tender no. & date :dfd6699p08/07 28.09.2007 bidding · pdf filetender no. & date...

32
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 : DFD6699P08/07 28.09.2007 Tender Fee Bid Security Amount : : INR INR 4,500.00 500,000.00 OR USD OR USD 100.00 11,000.00 Bidding Type : (or equivalent Amount in any currency) Two Bid Bid Closing On Bid Opening On Performance Guarantee : : : 21.11.2007 at 13:00 hrs. (IST) 21.11.2007 at 13:00 hrs. (IST) Applicable OIL INDIA LIMITED invites Global tenders for items detailed below: Item No./ Mat. Code Material Description Quantity UOM 10 0C000172 Design, Select, Supply, Install and Commissioning of complete Electrical Heating Hollow Sucker Rod Pumping System (EHHSRS) package inclusive of sub-surface pump, sucker rods, gas separator, sand control screen, prime mover, surface sucker rod pumping unit, power transformer, insulated power cable, auto control system for unmanned operation along with all accessories. Detailed Specifications Of Electrical Heating Hollow Sucker Rod Pumping System (EHHSRS)is enclosed vide Annexure A. 1 NO Special Notes : 1. General Terms & conditions for Global tender (Document no. MM/GLOBAL/01/2005)is enclosed. 2.This tender is invited under Single Stage Two Bid System. For submission procedure, please refer Para 12.0 of General Terms & conditions for Global tender (Document no. MM/GLOBAL/01/2005). Any offer not complying with the above will be rejected straightway. 3. 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. 4. Bid Rejection Criteria (BRC) and Bid Evaluation Criteria (BEC) applicable to this tender is enclosed vide Annexure-B. 5. Technical Check list and Commercial Check list are enclosed vide Annexure C & D. Bidders should submit the filled-up check lists duly signed & stamped along with the technical bid. Page : 1 / 1

Upload: dinhtuyen

Post on 24-Mar-2018

225 views

Category:

Documents


1 download

TRANSCRIPT

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 :DFD6699P08/07 28.09.2007

Tender FeeBid Security Amount

::

INRINR

4,500.00 500,000.00

OR USDOR USD

100.00 11,000.00

Bidding Type :

(or equivalent Amount in any currency)

Two Bid

Bid Closing OnBid Opening On

Performance Guarantee

::

:

21.11.2007 at 13:00 hrs. (IST)21.11.2007 at 13:00 hrs. (IST)

Applicable

OIL INDIA LIMITED invites Global tenders for items detailed below:

Item No./ Mat. Code

Material Description Quantity UOM

10 0C000172

Design, Select, Supply, Install and Commissioning of complete ElectricalHeating Hollow Sucker Rod Pumping System (EHHSRS) package inclusive ofsub-surface pump, sucker rods, gas separator, sand control screen, primemover, surface sucker rod pumping unit, power transformer, insulated powercable, auto control system for unmanned operation along with all accessories.

Detailed Specifications Of Electrical Heating Hollow Sucker Rod PumpingSystem (EHHSRS)is enclosed vide Annexure A.

1 NO

Special Notes : 1. General Terms & conditions for Global tender (Document no. MM/GLOBAL/01/2005)isenclosed.

2.This tender is invited under Single Stage Two Bid System. For submission procedure, pleaserefer Para 12.0 of General Terms & conditions for Global tender (Document no.MM/GLOBAL/01/2005). Any offer not complying with the above will be rejected straightway.

3. 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.

4. Bid Rejection Criteria (BRC) and Bid Evaluation Criteria (BEC) applicable to this tender isenclosed vide Annexure-B.

5. Technical Check list and Commercial Check list are enclosed vide Annexure C & D. Biddersshould submit the filled-up check lists duly signed & stamped along with the technical bid.

Page : 1 / 1

ANNEXURE – A TO TENDER NO. DFD6699P08/07

Detailed Specifications Of Electrical Heating Hollow Sucker Rod

Pumping System (EHHSRS)

Oil India Limited (OIL) intends to buy 1 (one) complete set of Electrical Heating Hollow Sucker Rod Pumping System (EHHSRS) package to assess its suitability for production of high pour point / high viscous crude oil.

1.0 Scope of the enquiry: 1.1 The Supplier shall Design, Select, Supply, Install and Commission the

complete EHHSRS package inclusive of sub-surface pump, sucker rods, gas separator, sand control screen, prime mover, surface sucker rod pumping unit, power transformer, insulated power cable, auto control system for unmanned operation along with all accessories.

1.2 Training of two engineers at Supplier’s work and field 2.0 Quantity:

1 (One) set of EHHSRS required for types of wells as per well data given in Annexure-I.

3.0 Technical requirement of the supply 3.1 Candidate wells for field trial & duty conditions: It is planned to install

the EHHSRS in any of the two wells, the pressure, production and well fluid data of which are given in Annexure I. The bidder is to select one of the wells (whichever is found to be more suitable for the application) and forward justifications accordingly. During initial production testing both the wells produced clean oil but due to severe paraffin/ asphaltene deposition problem in the production tubing the wells had to be kept shut in. Therefore, in order to maintain flow assurance from these wells, it is planned to install EHHSRS in these wells. In view of this, the bidder is to design a suitable EHHSRS system and select the down hole pump and other equipment accordingly to suit these wells to meet the following duty conditions-

1 of 16

• Increase and maintain the temperature of the well fluid above the pour

point of crude oil at well head in all seasons (throughout the year). Crude oil temperature required to be maintained at well head is around 55 deg C to 60 deg C.

