IMPORTANT NOTE - Oil India · IMPORTANT NOTE BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE...

17
0 IMPORTANT NOTE BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL HAVE TO PURCHASE THE TENDER DOCUMENTS FROM ANY OF OIL’S DESIGNATED OFFICES GIVEN BELOW. BID DOCUMENTS (NON- TRANSFERABLE) CAN BE PURCHASED TILL ONE DAY PRIOR TO THE RESPECTIVE BID CLOSING DATE ON PAYMENT OF TENDER FEE (NON-REFUNDABLE) OF US$ 100.00 OR RS. 4,500.00 (EXCEPTING PSUS AND SSI UNITS) FROM : ______________________________________________________________________ (A) HEAD - MATERIALS, OIL INDIA LIMITED, P.O. DULIAJAN, ASSAM - 786602 (B) HEAD - CALCUTTA BRANCH, OIL INDIA LIMITED, 4-INDIA EXCHANGE PLACE, KOLKATA - 700001 (C) SENIOR ADVISER (CONTRACT & PURCHASE), OIL INDIA LIMITED PLOT NO.19, SECTOR - 16A NOIDA - 201301 ______________________________________________________________________ PROOF OF PURCHASE OF TENDER DOCUMENTS MUST BE SUBMITTED ALONG WITH THE OFFER, FAILING WHICH OFFERS WILL BE TREATED AS UNSOLICITED.

Transcript of IMPORTANT NOTE - Oil India · IMPORTANT NOTE BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE...

Page 1: IMPORTANT NOTE - Oil India · IMPORTANT NOTE BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL ... *

0

IMPORTANT NOTE

BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL HAVE TO PURCHASE THE TENDER DOCUMENTS FROM ANY OF OIL’S DESIGNATED OFFICES GIVEN BELOW. BID DOCUMENTS (NON- TRANSFERABLE) CAN BE PURCHASED TILL ONE DAY PRIOR TO THE RESPECTIVE BID CLOSING DATE ON PAYMENT OF TENDER FEE (NON-REFUNDABLE) OF US$ 100.00 OR RS. 4,500.00 (EXCEPTING PSUS AND SSI UNITS) FROM : ______________________________________________________________________

(A) HEAD - MATERIALS, OIL INDIA LIMITED, P.O. DULIAJAN, ASSAM - 786602 (B) HEAD - CALCUTTA BRANCH, OIL INDIA LIMITED, 4-INDIA EXCHANGE PLACE, KOLKATA - 700001 (C) SENIOR ADVISER (CONTRACT & PURCHASE), OIL INDIA LIMITED PLOT NO.19, SECTOR - 16A NOIDA - 201301

______________________________________________________________________ PROOF OF PURCHASE OF TENDER DOCUMENTS MUST BE SUBMITTED ALONG WITH THE OFFER, FAILING WHICH OFFERS WILL BE TREATED AS UNSOLICITED.

Page 2: IMPORTANT NOTE - Oil India · IMPORTANT NOTE BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL ... *

1

Oil India Limited (A Govt. of India Enterprise)

P.O. Duliajan – 786602, Assam Fax No. +91-374-2800533, E-mail : [email protected]

Tender No. & Date : DFD7114P08/09 09.11.2007 Tender Fee : INR 4,500.00 OR USD 100.00 Bid Security Amount : INR 153,000.00 OR USD 3,825.00 (or equivalent amount in any currency) Bidding Type : Two Bid Bid Closing on : 20.02.2008 at 13:00 hrs. (IST) Bid Opening on : 20.02.2008 at 13:00 hrs. (IST) Performance Guarantee : Applicable OIL INDIA LIMITED invites Global Tenders for items detailed below : Item No. / Mat. Code

Material Description QTY. UOM

10 OC000596

SUPPLY, INSTALLATION & COMMISSIONING OF FUEL INJECTION PUMP CALIBRATION TEST STAND (BRAND NEW) FOR TESTING AND CALIBRATING FUEL INJECTION PUMPS AS PER THE DETAILED SPECIFICATION, BRC/BEC AND OTHER TERMS AND CONDITIONS VIDE ENCLOSED ANNEXURE I, II, & III RESPECTIVELY.

1 No.

Special Notes : 1.0 Bids are invited under Single Stage Two Bid System. Bidders shall quote accordingly under

Single Stage Two Bid System. Bidder not complying with submission procedure mentioned in General Terms & Conditions of Global Tender (MM/GLOBAL/01/2005) will be rejected.

2.0 Bid Rejection Criteria (BRC)/Bid Evaluation Criteria (BEC) vide Annexure II shall be

applicable to this Tender. 3.0 Technical Check-List and Commercial Check-list vide Annexture III should be filled-up and

submitted along with the offer. 4.0 The quotation must submitted in triplicate and accompany relevant original catalogue,

literature, and drawing illustrating all components failing which the offer will be liable for rejection.

