All the Bids must be Digitally Signed using Class 3 digital certificate 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 digital certificate will be rejected Page 5 of 13 2 0 BID EVALUATION CRITERIA BEC The bids conforming to the technical specifications 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 i 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 il To 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 clar
6. gaskets packing all around door frame for complete weather proof 2 2 WINDOWS Windows of width as per drawing x 900 mm H wherever required should be made from high quality aluminum anodized extruded section of suitable size and should be of sliding type fitted with clear fiber glasses Metallic mosquito nets should be provided on suitable framework amp MS decorative grills should also be provided Quantity in number of windows should be as per our drawing Fancy curtain rods and sockets should be provided with curtain 3 0 PRETREATMENT amp PAINTING 3 1 The surface preparation for all steel surfaces should be pre treated with anticorrosive chemicals including degreasing and de rusting and phosphating coated with red oxide zinc chromate primer conforming to IS 2074 The external surface of the bunk houses should be finally painted with two coats of corrosion resistant rubbers chlorinated marine paint or polyurethane paint Page 8 of 13 3 2 The under frame should be painted with bituminous paint of reputed make The colour shades and grade should be decided at the time of inspection and the highest level of aesthetic should be maintained and necessary marking logo should be provided 4 0 ELECTRICAL SYSTEM 4 1 The following electrical items shall be provided in the Bunk House 4 1 1 One no 63 amp SPN Main Switch metallic enclosure with side handle shall be mounted outside the cabin provided with suitable shed for protection agai
7. of bunkhouse viz welding painting pressing of sheets corrugation etc 3 0 Bidders Experience The bidder shall have the credential of successfully executed order s for supplying air conditioned bunk houses of total quantity not less than 02 nos to any reputed company s in last 03 three years preceding from the bid closing date of this tender Documentary evidence in support of past supply experience shall be submitted in the form of copy s of clients purchase order along with relevant documents that confirms the satisfactory execution of each order s viz satisfactory supply completion installation report bill of lading consignee received delivery challan invoice etc 4 0 Bidder s response to all NIT stipulations shall clearly be defined Bidder shall furnish specific details specifications of all major components systems with Make amp Model etc Generalized response like As per NIT Specifications Technical Leaflet Noted and Accepted or in any similar fashion is not acceptable and will be rejected B Commercial Page 4 of 13 i ii iii iv v vi vii BID SECURITY Bid security of Rs 38 000 00 shall 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 If bid security in ORIGINAL of above men
8. with adequate casing to avoid transit damage and rain protection Following points are to be considered for the AC units 1 Compressor shall be of rotary type ii Make Voltas LG Blue Star Carrier Lloyd Samsung Godrej ili BEE rating Minimum 3 star rated iv The machine shall be warranted for 1 year and compressor shall be guaranteed for 5 years Duly signed warrantee Guarantee certificate shall be submitted along with the supply v Control Both remote amp manual Page 9 of 13 4 1 8 One no earth electrode and 25 mm x 6 mm GI straps to be provided for earthing purpose The earthing scheme shall be as per IS 3043 4 2 SPECIFICATIONS OF MATERIALS ELECTRICAL 4 2 1 All wiring from MCB DB to switchboards points sockets etc shall be concealed type inside the paneling running through PVC conduit 4 2 2 Medium grade ISI approved FR PVC conduits shall be used for wiring Conduit size and no of wires in conduit shall be as per IS Corners shall be rounded elbow type for ease of insertion of wires Make AKG PLAZA Finolex 4 2 3 The wiring cable shall be PVC insulated 1100 V grade fire retardant multi stranded flexible copper conductor and approved by ISI Fire Insurance Authority amp Tariff Advisory Committee 4 2 4 All wires shall be colour coded as Red for Phase Black for neutral and Green for earth All wire ends in DB Main Switch and Socket outlets shall have copper lugs of Dowell s Make Finolex
9. 25 SPA H SAILCOR IRSM 41 of 3 mm thick amp should be welded to the bottom MS channel frame corner posts top frame amp roof frame Due to their chemical compositions COR TEN A steel when utilized unprotected exhibits increased resistance to atmospheric corrosion compared to unalloyed steels This is because it forms a protective layer on its surface under the influence of the weather All gaps should be sealed at edges amp at seams bottom sills amp will prevent ingress of insects moisture etc Page 7 of 13 1 6 Roof The roof should be of sloping type from the centre forwards the walls for efficient drain of rainwater The roof should be made of 3 mm thick COR TEN A JIS G3125 SPA H SAILCOR IRSM 41 steel sheets and is provided with adequately pressed reinforced sections from inside for additional strength and this should be able to comfortably resist loads up to 20 Ibs sq feet All the structural steel used should be of standard quality as per IS specifications or equivalent and all steel component section machine pressed for rigidity to optimize strength to weight ratio 1 7 Weather Shed All door amp windows amp air conditioner opening should be provided with weather shed suitable size 1 8 Insulation 75 MM thick thermo cool mineral glass wool fiber glass resin bonded wool conforming to IS 8185 of 1976 should be provided on all side walls end walls roof with special weather proof adhesives This insulation should be