• Assist in reducing / preventing deposition on the inside of the production tubing even when there is no flow.

• Assist in reducing / eliminating, cleaning and mechanical scraping of production tubing.

During design consideration it should also be considered that • In case of well no. HPP#1, the produced fluid from the well shall be

delivered directly to the nearby gathering station located at a distance of around 3.0 kilometres through flow line of size 4 ½” (114.3 mm) OD at a well head pressure of above 15-20 ksc. But in case of well no. HPP#2, the well shall be produced to a production set up installed at the well head against a separator back pressure of 3.5 ksc.

• Power at 415 volts, three phase, 50 Hz shall be made available by OIL through a 125 KVA generating set installed at the wellhead. For any operating voltage other than 415 volts, the bidder shall have to provide suitable Transformer / Equipment of required capacity from his end.

• Bidder should confirm that the total requirement of power can be met by single genset rated at 125 KVA, furnishing the sizing calculations.

• OIL will provide the power supply at the aforementioned voltage and frequency at a single point only. Beyond this point all electrical jobs shall be carried out by the bidder including termination of cables.

3.2 Well Analysis, EHHSRS Sizing, System Design & Equipment Selection:

The bidder shall undertake analysis of the given well data, size for suitable EHHSRS and other surface and sub-surface equipment of the system for both the wells mentioned in para 3.1 above. The bidder shall then quote for the EHHSRS system as complete package of equipment as given in para 4.0 below.

3.3 Principle of heating : It utilizes an essentially constant wattage series electric heating technology where heat is generated on the inner surface of the hollow sucker rod which is run inside the production tubing. An electrically insulated conductor is installed inside the hollow sucker rod which acts as the heat tube and connected to it at one end. The heat tube and the electrically insulated conductor are connected to AC voltage at the power connection end via an isolating, dual winding transformer. Dual winding transformer has to be specified for the electric heating system by the

2 of 16

Bidder. The transformer has to be suitably designed for primary voltage of 415 V +- 6% and frequency of 50 +- 3%. The secondary voltage shall not exceed 6.6 KV. The transformer can be installed at a safe (non-hazardous) area away from the well head, the heating conductor shall have to be run through the well and hence valid Central Mining Research Institute (CMRI) certification and Govt. of India, Director General of Mines Safety (DGMS) approval shall be required for the heating circuitry. These documents shall have to be furnished by the vendor before dispatch of the equipment for OIL approval.

4.0 Scope of supply - The supply of the complete EHHSRS equipment should include the under

noted items. However, the bidders may also quote for any other items not covered herein but required for the system or may exclude any of the items mentioned hereunder giving the reasons there of. The supply shall include complete package of EHHSRS comprising of following equipment -

1. Subsurface sucker rod pump 2. Pump seating nipple 3. Anchor catcher (Optional) 4. Solid Sucker Rods 5. Hollow sucker rod 6. Down hole circulating device 7. Paraffin scrapper 8. Pony rod 9. Gas separator 10. Polished rod 11. Stuffing box 12. BOP 13. Surface sucker rod pumping unit 14. Down hole Cable connector conductor (V type) 15. Insulated Power Cable 16. Goose neck cable feed through connector 17. Electric motor 18. Switch box 19. Control panel 20. Electrical Transformer 21. Pulleys for running in cable 22. Cable running-in tools, and winch 23. Hollow rod running in tools / wrenches 24. Over shot for hollow sucker rod

3 of 16

4.1 Down hole Pump - The down hole pump assembly shall have to match with the tubing and casing (vertical or deviated hole as indicated) combination in each well as given the well data sheet in the Annexure I. Detailed technical manual showing various dimensions and explaining on pump redressing procedures is to be furnished along with the quotation.

4.2 Surface Sucker Rod Pump - The surface sucker rod pump shall be

electrical motor driven conventional unit suitable for the well conditions mentioned in para 3.2 above.

4.3 Anchor Catcher - (optional) Suitable Anchor catcher shall be supplied for

the well for installation in conjunction with the EHHSRS to prevent tubing movement during operation of the pump. The supplier may suggest alternate string design in lieu of the anchor catcher to prevent tubing movement during operation of the pump.

4.4 Sand Screen - The sand screen shall be of 316 SS sand control matrix

construction over, API J-55 base with 304ss cross bar shielding, Shroud, 100 micron (80nom/125absolute rating). Max O.D. – 101.6mm (4”) & length 6 m (20ft) with 0.6 m (2ft) handling each end directly connected to Pump.

4.5 Solid and Hollow Sucker Rods, Pony Rods, Sucker Rod

Couplings, Sub Couplings, rod guides & Polished Rods - The sucker rods, pony rods, sucker rod couplings and sub couplings shall be made out of API grade D material conforming to API specification 11B. Adequate rod guides shall be fitted with each length of the sucker rod. Polished rods shall be of AISI 4140 alloy material.