5.0 Oil India Purchase Order No. must be engraved on the body of the item. Bidder must confirm

the same categorically in their quotation.

Page 3: IMPORTANT NOTE - Oil India · IMPORTANT NOTE BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL ... *

2

6.0 Payment : Payment shall be released as follows:

i) 80 % of the order value shall be paid against dispatch / shipment of the goods.

ii) Balance 20 % of the order value along with the commissioning charges shall be paid after successful commissioning and acceptance of the item by OIL.

OIL may also consider 100 % payment against shipment / despatch document provided bidder agree to pay the interest for 20 % of order value and also submit Bank Guarantee equivalent to 20 % of the order value in addition to the Performance Security of 10 %.

Any offer not complying with the above shall be loaded at one percent above the prevailing Bank rate (CC rate) of State Bank of India for evaluation purpose.

7.0 To ascertain the substantial reponsiveness of the bid OIL reserves the right to ask the bidder

for clarification in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in toto must be received on or before the deadline given by the company, failing which the offer will be summarily rejected.

8.0 The items covered by this enquiry shall be used by Oil India Limited in the PEL/ML areas

which are issued/renewed after 01/04/99 and hence Nil Customs Duty during import will be applicable. Indigenous bidder shall be eligible for Deemed Export Benefit against this purchase. Details of Deemed Export are furnished vide Addendum to MM/GLOBAL/01/2005 enclosed.

9.0 If any of the clauses in the BRC/BEC contradict with other clauses of NIT elsewhere, then the

clauses in the BRC will prevail. 10.0 Bid Security Clause No. 9.8.2 (under Exemption of Bid Security) of Section A of the General

Terms & Conditions for Global Tender (Refer Document No. MM/GLOBAL/01/2005) stands deleted.

11.0 For other terms and conditions please refer our General Terms & Conditions for Global

Tender MM/GLOBAL/01/2005 enclosed.

Contd..Page-3

Page 4: IMPORTANT NOTE - Oil India · IMPORTANT NOTE BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL ... *

3

ANNEXURE- I Detailed specification of the item :

1.0 Fuel Injection Pump Calibration Test Stand (brand new) for testing and calibrating fuel injection pumps of the following makes & models of diesel engines:

* CUMMINS : N743,NT743,N855,NT855,VTA1710, NTC495 * CATERPILLAR : D398, D399, 3512, 3208,3304,3406, 3412 * RUSTON : 2YDA, 4YDA, 6YDA * KIRLOSKAR : HA294, HA494, TA2

2.0 Fuel Injection Pump Calibration Test Stand (brand new) should be designed for carrying out testing of large to small sized multicylinder (up to 12 or 16 cylinders) typically for Generator, Pumps, Oil Drilling/ Workover and Well Servicing applications.

3.0 Fuel Injection Pump Calibration Test Stand should be designed to meet fuel injection pump testing functions with necessary features and attachments / kits for the above makes & models of diesel engines.

4.0 Test Stand should be PC operated and is controlled through suitable Microsoft software (Licensed) and should have speed and ease of operation. Bidder must mention PC specification in details in offer.

5.0 Test Stand should be cost effective, robust and easy and safe to use.

6.0 Main features of the Fuel Injection Pump Calibration Test Stand:

6.1 NECESSARY ACCESSORIES/KITS FOR ABOVE MAKE & MODEL DIESEL ENGINE FUEL INJECTION PUMPS

6.2 TESTING CAPABILITY TO TEST ROTARY PUMP, IN-LINE PUMP,COMBINED INLINE & ROTARY PUMP.

6.3 WITH FLEXIBLE ACCESSORIES / KITS. 6.4 PC WITH WINDOWS OPERATING SYSTEM. 6.5 PRESSURE PHASING TO 80 BAR. 6.6 ANTI - BACKLASH COUPLING 6.7 VARIABLE D.C SUPPLIES 6.8 COOLED METERING UNIT 6.9 BACK LEAKAGE TEMPERATURE MEASUREMENT AT PUMP OUTLET 6.10 AUXILIARY SOCKET FOR EXTERNAL CALIBRATOR CONTROL AND POINT

OF INJECTION CENTER. 6.11 ANALOGUE SPEED TRIM FOR FINE CONTROL OF GOVERNORS 6.12 DIGITAL PRESSURE DISPLAYS 6.13 DRIVE “NUDGE” CONTROL 6.14 AUTO STEP TEST PLAN EDITOR AND EXECUTION. 6.15 COMPACT DIMENSIONS 6.16 MULTICYLINDER (UPTO 12 OR to 16 CYLINDERS)VIDEO METERING 6.17 DC HIGH TORQUE MOTOR 6.18 FLYWHEEL 6.19 DISPLAY OF PUMP OUTPUT AND TEST STAND OPERATING DATA. 6.20 DIGITAL DYNAMIC PHASING 6.21 DIGITAL DYNAMIC TIMING 6.22 DIGITAL ADVANCE 6.23 DIGITAL BOOST 6.24 DIGITAL RACK

