Home

( A Government of India Enterprise ) PO Udayan

image

Contents

1. 2 The bids conforming to the technical specifications and considered to be responsive will be further evaluated as per the Bid evaluation criteria after subjecting to the Bid rejection criteria as given above B COMMERCIAL i 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 NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions of NIT Tender No SGI3087P14 Page 4 3
2. forward of the wheel axle when the towing eye is 66 cm above the ground level The trailer shall not tilt backward when resting on front legs No part of the trailer shall have a clearance less than 23 cm when the trailer is tilted so as to raise the height of the eye 65 cm or to lower it to 45 cm In Tender No SGI3087P14 Page 1 8 towing position the height of the towing eye shall normally be 55 cm above ground level The stability of the whole unit shall be such that under equipped conditions and with the front supported to produce the normal towing position if the surface on which the appliance stand is tilted to either side to an angle of 25 degrees from the horizontal the point at which the overturning occurs is not passed 1 6 When the fully laden trailer is being towed at 20 km h in cross country for 2 km and in normal traffic conditions on tar road for 10 km the trailer shall hold the road well The axle shall not distort and the alignment of the wheels is ensured 1 7 Efficient brakes shall be provided on the two wheels operated through compensating gear by over run A hand lever Situated in an accessible position at the front of the trailer frame shall be provided for operating the brake when the trailer is disconnected from the towing vehicle The OFF position of the trailer frame shall be towards the front of trailer and there shall be ratchet or similar device to h
3. Annexure I Sample authorisation letter from OEM To be typed on the letterhead of the OEM Ref No Date Chief Materials Manger Oil India Limited Guwahati 781171 Sir Sub Authorisation Certificate Ref Your tender enquiry No Dated We hereby authorize M s to quote for the above tender on our behalf Yours faithfully For type name of the firm here Signature of Authorised Signatory Name Designation Phone No Place Date Affix Seal of the Organization here if applicable KAKKKKKKKKKKKKKKKKKK Tender No SGI3087P14 Page 8 8 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 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 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 any if 1 0 BID
4. REJECTION CRITERIA BRC A TECHNICAL lee The bid shall conform generally to the specifications and 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 i The offer should be for Trailer mounted Foam Monitor with Foam Tank meeting the scope of work specifications mentioned in the tender ii Bidder s Qualification The bidder shall be an Original Equipment Manufacturer OEM of Trailer mounted Foam Monitor with Foam Tank A copy of Certificate of Incorporation of the firm shall be furnished along with the bid OR The bidder shall be an authorized dealer distributor in India for the Original Equipment Manufacturer OEM of Trailer mounted Foam Monitor with Foam Tank Bidder shall enclose a Certificate in support of authorization of dealership distributorship with back up Warranty amp Guarantee from the Original Equipment Tender No SG 3087P14 Page 1 3 Manufacturer OEM to quote for this tender A copy of certificate of incorporation of Original Equipment Manufacturer OEM shall also be furnished along with the bid iii Bidder s Experience The bidder should have th xperience of successful execution of supply of at least 2 Two Nos Trail
5. not contain any data Version Processor Checker The Techno Commercial Unpriced Bid shall contain all techno commercial details 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 Bidders are requested to examine all instructions forms terms and specifications in the bid Failure to furnish all information required as per the bid or submission of offers not substantially responsive to the bid in every respect will be at the bidders risk and may result in the rejection of its offer without seeking any clarifications Yours Faithfully Sd MS A GOGOI SENIOR MANAGER MATERIALS FOR GENERAL MANAGER PLS Page 4 of 6 Appendix 1 OIL S TENDER NO OFFER RFF PRICE SCHEDULE FOR INDIAN BIDDERS Item No Quantity Unit Rate Extended Price 1 Etc Total Ex factory Material Value A Total Ex factory Material value B Packing and forwarding charges C Central excise duty if any Amount included payable extra Strike o
6. 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 li Performance Security Tender No SGI3087P14 Page 2 3 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 their 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 li The Bank Guarantee should be allowed to be encashed at all branches within India Iv Validity of the bid shall be minimum 120 days from the Bid Closing Date v 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 reject