4.6 Prime mover and Controls -

a. Prime Mover - The supply shall include suitable electric motor (for driving the sucker rod pump) with necessary gear reducer mechanism, sheaves, belts, guards etc and necessary safety features. The electric motor shall have the following specifications:

• Type : Squirrel Cage Induction Motor • Rating : Suitably sized for the system with capacity

20% higher than peak torque requirement of the sucker rod pump

• Voltage : 415 +/- 6%V, AC • No of phases : 3 (Three) • Frequency : 50+/- 3% Hz

4 of 16

• Insulation class : Vacuum pressure impregnated, Class F with winding temperature rise limited to value specified for Class B insulation.

• Enclosure : Flameproof / Explosion proof Weatherproof, TEFC IP 55 degree of protection • The motor must be suitable for installation in Division I area and

Group IIA and IIB type gas. • The motor shall be certified by Govt. of India, Central Mining

Research Institute, Dhanbad, India (CMRI) and approved by Govt. of India, Director General of Mines Safety (DGMS).

• Termination: The motor shall be powered from the Starter / Control

panel through suitably rated PVC insulated and PVC sheathed armored copper cable(s). All terminations will be done thro’ suitably sized double compression Flameproof / Explosion proof glands in the motor terminal box and connections will be made in properly rated brought out terminals through tinned copper sweating sockets crimped rigidly to the copper conductors of the supply cable. The terminating glands must be suitable for installation in Division I area and Group IIA and IIB type gas and shall be certified by Govt. of India, Central Mining Research Institute, Dhanbad, India (CMRI) and approved by Govt. of India, Director General of Mines Safety (DGMS).

Make: Crompton Greaves / Kirloskar / Bharat Bijlee or equivalent

Manufacturer of import origin

b. Starter / Control Panel: The package shall include a Starter / Control panel as specified below:

Specification for Starter:

The starter shall be suitably designed for the application and HP rating of the pump. The starter panel shall be sheet steel clad, totally enclosed, dust & vermin proof, self supporting and floor mounting, cubicle type, made of 14 SWG CRCA sheet built upon suitably sized MS angle iron/channel frame, having hinged door, ventilation louvers, pad locking arrangement, lifting hooks, bottom detachable gland plate, 2 nos. of earthing studs, danger plate, and as fully described below:

The panel shall have:

1. Suitably rated and fused TPN CFS unit as incomer, with brought

out terminals and cable entry box with gland plate for

5 of 16

terminating the incoming cable. Make: Siemens / GE /Telemechanique / Havells / Legrand

2. Suitably rated power contactor(s) as necessary with 4 NC +

4NO auxiliary contacts. Make: Siemens / Telemechanique / L & T

3. The control panel shall include START / STOP push buttons.

4. Adequate FILTER circuits as required shall be provided to avoid

any sort of ill effect on any equipment.

5. Protections: The motor shall have the following minimum (but not limited to) protections in the Starter / Control panel

• Overload • Short Circuit • Phase inversion • Phase failure • Earth leakage protection provided with separate CBCT &

ELR (earth leakage current adjustable from 0 - 500 mA and time adjustable from 0 – 500 mS).

6. Metering & Indication: The panel shall have meters and

indication for the following information (CTs shall be used where necessary):

• Voltage of all three phases • Motor Current of all three phases • Cosine Φ • Active power • Indications: LED type indicating lamps with complete fittings,

with legend plate for ‘PHASE HEALTHY’, ‘MOTOR RUN’, ‘MOTOR OFF’, ‘MOTOR TRIP ON FAULT’.

Electrical Transformer and control panel - The Electrical Transformer, Control Panel and all other electrical equipments (except for the electric motor) installed over ground shall be supplied in unitized condition in a single skid as far as possible and shall be supplied with suitable weatherproof shed and the same shall have facility of easy maintenance accessibility. The bidder shall also have to provide the detailed circuit drawing of same and also the dimensional details. The over ground electrical equipments (except for the electric motor) shall be installed in non hazardous area and at a safe distance from the well head.

6 of 16

c. General Notes:

1. The starter / control panel shall be weather proof with IP 54 type degree of protection.

2. Starter panel shall be thoroughly cleaned before applying 2

coats of rust preventing primer followed by 2 coats siemens gray paint.

3. Bus bars of main power connection shall be suitably rated

tinned copper bars duly sleeved with heat shrinkable PVC sleeves. Bus bars used for the neutral shall be of same cross section as that of phases.

4. Control wiring shall be done with single core, 2.5 mm², PVC

insulated, stranded copper wires. The control voltage shall be 230VAC, 50 Hz.

5. All wires shall have ferrule numbers for proper identification.

6. Legend plates for the indication lamps, meters, control switches

/ buttons and labels for the terminals shall be provided.

7. Sufficient space shall be provided in the starter for cable termination, dressing and connecting cable leads to the brought out terminals.

8. Detachable gland plate shall be at a minimum height of 450 mm

from floor level.

9. The control panel shall be installed in a non hazardous area at a safe distance (50 meters) from the well head and shall be installed in a suitable weatherproof shed.

10. The panel will be so placed and mounted in the skid that

sufficient space shall be available in the front and rear of the panel for inspection, maintenance and termination works on the panel.