Page 5: IMPORTANT NOTE - Oil India · IMPORTANT NOTE BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL ... *

4

7.0 Test Stand should be of sophisticated designed so that it allows the operator to use the equipment quickly.

8.0 Test Stand should be designed with the combined ability to test “all makes” & models of Fuel

Injection pumps & equipment as listed above. 9.0 Computer with user friendly Windows operating system and suitable Software having speed

and ease in operation for saving time. 10.0 User - friendly designed test stand with the facility to handle all types of Fuel Injection multi

cylinder pumps with minimum stress and strain on the operator. 11.0 Test Stand should be designed with high torque direct drive DC motor to ensure that the full

torque of the drive motor is available at the drive coupling from low rpm. 12.0 Safety should be prime consideration in designing the Test Stand. The flywheel should be

fully enclosed and the electrical components are fully guarded within the electrical cabinet. Emergency stop switches should be accessible easily.

13.0 PUMP AND INJECTOR MOUNTING: 13.1 System with special adaptors to permit quick change over of pumps and injectors with a

simple plug-in action. The bed should be long enough to accommodate all diesel engine multi cylinder pumps enabling the operator to set a comfortable working height.

14.0 Design of the injector should be made to reduce noise. 15.0 Test Stand should have a powerful standard office PC running Microsoft operating system. 16.0 Ability to set up the basic fuel pumps parameters, phasing angles. 17.0 The Metering screen to provide all information required for testing and calibration. 18.0 It should a fault occur in the Test Stand then its self diagnostic routine to indicate causes for

example motor over temperature, air supply failure, the need for filter change, stalled motor, and low tank.

19.0 TECHNICAL SPECIFICATIONS: 19.1 All the designed technical data of the offered Fuel Injection Pump Test Stand (brand new)

for testing fuel injection pumps of various makes and models of engines (mentioned above) should be provided.

20.0 Test Stand should be supplied with the following: 20.1 Necessary accessories/kits/adaptors for mounting of Caterpillar engine pumps, Ruston engine

pumps, Kirloskar engine pumps & Cummins engine pumps of the above models for testing & calibration are to be supplied along with the Fuel Calibration Test Stand.

Page 6: IMPORTANT NOTE - Oil India · IMPORTANT NOTE BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL ... *

5

21.0 Functions ( Operations): 21.1 Operation using the onboard computer, keyboard and 15" TFT ( TFT-LCD : Thin Film

Transistor Liquid Crystal Display) together with the pressure control valves and digital pressure gauges.

21.2 The computer and keyboard to allow the operator to either enter data e.g. speed, or to observe

test results, such as pump output on the Metering display. 21.3 Other displays should include pump advance and phasing angles and Test Stand self

diagnostic information. 21.4 Operating data such as test plans to enter, store and execute. 21.5 Windows user interface in which the fuel calibration machine controls application works. 21.6 Limits can be set on other machine parameters, and the colour change also applies, giving

instant recognition of an out of limits value. 21.7 All functions are menu controlled, accessed by either the function keys or the mouse. 21.8 The main menu is displayed when first switching on the machine. The user then set up the

basic fuel pump parameters. 21.9 The dynamic phasing display is used to show all pump phasing angles simultaneously for

rapid adjustment.

21.10 The heart of the machine operation is the metering screen which presents all the information to the operator which is required at anyone time. The Metering display to change automatically for common testing to ensure that test data displayed is relevant to the application.

21.11 Operation of on-screen "ANALOGUE" pressure gauges. A limits band is displayed on the gauges and an out of limits value is signaled by a change of the needle from yellow to red.

21.12 Should a fault occur with the test stand it is detected using self diagnostic routines displayed

on the computer monitor. This should indicate for example motor over temperature, air supply failure, the need for filter change, stalled motor and low tank.

22.0 Fuel Injection Pump Calibration Test Stand to be designed for measuring the following

functions: i) Measurement of each cylinder’s delivery at any speed. ii) Checking of each cylinder’s injection timing with static. iii) Checking of the sealing of injection pump body. iv) Checking of the Governors. v) Checking of the manifold pressure compensator. vi) Measurement of the internal pressure of distributor pump body. vii) Measurement of the reflux delivery of distributor pump. viii) Testing of the valve of distributor pump. ix) Checking of the transfer pump. x) Checking of the advance angle.

Page 7: IMPORTANT NOTE - Oil India · IMPORTANT NOTE BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL ... *

6

23.0 Supplier should carry out the commissioning of the Test Stand with all its accessories at the

site at ICE shop at Duliajan, Assam, India. General Notes for Bidders. 1.0 All the items shall be brand new, unused & of prime quality.

2.0 The bidder should quote (item wise) for all the items required for the system. 3.0 Bidder should mention the “Electric Power Supply” requirement for their offered Fuel

Injection Pump Calibration Test Stand for testing above make and models of Fuel Injection Pump.