7. Fx Number TEST2 commercial Unpriced Bid RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx H RFx Information tems Notes and Attachments _ c Basic Data Questions Event Parameters Service and Delive Currency Indian Rupee e Detailed Price Information Price w ith Conditions Go to this Tab Notes and Incoter Attachments for Uploading Status and Statist Terms of Payment 9010 90 against despatch 10 after re Priced Bid files Created Created E Last Processed C Last Processed E w Partners and Delivery Information Function Number Name Valid fr E The table does not contain any data Page 3 of 6 Note x xK 6 0 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 Re e Close Save Bid on EDIT Mode Status Withdrawn Submission Deadline 13 04 2013 11 00 00 INDIA RFx Response Version Number 2 RFx Version Number 5 RFx Response Number 60006452 RFx Number TEST2 i RFx Owner WIPRO_TEST1 Total Value 0 00 INR Area for uploading Techno Commercial Unpriced Bid Adda Clear Assigned To Category Text Preview ee ee Area for uploading Priced Bid Sign Attachment Add Attachment Edit Description Versioning Delete Create Qual Assigned To Category Description File Name 5 The table does
8. OILINDIA LIMITED A Government of India Enterprise P O Udayan Vihar 781171 Guwahati Assam India OIL INDIA LIMITED invites Competitive Bid through its e Procurement portal https etender srm oilindia in sap bc gui sap its bbpstart for following e tender e Tender Type of Materials Quantity Bid Closing Tender Fee No Bidding Description Date SGI3087P14 Indigenous Trailer Mounted 5 Nos 12 06 2014 Rs 1000 00 Competitive Foam monitor Bid SGI3124P15 do Cathodic Protection 16 Nos 12 06 2014 Rs 1000 00 Transformer Application showing full address email address with tender fee Non refundable of value as mentioned above excepting PSU s and SSI units registered with NSIC by D Draft in favour of M s Oil India Limited and payable at Guwahati to be sent to Chief Materials Manager Oil India Limited P O Udayan Vihar Assam 781171 only The envelope containing the application for participation should clearly indicate Request for participation for easy identification and timely issue of authorization No physical tender documents will be provided 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 Bidders who are already having vendor code user id are advised to log in using user id and password and register against the respective e tender an
9. Self Inducting Nozzle SS 316 L1 Swivel Joints SS 316 1ii Worm SS 316 i i iv Gear SS 316 v Spindle for worm SS 316 vi Hand wheel for Nozzle horizontal vertical movement SS 316 vii Drain connection Drain Valve SS 316 viii Foam strainer SS 316 removable type ix Nuts bolts at Monitor SS 316 x Flanges SS 316 150LBS ANSI rating sizel00 mm 3 12 Performance Monitor shall be capable of giving following performances at its rated discharge at a pressure of 7 0 Kgf cm2 3 12 1 The Monitor shall be tested at operative pressure of 7 kgf cm2 in still air condition where it shall have minimum discharge of 2839 LPM 750 GPM with minimum effective horizontal water throw at 30 Degree of 62 meter and Foam throw of 55 meter 3 12 2 It shall have Foot Print of 10 x 5 L x W meters Tender No SGI3087P14 Page 4 8 3 12 3 Leakage Test The entire assembly shall be subjected to hydraulic pressure of 30 kgf cm2 During the test there shall not be any leakage sweating observed in any of the swiveled joints 4 0 Foam Tank 4 1 Effective Capacity 1000 Ltrs A sufficient ullage space shall be considered 4 2 Material Foam Tank will be made out of SS 316 suitable for handling foam compound which is corrosive in nature The minimum thickness of the tank plate shall be 5 mm 4 3 Foam tank shall be provided with adequate sized top manhol
10. TOR UL Listed Foam cum water Monitor capable to give discharge with hollow jet fog and spray arrangement 3 1 Capacity 750 US GPM operating at 100 psi and there should be arrangement of adjusting the flow from 250 GPM up to 750 GPM 3 2 Self Inducting Nozzle The nozzle should be able to discharge the rated capacity at a pressure of 7 0 Kgf cm2 The foam compound will be AFFF of 3 conc The nozzle shall give a foam expansion of 1 3 to 1 4 The nozzle shall be able to give a dense fog curtain up to 160 deg The monitor should also be operable at a pressure of 10 50 KG CM2 G The Monitor shall be compatible with UL Listed Foam compound and Jet Ratio Controller Pump No rubber plastic parts to be provided in the nozzle 3 3 The monitor shall have traversing mechanism to give 360 deg in either direction in horizontal plane and 90 deg amp 45 deg in vertical plane through enclosed geared unit with worm and worm wheel operated by separate hand wheel for horizontal and vertical rotation The arrangement shall be such that monitor shall be self locking type and operated by a single person 3 4 There shall not be any flanged joint on the monitor body except base flange Joint between monitor body and nozzle shall be threaded joint 3 5 SWIVEL JOINTS Geared wheel Type Tender No SGI3087P14 Page 3 8 Seed Low maintenance precise and effortless geared wheel type swivel joint shall be incorp