11. The outgoing of the starter will be connected to the pump

through suitably rated PVC insulated and PVC sheathed armored copper cable(s). All terminations in the panel shall be done thro’ suitably sized single compression glands in detachable gland plates and connections will be made through properly rated brought out terminals and tinned copper sweating

7 of 16

sockets crimped rigidly to the copper conductors. The cable(s) will be properly routed and supported, using steel conduits where necessary, to avoid any damage.

12. A remote Flameproof / Explosion proof, weatherproof type Push

Button Station (PBS) shall be provided near the well head. The PBS shall be mounted on a rigid steel stand and shall be protected with a canopy.

13. The PBS must be suitable for installation in Division I area and

Group IIA and IIB type gas. The PBS shall be certified by Govt. of India, Central Mining Research Institute, Dhanbad, India (CMRI) and approved by Govt. of India, Director General of Mines Safety (DGMS).

14. During transportation the starter / control panel is to be suitably

packed to avoid water ingress or transit damage.

NOTE: The supplier is to note that all electrical equipments and enclosures that are to be used in hazardous area shall be certified by Central Mining Research Institute (CMRI) Dhanbad and approved by Director General of Mines Safety (DGMS). The bidder is to confirm the same along with the offer. These documents have to be furnished prior to dispatch of the material for OIL’s approval, without which dispatch clearance shall not be given.

4.7 Wellhead: The Supplier shall supply suitable wellheads for both the wells

(one for each well) to facilitate installation of EHHSRS. The bottom connection of the quoted wellhead shall be suitable to install on 7.1/16” X 5000 psi (179.39 mm X 352 ksc) RTJ Flange (RX 46) available on the wells. The supply shall include 5000 psi WP flow tee, flow BOP, Stuffing box etc suitable for mounting on above well head fitting.

4.8 EHHSRS design software: The supplier shall also submit design software for

sizing and selection of EHHSRS along with the unit. The software should have provision of designing for Sucker Rod Pump (SRP) installation and Electrical Heating system separately.

4.9 Other Items: Since it is the responsibility of the Supplier to design, select,

supply as well as installation and commission the EHHSRS set, the Supplier may also propose and offer any other items not covered herein above but required for the smooth operation of the EHHSRS. The Supplier is at liberty to exclude any of the items mentioned above giving the reasons/justification thereof.

4.10 Pre-Despatch Inspection By OIL: OIL intends to inspect the packages at

the Supplier’s works prior to despatching the same. The Supplier shall

8 of 16

make necessary modifications/rectification if any suggested by OIL’s engineers at the time of inspection.

OIL needs about 25 days time for completing VISA formalities/deputing its engineers for pre-despatch inspection. Therefore, the Supplier shall give at least 30 days prior notice regarding readiness of packages. OIL shall bear the to and fro airfares from Duliajan to Supplier’s works and daily maintenance charges including boarding & lodging during the period of the stay of its engineers.

The Supplier shall incorporate the modifications/ rectifications, if any suggested by the inspection team of OIL before effecting the shipment.

4.11 Shipment Advice: Purchase order normally shall be placed on FOB

supplier’s sea port basis. However, OIL may decide to place the order on C&F Calcutta (India) basis also which shall be binding on the supplier. In the event OIL decides to place order on C&F basis, Supplier shall arrange shipment duly packed to Kolkata (India) port. OIL shall arrange customs clearance of the shipment from Kolkata port and shall arrange the transportation of the same up to Duliajan/well site. However, in case the Supplier intends to source part of the equipment from within India, the same should be despatched by the Supplier directly to Duliajan/well site.

5.0 Installation / Commissioning of the EHHSRS System:

It is the Supplier’s responsibility to install and commission the EHHSRS packages at OIL’s designated wells in both the Phases. Upon arrival of the EHHSRS packages at Duliajan, the Supplier shall depute their commissioning engineer for which OIL shall give 15-20 days advance notice. The commissioning engineer shall be fully responsible and shall take complete control of the installation and commissioning activities of the EHHSRS packages at the well site. Finally he has to undertake commissioning of the complete system to carry out functional test of the EHHSRS to the satisfaction of OIL. After completion of the jobs, he shall prepare a complete commissioning report and submit it to OIL.

5.1 OIL will provide services of a work-over rig & a swabbing hoist for

installation of the EHHSRSs in the wells. If any other materials, services or assistance are to be provided by OIL for installation of the EHHSRSs in the wells the same may be specifically mentioned in the quote by the bidders.

5.2 Bidder should quote for installation and commissioning charges

separately for evaluation purpose. The charges should be shown in the Commercial bid only.

9 of 16

5.3 The commissioning engineer deployed must be fluent in English language.

5.4 The following points shall be taken care of by the Supplier during the

installation & commissioning:

a.

b.

c.

d.

e.

All works of installation, testing and commissioning shall be performed under the direct supervision of the experts on EHHSRS. All tools for installing and instruments for testing & commissioning shall be arranged / provided by the Supplier. All tests shall be carried out in presence of OIL Engineers and all test results shall be recorded in a proper manner. Four sets of test results shall be submitted to OIL. The results shall be typed and properly documented. All safety and local government regulations shall be followed during installation, testing and commissioning. Following should be minimum program for commissioning of electrical equipment after complete erection-

a) Assembly, check as per manufacturer’s drawings and

instructions b) All piping, junctions c) Tightening of all terminal block connections d) Painting and corrosion protection e) Cleanliness

5.4 Over and above, during the installation and commissioning of Prime

mover & Controls following procedures are to be specifically adhered to:

a. All works of installation shall be carried out in complete with latest BIS,

IE rules, Indian Electricity Acts and National Electric codes. b. If required, services of specialist Engineer(s) from the manufacturers of

Motor and Control panel shall be made available by the Supplier for installation and commissioning of the equipment to the full satisfaction of OIL.

c. All electrical works shall be done by persons having relevant & valid

electrical license.

d. The Supplier shall be responsible for safe custody and proper storage of materials during installation and commissioning stage till handing over.