4.0 Bidders other than the Original Equipment Manufacturer (OEM), must enclose proper authorization certificate ( in original ) with a back up Warranty and Guarantee from the OEM to quote against this tender failing which the offer will be liable for rejection.

5.0 After Sales Service : The nature of after sales service, which the supplier can provide during initial commissioning and also subsequently, should be clearly stated.

6.0 Warranty / Guarantee : The offered items/complete unit, in the event of an order, must be under guarantee / warrantee by the bidder for a minimum period of not less than 18 months from the date of dispatch or 12 months from the date of successful commissioning of the complete unit at site, whichever is earlier. Defective goods / materials or parts notified by OIL to the Seller shall be replaced immediately by the Seller on F.O.R destination basis including payment of all taxes and duties at Seller's expense. This guarantee shall survive and hold good not-withstanding inspection, payment for and acceptance of the goods.

7.0 Recommended spares : The bidder should provide a list of recommended spares for 2 years operation indicating item description, part number, quantity and price along with the quotation. The Prices of such spares should not change for next 2 years from the date quotation. However, the cost of these spares will not be considered for bid evaluation purpose.

8.0 The bidders must submit a written undertaking that they would be able to supply all the requisite spares and consumables (including bought out items) for a minimum period of 10 (ten) years from the Certified date of completion / successful field commissioning of the unit. Original Equipment Manufacturer's undertaking must be forwarded for the items not manufactured by the bidder.

9.0 The bidder to provide 2 (two) sets of technical literature for operation, maintenance & repair

indicating all components with schematic drawings, part number etc. alongwith offer.

9.1 Two(2) sets each of Instruction cum Operational Manual, Recommended Spares Parts list etc. are to be supplied along with the supply in the event of order. Bidder has to confirm the same in the technical bid.

Page 8: IMPORTANT NOTE - Oil India · IMPORTANT NOTE BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL ... *

7

10.0 Installation & Commissioning : i) The successful bidder will be required to install and commission the Fuel Injection

Pump Calibration Test Stand at OIL's ICE shop at Duliajan, Assam. ii) Supplier technical personnel should be present at site during installation of all the

equipment to provide guidance to OIL personnel. iii) Supplier should supply the general equipment layout drawing, civil foundation drawing

for Fuel Injection Pump Calibration Test Stand, civil foundation for other accessories for installation of the equipment along with the supply of the Test Stand .

iv) Scope of work covered under commissioning by the supplier also covers the following: a) To complete the cable connections between the Fuel Injection Pump

Calibration Test Stand and accessories with the control system. b) To carry out calibration of the Fuel Injection Pump Calibration Test Stand. c) To check the alignment of Fuel Injection Pump Calibration Test Stand with

other coupled equipment (prime mover) etc. d) Data acquisition and recording test data’s for above models of the Test Stand.

v) Installation & Commissioning charges must be quoted separately on lumpsum basis which shall be considered for evaluation of the offers. While quoting Installation & commissioning charges, bidders should take into account all charges including to & fro fare, boarding / lodging, local transport at Duliajan and other daily expenses of the commissioning personnel. OIL may provide accommodation on Chargeable basis subject to availability. Bidder should confirm about providing all these services in the Technical Bid.

Note - OIL will give 14 days advance notice prior to installation to the successful bidder. Failure on

the part of the bidder to confirm the above will be treated as non-responsive and liable for rejection.

11.0 Predespatch Inspection & Training:

Inspection of the units in fully assembled condition will be carried out by a team of OIL engineers at Original Equipment Manufacturer’s (OEM) works prior to dispatch / shipment of the material. Supplier has to provide proper training during Inspection. Bidder has to confirm the same in the technical bid.

Such inspection however shall not relieve the supplier of his responsibility to ensure that the equipment supplied is free from all manufacturing defects and conforms to correct specification. Intimation must be sent to OIL at least 45 days in advance for inspecting the equipment at manufacturer’s premises.

All to & fro air fares boarding & lodging etc. of OIL's Inspection personnel shall be to OIL's account. However, all facilities required for inspection / testing shall be provided by the successful bidder to OIL's Inspection personnel. Inspection / testing charges if any, should be quoted separately which shall be considered for evaluation of the offer.

12.0 Training at Duliajan:

i) The successful bidder will have to train OIL's operative personnel on installation, operation and maintenance aspects of the system at ICE Shop at Duliajan, Assam.

Page 9: IMPORTANT NOTE - Oil India · IMPORTANT NOTE BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL ... *

8

ii) Training should be on the following: a) Operation of the Test Stand along with Graphical Windows based data acquisition

software system. b) Trouble shooting and its remedial measures. c) Use of the Equipment d) General up-keep of the Equipment etc.

iii) Total Nos. of days required for Training to be clearly indicated by the bidders. iv) The Training charges should include all to and fro fares, boarding / lodging and other

expenses of the Engineer(s) during their stay at Duliajan. OIL may consider providing its guest house facility on chargeable basis subject to availability.

v) Training charges shall be quoted separately which shall be considered for evaluation of the offers.