10. ailed electrical drawings bill of materials and specification of all materials light fittings fans etc at least 30 thirty days before start of work All modifications in the work plan and item description as required by OIL shall have to be agreed by the party Page 10 of 13 4 4 3 The electrification job shall start only after approval of drawings and sample of material by Head Electrical in writing 4 4 4 Entire electrical installation work has to be done by licensed electrician as per IE Rules and NEC codes Party will submit the copy of the valid licenses of their work persons to OIL before start of the work 4 4 5 Party shall notify OIL for inspection of wiring work before fixing of panels at least 15 fifteen days in advance 4 4 6 Test report of the entire electrical work as per IE Rules will have to be submitted to OIL after completion of the job 4 4 7 The electrical work shall be treated as complete once installation testing amp commissioning of electrical works are accepted by Head Electrical and submission of test report for electrical works as installed drawings amp list of electrical items used spares for lighting system by the party 5 0 FURNITURE ITEMS All offered furniture should be of executive class Bidder should forward catalogue drawing with specification of all items without which the bid will be liable for rejection The Bill of Material provided below is for per Bunk House 1 Steel Wardrobe size
11. e bids that pass through the Bid Rejection Criteria as stipulated in this document Other terms and conditions of the tender shall be as per General Terms and Conditions vide annexure MM LOCAL E 01 2005 for E Procurement LCB 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 1 0 BID REJECTION CRITERIA BRC BRC BEC TECHNICAL 1 0 The bid shall conform to the specifications and terms and conditions incorporated in the enquiry Bid will be rejected in case the offer fails to meet any technical stipulations as laid out in the technical specifications vide ANNEXURE A Notwithstanding to 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 shall be considered as non responsive and rejected Bids failed to qualify the Bid rejection criteria BRC as stipulated in this document will not be considered for further evaluation 2 0 Bidders Qualifications I Bidder shall be an Original Manufacturer OM having experience in manufacturing of bunkhouse II The bidder shall be a registered vendor with Government Necessary proof in respect of this shall be furnished II Bidder should have the required machinery for undertaking the fabrication
12. ernal 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 quotation 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 Page 1 of 13 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 f 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 and their financial capabilities shall be considered documentary evidence to be provided along with the bid in Technical RFx gt External Area gt Tender Documents as on the Bid Closing Date a
13. gement with 50 mm holes 1 2 Base Frame The main bottom Base frame should be fabricated and welded out of tested quality MS pressed steel channel sections of size ISMC 125 x 65 mm and all the inter connecting cross members should also be steel channels duly welded lengthwise amp breadth wise and conveniently equally spaced and covered with 16 gauge MS sheet continuously welded to the bottom frame 1 3 Skid The under structure base frame of bunk house is to be mounted on the skid consisting of 03 three nos of Indian Standard Medium Beam ISMB 200 x 100 mm hot rolled T section and the end having 115 mm dia class B steel pipe The I section beam should be placed at equal distance and connected with same size beam at 2000 mm apart amp the pipe of MS on both ends in welded construction Base frame and skid should be made in such a way that no foundation is needed for placement of bunk house 1 4 Flooring 19 mm plywood particle board cement bonded Patrick boards confirming to IS 710 manufactured by Anchor swastika kitply sudarshan ITC should be fixed with self tapping screws to the base of MS plate which is welded to the bottom frame The bottom should be sealed with caulking compound and painted with bituminous paint The top inside layer of the plywood should be covered with PVC sheet of Bhor Royal Touch Premier Vinyl 1 5 Side End Walls The exterior cladding of the shell should be of COR TEN A JIS G31