10 of 16

e. Civil engineering works such as trench cutting, masonry jobs like grouting, leveling etc. shall be done by the Supplier as per instruction of OIL. Civil engineering jobs shall primarily include trench cutting and back filling (approx. 150 M per installation) for cable laying.

f. The Supplier shall obtain permit to work from Engineer-in-

charge/Installation manager before taking up the installation and commissioning job.

g. Complete earthing system, including materials, shall be supplied and

installed by the Supplier as per instruction of OIL.

h. Check of Electricals: The Supplier shall carry out the following checks of electrical equipment –

i) Conformity to the circuit diagram. ii) Protection schemes iii) Insulation checks iv) Earth resistance test v) Tightness check of circuits / control devices vi) Any other test as recommended by the manufacturer

6.0 LIQUIDATED DAMAGE : Supplier's competent personnel must arrive at Duliajan within 20 days from the date of intimation by OIL and complete the installation & commissioning job thereafter. OIL, on the other hand, shall inform the party immediately on receipt of the goods at Duliajan. Liquidated Damage will be levied @ 0.5% per full week or part thereof to a maximum of 10% of the total installation/commissioning charges, if the commissioning Engineer fails to report within the stipulated period.

7.0 Training to OIL personnel on EHHSRS system:

The supplier shall have to provide field training to OIL personnel in two phases -

1. During the pre-despatch inspection visit of OIL’s engineers, the

Supplier shall impart training at their works on design, sizing, selection criteria using state of the art technology/software etc., servicing and maintenance of the EHHSRS.

2. During installation and commissioning, the commissioning engineer shall have to provide field training to OIL Engineers and technicians on installation and commissioning, troubleshooting, recovery and repair/ replacement of EHHSRSs and other surface equipment.

Bidders should quote their training charges separately for evaluation purposes. The charges should be shown in the Commercial bid only.

11 of 16

8.0 Spares supply:

The bidder shall quote for required spares for all the equipment as given below with part numbers, quantity and individual prices, including list of possible sources.

8.1 The bidder shall quote for commissioning spares, if any, for commissioning of the EHHSRS system at OIL’s fields. These commissioning spares shall be considered for evaluation.

8.2 The bidder shall quote for recommended spares for one year trouble free operation of the pumps. These one year spares shall also be considered for evaluation. However, procurement of the whole lot of spares or part thereof shall be at the discretion of OIL.

8.3 The bidders shall also confirm availability of all the spares quoted, for a period of 10 (ten) years from the date of supply of the pumps. While quoting for these spares, the bidder shall take into account the consumption pattern as deemed fit.

9.0 Climatic Condition at the Operating Site

The surface equipment to be supplied for installation shall be suitable for following climatic condition.

Ambient Temperature: 41 Deg C (Maximum), 06 Deg C (Minimum). Relative Humidity at 21 Deg C: 100% (Maximum). Relative Humidity at 41 Deg C: 70 % (Maximum). Altitude above sea level: 150 m. Average annual rainfall: 343 cm (rains 8 months in a year).

10.0 Delivery:

The delivery time is the essence of the NIT and should be as fast as possible. Therefore, the delivery period should not exceed four (4) months time from the date of opening of Letter of credit (LC).

11.0 Manual for EHHSRS sizing, installation, testing, operation and

maintenance: The supplier shall provide 4 (four) sets of hard bound technical manual detailing EHHSRS sizing and selection criteria etc. Moreover the manual must provide procedures for installation & recovery of EHHSRS and about operation & maintenance of the complete system. Additional one no. of the manual should be provided in a CD-ROM. The manual must be in English language only.

12 of 16

12.0 Guarantee: The bidder shall offer a period of at least one-year guarantee for the entire equipment supplied and the guarantee period shall be counted from the date of successful field commissioning of the EHHSRS. Any item /sub item failed during the guarantee period is to be replaced/repaired free of cost within a month time and guarantee for such items shall be extended accordingly. All cost for replacement of the replaced/repaired spares shall be borne by the supplier.

13.0 Bid enclosures:

The bidders must furnish the following information as enclosures in their bids.

(a) Complete data computation sheet showing H.P. requirement, etc of the EHHSRS.

(b) Equipment sizing and selection criteria of all major quoted

equipment like surface sucker rod pump, subsurface pump, motor, transformer, electrical cables (subsurface as well as surface), heating system etc., electrical power requirement and other related accessories, for OIL’s scrutiny.

(c) Relevant technical literature / catalogue with detailed cross

sectional views as applicable showing technical details for individual items of the entire equipment with weight and dimensions and schematic drawing are to be provided.