Note : Bidder must confirm the above in the technical bid. 13.0 In the event of an order the supplier shall be required to provide all the associated spares and

consumables required for installation and commission the system at site including special tools.

14.0 Vendor shall supply the equipment with the nameplate carrying the following information.

i. OEM name ii. Country of origin iii. Year of manufacture

16.0 Vendor shall submit all the certificates against the tests carried at vendor's work along with

supply. 19.0 Bidders should confirm each & every point clearly. Deviations, if any, should be highlighted

in the quotation.

Page 10: IMPORTANT NOTE - Oil India · IMPORTANT NOTE BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL ... *

9

ANNEXURE-II BID REJECTION CRITERIA (BRC) / BID EVALUATION CRITERIA (BEC) : (I) BID REJECTION CRITERIA (BRC)

The bids must conform to the specifications and terms and conditions given in the tender. Bids shall be rejected in case the item(s) offered do not conform to the required minimum/maximum parameters stipulated in the technical specifications and to the respective international / national standards wherever stipulated. Notwithstanding the general conformity of the bids to the stipulated specifications and terms and conditions, the following requirements shall have to be particularly met by the bidders, without which the offer will be considered as non-responsive and rejected :

(A) TECHNICAL : 1.0 Bidder must furnish performance certificate from the customers (Govt., Semi Govt., Public

Limited Company, Reputed Private Company) for the quoted Fuel Injection Pump Calibration Test Stand to whom they have supplied the same type of Fuel Injection Pump Calibration Test Stand for testing and calibrating fuel injection pumps and successfully tested and calibrated minimum 3 (three) Nos. Fuel Injection Pump Calibration Test Stand during the last 5 (five) years from the date of bid opening.

2.0 Bidder must either have a service center in India or must have OEM/Factory trained service

engineer stationed in India to provide after sales services for the quoted fuel injection pump calibration test stand.

(B) COMMERCIAL: 1.0 Bids are invited under Single Stage Two Bid System. Bidders shall quote accordingly under

Single Stage Two Bid System. Bidder not complying with submission procedure mentioned in General Terms & Conditions of Global Tender (MM/GLOBAL/01/2005) will be rejected.

2.0 Bid security of US $ 3825 or Rs. 1,53,000 shall be furnished as a part of the TECHNICAL BID. Any bid not accompanied by a proper bid security in ORIGINAL will be rejected without any further consideration. For exemption for submission of Bid Security, please refer Clause No. 9.8 (Section A) of General Terms and Conditions for Global Tender vide MM/GLOBAL/01/2005 (enclosed). The Bid Security shall be valid for 240 days from the date of bid opening.

3.0 Bidders must confirm that Goods, materials or plant(s) to be supplied shall be new of recent

make and of the best quality and workmanship and shall be guaranteed for a period of eighteen months from the date of shipment/dispatch or twelve months from the date of successful commissioning whichever is earlier against any defects arising from faulty materials, workmanship or design. Defective goods/materials or parts rejected by OIL shall be replaced immediately by the supplier at the supplier’s expenses at no extra cost to OIL.

4.0 Successful bidder will be required to furnish a Performance Bank Guarantee @10% of the

order value. The Performance Bank Guarantee must be valid for one year from the date of successful commissioning of the equipment or 18 months from the date of shipment

Page 11: IMPORTANT NOTE - Oil India · IMPORTANT NOTE BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL ... *

10

whichever is earlier. Bidder must confirm the same in their Technical Bid. Offers not complying with this clause will be rejected.

5.0 Validity of the bid shall be minimum 6 month (180 days). Bids with lesser validity will be

rejected.

6.0 Bidders are required to submit the summary of the prices in their commercial bids as per bid format (Summary), given below :

(i) Commercial Bid Format ( SUMMARY ) for Foreign Bidders : (A) Total Material value (B) Cost of Commissioning spares, if any (C) Grand Total Material Cost, ( A + B) (D) Pre-despatch/shipment Inspection & Training charges, if any (E) Packing & FOB Charges (F) Total FOB Port of Shipment value, ( C + D + E ) above (G) Ocean Freight Charges upto Kolkata, India (H) Insurance Charges (I) Total CIF Kolkata value, ( F + G + H ) (J) Installation & Commissioning (K) Training Charges (L) Total Value, ( I + J + K ) above (M) Total value in words : (N) Gross Weight : (O) Gross Volume : (ii) Commercial Bid Format ( SUMMARY ) for Indigenous Bidders :