14. hot proof fire retardant non hygroscopic and vermin proof and besides having excellent thermal efficiency and acoustic performance 1 9 Inner Paneling 6 mm ply plus I mm laminate Pre laminated boards should be screwed on the side wall on the internal Z sections square tubes All vertical amp horizontal corners should be neatly finished with aluminum anodized heavy gauge aluminum angles amp flats and the vertical joints of the panels should be mixed with decorative PVC bidding patties aluminum patties to match with the colour of panels to suit the aesthetic appearance The internal paneling of the roof should be of 6 mm pre laminated boards with aluminum anodized bidding patties The ceiling of the roof should be suspended from inside on suitable Z section angle framework 2 0 DOOR amp WINDOWS 2 1 DOOR Door should be of 6 5 feet H x 3 feet W with folding 1 5 mtr x 1 mtr Shed flush mounted double skin construction The shutter should be open from outside The main door should be made from higher grade aluminum extruded section fully insulated of 40 mm thickness for eliminating heat transmission and shock The external side should be clad with 2 mm MS sheet and the internal side should be with plywood hot pressed and phenol bonded with decorative laminated sheets similar to interior finish The door should be fixed with heavy gauge brass stainless steel piano amp Hydraulic door closer corrosion proof and all rubber
15. ifications fulfilling the BRC clauses in to must be received on or before the deadline given by the company failing which the offer will be summarily rejected Page 6 of 13 ANNEXURE 1A ITEM DESCRIPTION BDT A SCOPE OF WORK Manufacture and supply of bunk houses having specified external dimensions complete with G I Rock wool insulation paneling electric fitting furniture and other equipments to provide office and accommodation for site personnel Housing containers shall be used as portable modules and shall be deployed at any place The scope of supply covers all the points stated under various heads below The bunkhouse should be provided with suitable lifting and handling facility for the container handling The bunk House shall be constructed as per the tentative drawing attached herewith 1 0 GENERAL DESIGN amp CONSTRUCTION 1 1 Main Shell The main fabrication of the structural framework should be of integral and all welded type to comprise of the bottom frame overall framework internal and external cladding with insulation and other peripherals sloping self draining roof and desired door window A C opening etc The main corner vertical support posts should be formed into a press component from 5 mm thick MS tested quality plates as per IS specifications and all the corner posts should be suitably welded at the top with a heavy gauge MS plate which should be able to hold steel forged lifting hooks or corner casting arran
16. iry 7 Whether product catalogue for bought out items yes no electrical furniture plumbing paints etc are submitted along with offer 8 Whether structural layout amp electrical wiring drawing yes no with earthing scheme are submitted along with the offer 9 Whether guarantee warranty is offered as per the yes no enquiry 10 Whether marking will be provided as per the enquiry yes no 11 Supporting documents for past supply experience as per the BRC BEC clauses of the enquiry copies of purchase order bill of landing BoL Invoice etc to be enclosed PO no qty amp date Specification of Client s name BoL Any other supplied amp address Invoice No relevant material document PO 1 PO 2 PO 3 Page 13 of 13 6 PCH 7003D 4 nos cabin 1 set Godrej make model all mounted Fan Refrigerator 1 no cabin irs Sofa cum bed 1 no 5 Ton A C unit Executive Chair Godrej make model PCH 7002D 1 no Mirror with soap tray Steel Wardrobe 2 nos cabin Shelves racks 2 nos 1 Reading light near bed Tea table 1 no Wash basin Office table 1 no PC table 1 no Office cha W FALLI PPP AE EEA EEEE A EE A A RIIS BR RSRK KIKKI KR RRRRRIRRIRKRKRRRRRRKRK REG BR RRRRRIRRIRRRKRRRRRRKRKRIG p390390000S0RR RPR 1390 390000 00000300 00050000 BS OSSES ORKER QRRRRRRRSRSR RR RR J PSCC KOSS
17. l evaluation one for Production Dept amp other for Electrical Dept II The bidder shall mention the type of painting and its specifications Only after approval from OIL the paints and primer coats shall be applied to the bunk house II OIL s Purchased Order no unique identification no and PRODUCTION OIL DEPARTMENT shall be weld written on each bunk house Additionally OIL LOGO shall be painted properly on each bunk house IV The offer shall contain completes technical information which should essentially include the following a Complete set of structural drawing with bill of materials b Details like make brand model number etc of the bought out items c Documentary evidence in support of the past supply experience shall be submitted in the form of copies of PO issued by the customer delivery challan invoice proof of acceptance of the materials by the customer etc V The bunk house to be capable of being handled without any strain or damage under the following condition Lifting of the unit by lifting slings separate lifting provisions should be kept on both bottom and top of the unit so that the same can be lifted by using wire ropes slings from any one of the above provisions VI Inspection Each Bunk houses shall be offered for inspection 3 stage inspection to representative of OIL at the following stages of fabrication However inspection by OIL is at its discretion a Raw materials in
18. ments before the last date of sale of tender document mentioned in the tender 3 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 All documents submitted in physical form should be signed on all pages by the authorised signatory of the bidder and to be submitted in triplicate Page 2 of 13 5 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 6 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 7 0Bid mus