(d) For all the items including bought out items the bidder shall provide

the following:

i. The name of OEMs (Original Equipment Manufacturer) of all the bought out items with guarantee clause as per 10.0 above from OEM and a valid authorization letter to use their items.

ii. Technical literatures/ booklets etc of all the equipment. (e) The bidder has to submit the following along with the quotation for

OIL’s scrutiny - i. Layout diagram of the set up covering all the surface equipments

(including electrical equipment) showing interconnection and distance from well head.

ii. Single line diagram showing all the electrical equipment. iii. Wiring diagram of the electric control panel/starter. iv. Detailed specification of the electrical equipments viz. Motor,

Transformer, Control Panel, Switchgear, heating system, Glands, Junction Box, Starter, Cables, Cable termination kit etc.

13 of 16

v. Manufacturers test certificates for Transformer, Electrical Control Panel etc.

14.0 Documentation: 14.1 The supplier shall submit the following diagrams to OIL within 3 weeks

from the date of receipt of formal order by them. The manufacturing of respective equipment shall be started only after receipt of categorical approval of the said diagram from OIL.

a)

b)

GA drawing and Layout diagram of the set up covering all the surface equipments showing interconnection and distance from well head. Power and control circuit diagram of the control panel.

14.2 The Supplier shall also submit the following documents for OIL’s approval

prior to despatch of the materials. The supplier is to note that only after obtaining categorical approval after scrutiny of the following documents, the equipment shall be dispatched from suppliers works:

a) Equipment Test Certificates - Manufacturers and/ or the

competent authorities’ test certificates for and other related accessories etc (including CMRI certification and DGMS approval for all electrical equipment to be used in hazardous area as mentioned in Notes under clause no. 4.6 c (General Notes) above) as applicable for obtaining permission from Government of India, Mines Safety Authority to operate the EHHSRS in the OIL’s oilfield.

b. Four Sets of Bounded technical manual for the complete

package of equipment covering the following details –

Installation and commissioning manual on each of equipment. Operating procedures for EHHSRS installation, its recovery &

repair. Operating procedures of the complete system and its trouble

shooting, routine and preventive maintenance requirement. List of all the supplied equipment and the respective name and

address of OEMs The type, model, capacity, serial number and other technical

data/ specifications including schematics and drawings etc as applicable for all the supplied items.

Technical literatures/ booklets etc of all the equipment. The list of all the spares/components indicating OEM’s part

numbers. Any other materials/documents that Supplier consider

14 of 16

important for operation / maintenance of the unit. Approved GA drawing and Layout diagram of the set up

covering all the surface equipments showing interconnection and distance from well head.

Technical details of the electrical equipments viz. Motor, Starter, Control Panel, Switchgear, Junction Box, PBS, Cables, Cable termination kit etc.

Copies of CMRI certificate and valid DGMS approvals for all Flameproof / Explosion proof items.

Approved Power and control circuit diagrams. Bill of materials with full technical details of various

components. List of recommended spares for two years. GA drawing and Layout diagram of the set up covering all the

surface equipments showing interconnection and distance from well head.

Technical details of the electrical equipments viz. Motor, Starter, Control Panel, Switchgear, Junction Box, PBS (Push Button Station), Cables, Cable termination kit etc.

Copies of CMRI certificate and DGMS approvals for all Flameproof / Explosion proof items.

Power and control circuit diagrams.

14.3 One laminated copy of the approved power & control circuit drawing shall

be pasted inside of the front door of the panel. General Notes : 1. Payment : Payment shall be released as follows :

i) 80 % of the supply made by the supplier shall be paid against proof of despatch/shipment of the goods.

ii) Remaining 20 % of the supply value along with commissioning charges shall be paid after successful commissioning and acceptance of the unit by OIL.

iii) OIL may also consider making 100 % payment towards supply of the units against proof of despatch provided bidders agree to pay interest for 20 % of the order value and also submit Bank Guarantee for the amount equivalent to 20 % of the order value. This is in addition to the 10 % of the order value towards Performance Security as per the NIT requirement.

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.

15 of 16

16 of 16

iv) Training charges will be paid only after successful completion of training. 2. 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.

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

must confirm the same categorically in their quotation.

4. 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.

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

Annexure - I TO TENDER NO. DFD6699P08/07

SL. NO. PARAMETERS UNIT WELL NO. HPP1 WELL NO. HPP21 Brookfield Viscosity, cp 675 at 42 deg C 805.6 at 27 deg C2 Content of asphaltene % 6.1 14.223 Content of paraffin % 11.2 13.914 Resin content % 8.8 18.815 Solidification point deg C 39 306 Former production method Self flowing Progressive cavity pump7 Energy supply NA Electical Power8 Geothermal gradient deg F/ 100feet 1 19 Gross production klpd 46 30

10 Net Production klpd 45 3011 GOR scum/kl 201 5012 Content of sand Nil Nil13 Permeability md 472 md 58 md14 Production interval m 4497-4500 m 3476 - 3478.2 m15 Pump depth m NA 200016 Diameter of tubing inch 2.7/8 2.7/817 Diameter of production casing inch 5.1/2 5.1/218 Initial pressure kg/sq cm NM NM19 Bottom hole static pressure kg/sq cm 383.6 320.120 Bottom hole flowing pressure kg/sq cm NM 266.821 Producing liquid level m NM NM22 Static liquid level m NM NM