(A) Total Material Value (B) Cost of Commissioning spares, if any (C) Grand Total Material Cost, (A + B ) (D) Pre-despatch/shipment Inspection & Training charges, if any (E) Packing and Forwarding Charges (F) Total Ex-works value, ( C + D + E ) above (G) Excise Duty with Education Cess, (Please indicate applicable rate of Duty) (H) Sales Tax, (Please indicate applicable rate of Tax) (I) Total FOR Despatching station price, ( F + G + H ) above (J) Road Transportation charges to Duliajan (K) Insurance Charges (L) Total FOR Duliajan value, ( I +J + K) above (M) Installation & Commissioning (N) Training Charges (O) Total Value, ( L + M + N ) above (P) Total value in words : (Q) Gross Weight : (R) Gross Volume :

Page 12: IMPORTANT NOTE - Oil India · IMPORTANT NOTE BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL ... *

11

NOTE : 1. Cost of individual items must be quoted separately. 2. The Commissioning Spares should be quoted separately indicating the unit

price and quantity quoted. 3. The items covered under this enquiry will be used by OIL in the PEL/ML areas

issued/renewed after 01/04/99, applicable Customs Duty for import of goods shall be ZERO. Indigenous bidders shall be eligible for Deemed Export and should quote Deemed Export prices. Excise Duty under Deemed Export exempted.

7.0 Installation/Commissioning charges charges must be quoted separately on lumpsum basis

which shall be considered for evaluation of the offers. These charges should include amongst others to and fro fares, boarding/lodging, local transport at Duliajan and other expenses of supplier’s commissioning/training personnel during their stay at Duliajan, Assam(India).

8.0 Pre-despatch/Shipment Inspection charges, if any, must be quoted separately on lumpsum

basis which shall be considered for evaluation of the offers. The to and fro fares, boarding/lodging and other enroute expenses of OIL’s Engineers shall be borne by OIL.

9.0 (i) All taxes, stamp duties and other levies imposed outside India shall be the responsibility

of the Bidder/Seller and charges thereof shall be included in the offered rates. (ii) All Taxes & levies imposed in India, for the services including installation &

commissioning, shall be to the Bidder/Seller’s account. (iii) Income Tax on the value of the Services rendered by the Bidder /Seller in connection

with installation, commissioning, training etc. shall be deducted at source from the invoices at the appropriate rate under the I.T. Act & Rules from time to time.

(II) BID EVALUATION CRITERIA (BEC) :

The bids conforming to the specifications, terms and conditions stipulated in the enquiry and considered to be responsive after subjecting to the Bid Rejection Criteria will be considered for further evaluation as per the Bid Evaluation Criteria given below :

A. TECHNICAL:

All materials as indicated in the material description of the enquiry should be offered. If any of the items are not offered by the bidders, the offer will not be considered for evaluation.

B. COMMERCIAL:

1.0 The evaluation of bids will be done as per the Price Schedule (SUMMARY) detailed vide Para 6.0 of BRC (Commercial).

2.0 If there is any discrepancy between the unit price and the total price, the unit price will

prevail and the total price shall be corrected. Similarly, if there is any discrepancy between words and figure, the amounts in words shall prevail and will be adopted for evaluation.

Page 13: IMPORTANT NOTE - Oil India · IMPORTANT NOTE BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL ... *

12

3.0 For conversion of foreign currency into Indian currency, B.C. selling (Market) rate declared by State Bank of India, one day prior to the date of price bid opening shall be considered. However, if the time lag between the opening of the bids and final decision exceed 3(three) months, then B.C. Selling(Market) rate of exchange declared by SBI on the date prior to the date of final decision shall be adopted for conversion and evaluation.

4.0 Offers not complying with the payment terms indicated in the enquiry shall be loaded with

one percent above the prevailing Bank rate (CC rate) of State Bank of India for evaluation purpose.

5.0 To ascertain the inter-se-ranking, the comparison of the responsive bids will be made as

under, subject to corrections / adjustments given herein.

5.1 When only foreign bids are involved :

Comparison of bids will be done on the basis of “TOTAL VALUE” which is estimated as under:

(A) Total Material value (B) Cost of Commissioning spares, if any (C) Grand Total Material Cost, ( A + B) (D) Pre-despatch/shipment Inspection & Training charges, if any (E) Packing & FOB Charges (F) Total FOB Port of Shipment value, ( C + D + E ) above (G) Ocean Freight Charges upto Kolkata, India (H) Insurance Charges @ 1% of Total FOB Value (I) Banking Charges @ 0.5% of Total FOB Value in case of payment through Letter of

Credit ( If confirmed L/C required, 1.5% of Total FOB Value will be loaded ) (J) Total CIF Kolkata value, ( F + G + H + I ) (K) Installation & Commissioning (L) Training Charges (M) Total Value, ( J + K + L ) above (N) Total value in words :

NOTE : Banking charge in the country of the foreign bidder shall be borne by the bidder. 5.2 When only domestic bids are involved : Comparison of bids will be done on the basis of “Total Value" which is estimated as under :