19. nst rain Make Havells GE BCH Siemens 4 1 2 One no 8 way SPN MCB DB with 63 Amp 300 mA ELCB as incomer 6 nos 6 amps MCB and 2 nos 20 amps MCB as outgoing shall be provided inside the cabin All MCBs shall be 10 kA C curve DB shall be complete with 63 amps bus bars and shall be as per IP 21 All circuits shall be marked on DB with paint or metallic marker MCB DB Make Legrand Merlin Gerin Siemens 4 1 3 Following lighting arrangement to be provided inside the cabin i Decorative florescent 28 w T5 type with electronic ballast 02 nos ii Decorative florescent 14 w 02 nos iii Bed side reading lamps 02 nos 4 1 4 Two nos 15 5 amps switch 5 Pin socket and 1 one 20 amps metal clad socket in the room shall be provided The sockets shall be mounted in metallic enclosures and have suitably rated MCBs as switches Matching plugs for the sockets should also be provided Make Legrand Merlin Gerin Siemens 4 1 5 Fans 4 four nos of wall mounted fans in each cabin shall be provided Wall mounted fans shall have 300 mm sweep and be equipped with in built speed regulator with OFF position Make Usha Compton Greaves Bajaj Orient Model Mist Air Ultra Mist Air ZX Usha Bajaj Midea BW 01 12 4 1 6 Two cabin earth points on the skid or body outside shall be provided diagonally for final termination of earth wires 4 1 7 One 1 5 Ton window Air Conditioner unit for each bunk house shall be provided
20. oO OIL INDIA LIMITED E A Government of India Enterprises PO Duliajan 786602 Assam India TELEPHONE NO 91 374 2808719 FAX NO 91 374 2800533 Email nireswar phukan oilindia in erp_mm oilindia in FORWARDING LETTER Tender No SDI9734P14 P2 dated 03 05 13 Tender Fee Rs 1 000 00 Bid Security Amount Rs 38 000 00 Bidding Type SINGLE STAGE COMPOSITE BID SYSTEM Bid Closing on As mentioned in the e portal Bid Opening on do Performance Security Applicable Integrity Pact Not Applicable OIL invites Bids for Supply of Bunk House 05 Nos through its e Procurement site under SINGLE STAGE COMPOSITE 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 gt 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 and Amendment No 1 to General Terms and Conditions for Indigenous E Tender Technical specifications and Quantity as per Annexure 1A The prescribed Bid Forms for submission of bids are available in the Technical RFx gt Ext
21. spection b At any time during the fabrication amp before application of primer coating c On completion of the jobs before dispatching the complete bunkhouse VII WARRANTY GUARANTEE The bunk house including all the bought out items should have minimum onsite warranty of one year from the date of installation within which any replacement repairing that may occur should be carried out by the supplier at the site of installation at their own cost and arrangement taking all statutory safety measures practiced in Oil India Limited Warranty guarantee for the painting and quoting should be for two years against any failure rusting etc Bidder should confirm it along with quotation The offer taking exception to this will be rejected Page 12 of 13 CHECKLIST TECHNICAL PARAMETER BIDDER S CONFIRMATION 1 Overall dimension of the bunkhouse as per enquiry yes no 2 Whether raw materials for mainframe base frame skid yes no floor side end walls roof insulation amp inner paneling are offered as per the enquiry 3 Whether the specification of electrical components are yes no offered as per the enquiry 4 Whether the make amp model of all electrical items viz yes no Light fan A C etc are offered as per the enquiry 5 Whether the make amp model of all furniture are offered yes no as per the enquiry 6 Whether the welding work will be carried out as yes no specified in the enqu
22. t be submitted electronically only through OIL s e procurement portal Bid submitted in any other form will be rejected 8 0 The tender shall be governed by the Bid Rejection amp Bid Rejection 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 as per Booklet No MM LOCAL E 01 2005 for E procurement LCB Tenders elsewhere those in the BEC BRC shall prevail 9 0 To 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 sisi NOTE Bidders should submit their bids explicitly mentioning compliance non compliance to all the NIT terms and conditions Yours Faithfully Sd N PHUKAN MANAGER MATERIALS ID FOR HEAD MATERIALS Page 3 of 13 Annexure CCC 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 thos
23. tioned amount is not received 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 Bid Security shall be valid for 300 days from the date of bid opening PERFORMANCE BANK GUARANTEE Successful bidder will be required to furnish a Performance Bank Guarantee 10 of the order value For exemption for submission of Performance Bank Guarantee please refer Clause No 9 12 of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders The Performance Bank Guarantee for capital nature items like plant and machinery etc shall be valid for 12 months from the date of commissioning or 18 months from the date of despatch whichever concludes earlier However for consumables like chemicals cement tubular etc the Performance Bank Guarantee shall be valid for 12 months from the date of despatch The Bank Guarantee should be allowed to be encashed at all branches within India Validity of the bid shall be minimum 120 days from the Bid Closing Date 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

Download Pdf Manuals

image

Related Search

Related Contents

The lightweight future begins here  Guía rápida  wiwheather - Dima Automatismos  Prometheus Feature -- Using FILES and FILES  SERVICE TECHNICAL GUIDE  Biogas Laboratory Setup in Foz do Iguaçu, Brazil    取扱説明書  La Pavoni PAB-16 User's Manual  

Copyright © All rights reserved.
Failed to retrieve file