11. ate etc with the aluminum chequered plate of minimum 3 15 mm thickness 1 1 The trailer will be of heavy duty construction to carry fully laden load with stability and will be designed for easy operation and mobility with adequately size chassis frame solid beam axle springs caster wheel brake two bar amp jack legs The jack arrangement shall be such that the tank would not tilt while handling on the slopes 1 2 All the metal parts exposed to atmosphere and all the parts which forms water ways or come in contact with water shall either be of corrosion resisting material or treated in an approved manner to prevent corrosion 1 3 The combined unit being permanently mounted on a trailer with tank and monitor it shall be capable of being towed safely by a standard vehicle It should be provided with towing eye of 80 mm dia in front of trailer brake system and 4 nos of braced outriggers supporting legs jacks with maximum strength and stability on wide range of surfaces including concrete tarmac compacted gravel and pea shale The towing eye and draw bar shall be of substantial construction The towing eye shall be of high quality forged steel of proper designed ultimate tensile stress or other suitable material capable of giving suitable performance The shank shall be adequately machined with adequate radius at the shoulders 1 4 The wheel track shall not exceed 1 4 meter 1 5 The centre of gravity of the whole unit shall be slightly
12. d indicate the same while making application along with tender fee for participation Details of tender can be viewed using Guest Login provided in the e Procurement portal The link to OIL s e Procurement portal has also been provided through OIL s web site www oil india com USER ID AND INITIAL PASSWORD WILL BE ISSUED TILL ONE WEEK PRIOR TO THE BID CLOSING DATE Tender No Tender Fee Bid Security Amount Bidding Type Bid Closing on Bid Opening on Performance Security OIL INDIA LIMITED A Government of India Enterprises PO Udayan Vihar Guwahati 781171 Assam India TELEPHONE NO 91 361 2594287 FAX NO 91 361 2643686 Email aparajita oilindia in erp_mm oilindia in FORWARDING LETTER SGI3087P14 dated 30 03 2014 Rs 1 000 00 As mentioned in the e portal SINGLE STAGE COMPOSITE BID SYSTEM As mentioned in the e portal do Applicable OIL invites Bids for Supply of Trailer Mounted Foam cum Water Monitor with Foam Tank 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
13. e with handle suitable drain connection extended upto the periphery of the tank connected with male coupling at the end 4 4 Level Indicator Suitable level indicator shall be provided to the tank so that the level of the content can be seen outside 5 0 Weight of the Equipment The unladen weight of the Trailer unit shall not be more than 2 Tons 6 0 Workmanship and finish All the parts shall have workmanship and finish All burrs and sharp edges shall be removed Passages for foam water and nozzle shall have smooth finish and shall be of corrosion resistant material 7 0 Painting and marking All the Non ferrous components subject to direct foam water contact to be coated on inside with tin lead alloy External surface of such components t LO be given good polish Each Monitor shall be clearly and permanently marked with the following a Supplier s name b Year of manufacturer c A word Oil India Limited and the order No d Capacity of the Tank on the Tank e Capacity amp UL Marking on Monitor Body 8 0 Performance Guarantee The manufacturer shall guarantee the material workmanship and the performance unit for a period of one year from the date of commissioning The vendor without any extra cost shall rectify any mechanical defect faulty workmanship or operational defects found during this period 9 0 Inspection amp Testing Two stage inspections shall be considered and shall be declared in the offe
14. ed ri 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 li All 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 2 0 BID EVALUATION CRITERIA BEC The bids conforming to the technical specifications Tender No SGI3087P14 Page 3 3 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 Prior to th detailed evaluation Company will determine the substantial responsiveness of each bid to th requirement of the Bidding Documents A substantially responsive bid is one which conforms to all the terms and conditions of the Bidding Document without material deviations or reservation
15. er mounted Foam Monitor with Foam Tank of not less than 2839 LPM 750 GPM 7 Kg cm2 capacity in the last 5 Five years out of which at least 1 One Trailer mounted Foam Monitor with Foam Tank of not less than 2839 LPM 750 GPM 7 Kg cm2 capacity in the last 2 Two years preceding to the Bid Closing date of this Tender A copy of Purchase Order and Performance Report Proof of Supply should be enclosed along with bid to ascertain the same iv Offer should be complete with inspections and supply B COMMERCIAL i Bid security Bid security of Rs 42 500 00 shall be submitted manually in sealed envelope superscribed with Tender no and Bid Closing date to Chief Material Manager Oil India Limited Pipeline Headquarter P O Udayan Vihar Guwahati 781171 Assam on or before the Bid Closing Date and Time mentioned in the Tender If bid security in ORIGINAL of above mentioned 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 10 months from Bid closing date i e upto 12 04 2015 In case of extension of Bid Closing date against the tender where a bidder has already submitted his bid with