(A) Total Material value (B) Cost of Commissioning spares, if any (C) Grand Total Material Cost, (A + B ) (D) Pre-despatch/shipment Inspection & Training charges, if any (E) Packing and Forwarding Charges (F) Total Ex-works value, ( C + D + E ) above (G) Excise Duty with Education Cess (H) Sales Tax, (Please indicate applicable rate of Tax) (I) Total FOR Despatching station price, ( F + G + H ) above (J) Road Transportation charges to Duliajan

Page 14: IMPORTANT NOTE - Oil India · IMPORTANT NOTE BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL ... *

13

(K) Insurance Charges @0.5% of Total FOR Despt Station Value (L) Total FOR Duliajan value, ( I +J + K ) above (M) Installation & Commissioning (N) Training Charges (O) Total Value, ( L + M + N ) above (P) Total value in words :

NOTE: Excise Duty in case of the indigenous bidder is EXEMPTED.

5.3 When both Foreign and Domestic bids are involved : The Total Value of domestic bidder (inclusive of customs duty on imported raw material and components etc, and applicable terminal excise duty on the finished products and Sales Tax) excluding inland transportation to destination and Insurance charges worked out as per Para 5.2 above and Total Value of the foreign bidder worked out as per Para 5.1 above excluding inland transportation to destination will be compared. No price preference will be allowed to indigenous bidders except that for capital goods, the domestic manufacturers would be accorded a price preference to offset CST to the extent of 4 % or actual, which ever is less subject to 30 % local content norms as stipulated for World Bank Funded project to the satisfaction of OIL. When more than one domestic bidders fall within price preference range, inter-se-ranking will be done on Total Value basis.

6.0 Other terms and conditions of the enquiry shall be as per General Terms and Conditions for

Global Tender vide MM/GLOBAL/01/2005. However, if any of the Clauses of the Bid Rejection Criteria / Bid Evaluation Criteria (BEC / BRC) contradict the Clauses of the tender and/or MM/GLOBAL/01/2005 elsewhere, those in the BEC / BRC shall prevail.

Page 15: IMPORTANT NOTE - Oil India · IMPORTANT NOTE BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL ... *

14

ANNEXURE III

CHECK LIST

THE CHECK LIST MUST BE COMPLETED AND RETURNED WITH YOUR OFFER. PLEASE ENSURE THAT ALL THESE POINTS ARE COVERED IN YOUR OFFER. THESE WILL ENSURE THAT YOUR OFFER IS PROPERLY EVALUATED. PLEASE TICK MARK 'YES' OR 'NO' TO THE FOLLOWING QUESTIONS, IN THE RIGHT HAND COLUMN. ( A) TECHNICAL CHECK LIST Sl.#

REQUIREMENT COMPLIANCE

1. Whether fuel injection pump calibration test stand is brand new?

Yes/No

2. Whether fuel injection pump calibration test stand is designed to test following makes & models of diesel engines fuel pumps? CUMMINS : N743,NT743,N855,NT855,VTA1710, NTC495 CATERPILLAR : D398, D399, 3512, 3208, 3304, 3406, 3412 RUSTON : 2YDA, 4YDA, 6YDA KIRLOSKAR : HA294, HA494, TA2

Yes/No

3. Whether fuel injection pump calibration test stand is designed to carrying out testing of large to small sized multicylinder (up to 12 OR up to 16 cylinders) fuel pumps?

Yes/No

4. Whether fuel injection pump calibration test stand will be supplied with necessary features and attachments / kits/accessories for the above makes & models of diesel engine pumps?

Yes/No

5. Whether fuel injection pump calibration test stand is designed for the following functions 5.1 measurement of each cylinder’s delivery at any speed YES/NO 5.2 checking of each cylinder’s injection timing with static YES/NO 5.3 checking of the sealing of injection pump body YES/NO 5.4 checking of the governors YES/NO 5.5 checking of the manifold pressure compensator YES/NO 5.6 measurement of the internal pressure of distributor pump body YES/NO 5.7 measurement of the reflux delivery of distributor pump YES/NO 5.8 testing of the valve of distributor pump YES/NO 5.9 checking of the transfer pump YES/NO 5.10 checking of the advance angle. YES/NO

Yes/No

6. Whether the bidder has furnished performance certificate from the customers?

Yes/No

7. Whether the name of manufacturer & country of origin indicated?

Yes/No

8. Whether the authorization from OEM together with warranty back-up enclosed?

Yes/No

Offer Ref : _______________________ Dated __________________________ OIL’s Tender No.______________ Signature _______________________ For & on behalf of _________________Designation _____________________

Page 16: IMPORTANT NOTE - Oil India · IMPORTANT NOTE BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL ... *

15

ANNEXURE III ( B ) COMMERCIAL CHECK LIST THE CHECK LIST MUST BE COMPLETED AND RETURNED WITH YOUR OFFER. PLEASE ENSURE THAT ALL THESE POINTS ARE COVERED IN YOUR OFFER. THESE WILL ENSURE THAT YOUR OFFER IS PROPERLY EVALUATED. PLEASE TICK MARK 'YES' OR 'NO' TO THE FOLLOWING QUESTIONS, IN THE RIGHT HAND COLUMN.