WELL DATA FOR DESIGN OF ELECTRICAL HEATING HOLLOW SUCKER ROD PUMP (EHHSRS)

ANNEXURE-B TO TENDER NO. DFD6699P08/07

BID REJECTION CRITERIA (BRC)/BID EVALUATION CRITERIA (BEC)

I) BID REJECTION CRITERIA (BRC)

The bids must conform to the specifications, terms, and conditions given in the NIT. Bids shall be rejected in case the items 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 : (A) BIDDERS’ EXPERIENCE 1.0 The OEM must have minimum experience of 3 (three) years in design,

selection, manufacture, supply and installation / commissioning of Electrical Heating Hollow Sucker Rod System (EHHSRS). Documents establishing successful execution of similar contracts must be submitted along with the bid. These documents should be in the form of duly attested copies of contracts/work orders/completion certificates/payment certificates etc. issued by clients.

(B) CONFORMITY TO THE NIT SPECIFICATIONS 1.0 The technical specifications must conform to the relevant national

/international code of practice / standards. 2.0 The bidder must confirm that the offered unit/goods are fresh

manufacture. 3.0 For any bought out item their Catalogue/ technical literature etc. showing

sectional drawing of each component along with the necessary maintenance spare parts, Identification no. shall be provided.

1 of 8

4.0 The bids and the accompanied technical documentation must be in English language only. The bids with other than English language must have an English version.

5.0 The bidders must provide guarantee for eighteen months from the date of

shipment/dispatch or twelve months from the date of successful commissioning whichever is earlier for all the equipment including bought out equipment/ items, if any for trouble free operation.

6.0 The bidders must confirm that the offered EHHSRS shall perform at the

desired rate of production under the duty conditions as given in Annexure I & para 3.1.

7.0 Each item required for EHHSRS system must be quoted separately. 8.0 The bidders shall quote separately Installation / commissioning & training

cost. The charges should be shown in commercial bid only. 9.0 The bidders shall submit complete data computation sheet showing H.P.

requirement, etc of the EHHSRSs for each well in the bid. 10.0 The bidders shall provide details of equipment sizing and selection criteria

of all major quoted equipment (like EHHSRS, Transformer, Switchgear, Starter, Junction box, Cable termination kit, Electrical cables (subsurface as well as surface), Well head and other necessary equipment etc.), and other related accessories, for OIL’s scrutiny.

11.0 The bidders shall indicate categorically about the electrical power

requirement in kW for each of the EHHSRS offered. The operating voltage shall be 415 volts AC three phase and neutral, 50 Hz. For any voltage other than 415 volts the bidder will provide suitable Transformer / Equipment of required capacity from his end.

12.0 The bidder has to confirm categorically that all electrical equipments to be

supplied meet the relevant Indian / International standards and the installation shall be carried out as per the prevalent rules, regulations and International practice.

13.0 The bidders shall confirm categorically that manufacturers certifications

and certifications from competent authorities of Govt. of India (Central Mining Research Institute, Dhanbad, India) for EHHSRS, Transformer, Switch Gear and other related accessories etc as applicable and approval from Government of India, Director General of Mines Safety (DGMS) to operate the EHHSRS system in the OIL’s oilfield, will be submitted along with the dispatch document.

2 of 8

(C) COMMITMENT OF THE SPARES 1.0 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.

2.0 The bidders must provide the commissioning spares at their cost along

with the Equipment. They must submit a list of such spares. 3.0 For all the items quoted by the bidder along with necessary maintenance

spare parts, the bidders must submit catalogues/technical literatures etc. showing sectional drawing of each component with identification numbers.

(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 $ 11,000 or Rs. 5,00,000 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 whichever is earlier. Bidder must confirm the same in their Technical Bid. Offers not complying with this clause will be rejected.

3 of 8

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 (C) Grand Total Material Cost, ( A + B) (D) Pre-despatch/shipment Inspection 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 charges (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 (C) Grand Total Material Cost, (A + B ) (D) Pre-despatch/shipment Inspection 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 charges (N) Training Charges (O) Total Value, ( L + M + N ) above (P) Total value in words : (Q) Gross Weight : (R) Gross Volume :

4 of 8

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 Electrical Heating Hollow Sucker Rod Pumping system 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 and Training 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). Bidder should also confirm about providing all these services in the Technical Bid.

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.

Note :

(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.

5 of 8

(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:

1.0 The bidders quote shall contain details of the process mechanism. 2.0 The bidder shall clearly mention the names of the OEM of the bought out

items in their quotation. 3.0 The bidders shall furnish General Arrangement Diagram, Skid

dimensional drawing etc. of the unit along with the quotation. 4.0 Relevant catalog, technical brochures/ drawings for all the equipment

quoted shall be furnished along with the quotation. 5.0 The bidder shall submit all documents as mentioned in para 13.0 of

Specification (Annexure-A) along with the quotation.

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.

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.

6 of 8

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 (C) Grand Total Material Cost, ( A + B) (D) Pre-despatch/shipment Inspection 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 charges (K) Training Charges (L) Total Value, ( I + J + K ) above (M) 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 (C) Grand Total Material Cost, (A + B ) (D) Pre-despatch/shipment Inspection 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

7 of 8

8 of 8

(L) Total FOR Duliajan value, ( I +J + K) above (M) Installation &,Commissioning charges (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 actuals, 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) stipulated herein contradict the Clauses of the tender and/or MM/GLOBAL/01/2005 elsewhere, those in the BEC / BRC stipulated herein shall prevail.