16. ications 4 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 5 0Bid must be submitted electronically only through OIL s e procurement portal Bid submitted in any other form will be rejected 6 0The 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 as per Booklet No MM LOCAL E 01 2005 for E procurement LCB Tenders elsewhere those in the BEC BRC shall prevail 7 0To 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 i 9 1 A screen shot in this regard is given below Display RFx Response eee eae veel a a cosg Go to this Tab Technical RFx ia int Nae Technical REx Resp Response for Uploading Techno RFx Response Number 60006452 R
17. ion of brakes The compensation mechanism shall be such as to give smooth tow at all reasonable speeds on average road surface 2 0 FRAME amp TYRES Tender No SGI3087P14 Page 2 8 The trailer frame shall incorporate two semi elliptic springs see IS 1135 1973 and axles The whole unit shall be compact and the Foam Monitor with Foam Tank unit shall be so mounted as to bring centre of gravity as low as possible 2 1 A railing guard shall be provided on both the sides of the frame on the top of adequate height for safety of the operating person 2 2 Foam induction can be carried out through Jet Ratio Controller Pump ventury arrangement with proper no of 63 5 mm instantaneous couplings to meet the required discharge All the parts of the assembly shall be of SS 316 2 3 Suitable Hose Box and tool box shall be provided on either side of the trailer to accommodate fire hoses 2 4 Suitable climbing arrangement shall be provide for the operating person 2 5 Tyres Mud guarded Cross country type pneumatic tyres of 6 00 x 16 size 6 ply 600 x 16 x 6 ply shall be used for the unit A Caster wheel shall be provided at the front of the Trailer 2 6 Reflective lights and break lights should be provided with wire mesh protection guard over glasses Additional rear red triangular reflectors and side orange reflectors shall be provided 3 0 MONI
18. old the brake in the ON position 1 8 Two handles man handling bars of mild steel each not less than 50 cm long and which can be folded and secured along the frame when not in use shall be provided at the front of the trailer frame These handles shall be at least 15 cm above the level of the towing eye 1 9 Two eyes for the attachment of drag ropes shall be provided in suitable positions Four slinging eyes shall be provided two of which may be drag eyes 1 10 Two suitable jack legs in the rear and two in the front capable of being lowered into position and adequately secured to provide a suitable base for the unit when operating the Monitor by a person or standing unattached shall be provided The legs shall have 200 mm round mild steel plated dished upwards welded to the base of the pipe legs to prevent penetration into the earth when standing unattached The legs shall be capable of being positively locked in the housed position 1 11 To ensure that the housing will withstand shock loads inherent under towing conditions it is essential that the design of the eye and housing and the means of fixing the housing the trailer chassis frame will take care of properly designed draw pull without being overstressed 1 12 The shank of the towing eye shall be mounted in the housing so as to absorb shocks in both directions of movement for forward to cushion the shock of taking the tow load and backward to regulate the rate of applicat
19. orated for easy amp trouble free operation for it s horizontal and vertical movement Each Hand wheel have sufficient friction to maintain the set position when pressurized so that it can be left unattended at the same time care should be taken to ensure easy movement even at high operating pressure 3 5 2 One of the swivel joint shall be so designed so as to have horizontal rotation of 360 in either direction and another shall be so designed so as to have vertical rotation of minimum 135 90 upward and 45 downward 3 5 3 Gear Wheel amp Worm It shall be made of Non corrosive SS 316 material 3 6 A pressure gauge to indicate the inlet pressure shall be fitted in the monitor body near inlet of nozzle 3 7 Pressure drop across the monitor should be less than 10 PSI 3 8 A drain connection with valve shall be provided near the base mating flange 3 9 The monitor shall be so designed as to resist the nozzle reaction forces during operation and shall be capable of being handled by one person 3 10 Additional Pick up tube of transparent braided made of PVC Non collapsible type material of minimum 3 Three meter length with metal strainer of Non corrosive SS 316 material so that it can be easily inserted into the foam compound jerry Cans Drums for induction in case of leakage of the Foam Tank as an alternate arrangement It shall be detachable type with Ball type valve of SS Brass 3 11 Material of Construction Monitor Body