Sl# REQUIREMENT COMPLIANCE

1. Whether Original Signed quotation submitted ? YES/NO 2. Whether Fax / E-mail quotation submitted ? FAX / E-MAIL offer not acceptable. YES/NO 3. Whether 3(three) copies of quotations submitted ? YES/NO 4. Whether quoted as manufacturer ? YES/NO 5. Whether quoted as Supply House / Distributor. To Specify : YES/NO 6. If quoted as Supply House / Distributor, (a) Whether submitted valid and proper authorization letter from manufacturer confirming that

bidder is their authorized Supply House for the product offered ? YES/NO

(b) Whether manufacturer’s back-up Warranty/Guarantee certificate submitted YES/NO 7. Whether bid submitted under Two Bid System ?

YES/NO

Whether ORIGINAL Bid Bond (not copy of Bid Bond) enclosed with the offer? If YES, provide details

YES/NO

(a) Amount :

(b) Name of issuing Bank :

8.

(c) Validity of Bid Bond :

9. Whether offered firm prices ? YES/NO 10. Whether quoted offer validity of six months from the date of closing of tenders? YES/NO 11. Whether quoted a firm delivery period? YES/NO 12. Whether quoted as per NIT (without any deviations) ? YES/NO 13. Whether any deviation there in the offer ? YES/NO 14. Whether deviation separately highlighted ? YES/NO 15. Whether agreed to the NIT Warranty clause ? YES/NO 16. Whether Price Bid submitted as per Price Schedule (refer Para 6.0 of BRC vide Annexure – B) YES/NO 17. Whether Recommended Spares with price for 2 years of quoted ? YES/NO 18. Whether all the items of tender quoted? YES/NO 19. Whether indicated the country of origin for the items quoted ? YES/NO 20. Whether technical literature / catalogue enclosed? YES/NO 21. Whether confirmed that all spares & consumables will be supplied for a minimum period of 10

years ? YES/NO

22. Whether confirmed acceptance of tender Payment Terms of 80% against shipment/dispatch documents and balance 20% after successful commissioning along with commissioning charges ?

YES/NO

23. For Foreign Bidders - Whether offered FOB / FCA port of despatch including sea / air worthy packing & forwarding ?

YES/NO

24.

For Foreign Bidders – Whether port of shipment indicated. To specify: YES/NO

25 For Foreign Bidders only - Whether indicated ocean freight up to Kolkata port (Excluding marine insurance ) ?

26. Whether Indian Agent applicable ? YES/NO If YES, whether following details of Indian Agent provided ? YES/NO (a) Name & address of the agent in India – To indicate (b) Amount of agency commission – To indicate (c) Whether agency commission included in quoted material value ? YES/NO 27. Whether weight & volume of items offered indicated ? YES/NO 28. Whether confirmed to offer the equipment for Pre-despatch/shipment inspection ? YES/NO 29. Whether Pre-despatch/shipment inspection charges applicable? YES/NO

Page 17: IMPORTANT NOTE - Oil India · IMPORTANT NOTE BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL ... *

16

30. If Pre-despatch/shipment inspection charges applicable, whether quoted separately on lumpsum basis?

YES/NO

31. Whether confirmed to carry out Installation & Commissioning of the equipment at Duliajan(Assam) ?

YES/NO

32. Whether Installation & Commissioning charge applicable ? YES/NO 33. If Installation & Commissioning charges applicable, whether separately quoted on lumpsum

basis? YES/NO

34. Whether to & fro air fares, boarding/lodging of the commissioning personnel at Duliajan, Assam(India) included in the quoted charges ?

YES/NO

35. Whether confirmed that all Service, Income, Corporate tax etc. applicable under Installation & Commissioning are included in the prices quoted ?

YES/NO

36. Whether confirmed to submit PBG as asked for in NIT ? YES/NO 37. Whether agreed to submit PBG within 30 days of placement of order ? YES/NO 38. For Indian bidders – Whether place of dispatch indicated in the offer ? To specify : YES/NO 39. For Indian bidders – Whether road transportation charges up to Duliajan quoted ? YES/NO 40. For Indian Bidders only - Whether offered Ex-works price including packing/forwarding charges

? YES/NO

41. For Indian Bidders only - Whether offered Deemed Export prices ? YES/NO 42. Whether quoted prices are exclusive of Excise duty ? YES/NO 43. For Indian bidders only – whether import content indicated in the offer ? YES/NO 44. For Indian Bidders only - whether all Taxes have been indicated categorically ? YES/NO 45. Whether all BRC/BEC clauses are accepted ? YES/NO Offer Ref ............................…………………… Dated ................................................ OIL's Tender No....................………….………. Signed ………………..................... For & on behalf of ................................................Designation ................................

***************************

Total Pages 16 Tender DFD7114P08/09