20. r by the Bidder The Party shall declare that prior to dispatch from manufacturer s shop the various acceptance tests Range Tender No SGI3087P14 Page 5 8 Capacity performance stability of the trailer etc as required as per the relevant standard Specification shall be carried out by them to the complete satisfaction of OIL representative or OIL authorized inspection agency without any extra cost to OIL All consumable e g water foam compound etc shall be arranged by the vendor at his own cost Vendor shall arrange all facilities to carry out inspection amp testing covering Review of material test certificates Hydraulic test of monitor shall be carried out at 30 KG CM2 Testing to verify the performance parameters including foam pick up rate and Visual and dimensional check Hydro test of the Foam Tank as built drawing of the tank and trailer is necessary OIL or his representative shall have access at all reasonable times to vendor s works where the appliance or its accessories are being fabricated and tested 10 0 Information documents required from the Vendor 10 1 Along with the Bid a Vendor to give schematic sketch Top view Front View etc of the whole Monitor assembly with trailer along with the technical Details and drawing s of the offered Trailer mounted foam cum water monitor with bill of material of trailer monitor amp accessories b K factor of the nozzle with suppo
21. rting calculations c Pressure drop across the monitor d Latest reference lists of vendor showing his experience in design manufacturing amp supply of such items The vendor will submit copy of Purchase orders of similar items with technical specifications issued by the buyer The performance report may also be submitted For each supply the name of buyer P O No P O date technical specifications name of contact person e mail phone number etc shall have to be furnished by the vendor e Valid certificates of UL Listing approval and marking of offered foam cum water monitor f Quality assurance plan QAP material used f r fabrication General arrangement Plan GAP incorporating the stipulated inspection and testing requirements in detail with precautionary measures for avoiding corrosion and suitable balancing of the trailer in detail g In the event of an order the supplier shall assured Six sets of final frozen drawings to be provided within 20 25 days from the date of P O before start of fabrication 10 2 In the event of an order at the time of Supply Tender No SGI3087P14 Page 6 8 Six sets of documents duly certified to be provided a As built drawings of monitor assembly b All inspection and testing records c Operating and instruction manual d Testing and maintenance procedure manual Tender No SGI3087P14 Page 7 8
22. st 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 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 documents 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 Chief Material Manager Oil India Limited Pipeline Headquarter P O Udayan Vihar Guwahati 781171 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 Page 2 of 6 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 3 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 clarif
23. te 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 Bidder should have experience of successfully executing similar order of Rs 12 75 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 42 50 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 Guwahati is to be sent to Chief Material Manager Oil India Limited Pipeline Headquarter P O Udayan Vihar Guwahati 781171 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 Gue
24. tender will be governed by a General Terms amp Conditions for e Procurement as per Booklet No MM LOCAL E 01 2005 for E Procurement LCB Tenders b Technical specifications and Quantity as per Annexure 1A c The prescribed Bid Forms for submission of bids are available in the Technical RFx gt External Area gt Tender Documents d 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 Page 1 of 6 e 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 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 No
25. ut whichever is not applicable D Total FOR FOT despatching station Operating rail head despatching station A B C above E Central Sales Tax Amount included payable extra Strike out whichever is not applicable F Inland freight By Road up to Guwahati G Insurance H Total FOT Guwhati value D E F G above I Pre despatch Inspection Charge if any J Total Destination price H I above Delivery Validity of bid Payment terms Despatching Station Net weight Kgs Gross weight kgs Volume Cu M Bid Bond reference and validity Page 5 of 6 OTST RGR omn a a his Ape aie Dated ay owe oats cece haven eae aeantbea te OIlS Tender NOs sinire ennot a oe alee N E a ee ee CE Os For amp on behalf of sasiacdacatiac heii Designation ss esssssessssssrsseresssreessrese Page 6 of 6 Annexure 1A QTY Technical Specification of Trailer Mounted Foam cum Water Monitor with Foam Tank Design fabrication supply and commissioning of Trailer 5 Nos mounted Foam Monitor with Foam Tank as per the following specification 1 0 TRAILER Flatbed type trailer fabricated from carbon steel section channels and non slip plate decking complete with pneumatic tyre 2 Nos shock absorbers lead springs and forged spring loaded towing eye sturdy jacks rugged road going axle of minimum 50 mm x 50 mm square automatic and manually operated hand brake and over run brake reflector tail lamp number pl

Download Pdf Manuals

image

Related Search

Related Contents

  HJ-325/HJ-326F の取扱説明書に関する お詫びとお知らせ  Célébrons 25 ans de désolidarisation  MJ100/200型フードスライサー簡易操作ガイド  OfficeServ Softphone User Guide      ハットさん さよなら  LevelOne 16-Port Fast Ethernet PoE-Plus Switch, 480W  取扱説明書 無線アダプター APS-12B  

Copyright © All rights reserved.
Failed to retrieve file