**********

ANNEXURE-C TO TENDER NO. DFD6699P08/07

TECHNICAL CHECK LIST

Tick as applicable Sl. No.

Description Yes No

1. Do you have minimum experience of 3 (three) years in design, selection, manufacture, supply and installation / commissioning of Electrical Heating Hollow Sucker Rod System (EHHSRS) and have you submitted documents establishing successful execution of similar contracts along with the bid in the form of duly attested copies of contracts/work orders/ completion certificates/ payment certificates etc. issued by clients as per clause no. (A) 1.0 of BRC?

2. Have you confirmed categorically that manufacturers certifications and certifications from competent authorities of Govt. of India (Central Mining Research Institute, Dhanbad, India) for EHHSRS, Transformer, Switch Gear and other related accessories etc. as applicable and approval from Government of India, Director General of Mines Safety (DGMS) to operate the EHHSRS system in the OIL’s oilfield, will be submitted along with the dispatch document as per clause no. (B) 13.0 of BRC ?

3. Have you provided specified guarantee for all the equipment including bought out equipment/ items, if any for trouble free operation as per clause no. B 5.0 of BRC ?

4. Do you confirm that the offered unit/goods are fresh manufacture as per clause no. (B) 2.0 of BRC ?

5. Have you confirmed that the offered EHHSRS shall perform at the desired rate of production under the duty conditions as given in Annexure I & para 3.1 and clause no. (B) 6.0 of BRC ?

6. Have you submitted the bid documents in English as per clause no. (B) 4.0 of BRC ?

7. Do your technical specifications conform to the relevant national /international code of practice / standards as per clause no. (B) 1.0 of BRC ?

1 of 2

2 of 2

8. Have you confirmed categorically that all electrical equipments to be supplied meet the relevant Indian / International standards and the installation shall be carried out as per the prevalent rules, regulations and International practice as per clause no. (B) 12.0 of BRC ?

9. Have you submitted a written undertaking that you 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 as per clause no. (C) 1.0 of BRC ?

10. Have you submitted catalogues/technical literatures etc. showing sectional drawing of each component with identification numbers for all the items quoted by the bidder along with necessary maintenance spare parts as per clause no (C) 3.0 of BRC ?

11. Have you furnished General Arrangement Diagram, Skid dimensional drawing etc. of the unit along with the quotation as per clause no. 3.0 of BEC ?

12. Have you furnished Relevant catalog, technical brochures/ drawings for all the equipment quoted along with the quotation 4.0 of BEC ?

Offer Ref ...........................................……………… Dated ................................................ OIL's Tender No. ...................................…………. Signed ………......…....................... For & on behalf of ............................................Designation ................................................

1 of 4

ANNEXURE – D TO TENDER NO. DFD6699P08/07

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. 1. Please sign each sheet. 2. The check-list duly filled in must be returned along with the offer.

COMMERCIAL (A) Applicable to both Foreign Bidders and Indigenous Bidders

1 Whether proof of purchasing tender documents has been enclosed with the offer?

Yes / No

2 Has the offer been submitted in triplicate ?

Yes / No

3 Whether Original Signed quotation submitted?

Yes / No

4 Has it been ensured that there are no over-writings in the offer? Have corrections been properly attested by the person signing the offer ?

Yes / No

5 Are the pages of the offer consecutively numbered and an indication given on the front of the offer as to how many pages are contained in the offer?

Yes / No

6 Whether quoted as Manufacturer?

Yes / No

7 Whether quoted as Supply House/distributor?

Yes / No

8 In case the Bidder is a supply house/distributor, (a) Whether valid authorisation from the manufacturer, authorising him to bid, has been enclosed with the offer ? (b) Whether manufacturer’s back-up Warranty/Guarantee certificate submitted?

Yes / No

Yes / No

2 of 4

9 Whether bid submitted under Two bid system?

Yes / No

10 Whether Priced bid submitted as per Price Schedule (Refer para 6.0 (Commercial) of Bid Rejection Criteria)

Yes / No

11 Whether quoted all the items of tender?

Yes / No

12 Have you offered Firm prices?

Yes / No

13 Have you indicated Currency of the quoted price?

Yes / No

14 Whether the period of validity of the offer is as required in bidding document i.e. 6 months ?

Yes / No

15 Have you indicated Firm Delivery?

Yes / No

16 Whether gross weight/volume of the consignment has been furnished?

Yes / No

17 Whether Original Bid Security has been enclosed with the offer? (a) Amount (b) Name of issuing Bank : (c) Validity of Bid Bond :

Yes / No

18 Whether confirmation regarding submission of Performance Security as per tender has been furnished?

Yes / No

19 Whether agreed to submit Performance Security within 30 days of placement of order?

Yes / No

20 Whether agreed to the guarantee/warranty Clause as per tender?

Yes / No

21 Whether confirmed that installation/commissioning will be carried out in the event of placement of order?

Yes / No

22 Whether Commissioning Spares involved and cost of it separately quoted ?

Yes / No

23 Whether installation/commissioning charges separately quoted ?

Yes / No

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

Yes / No

25 Whether confirmed that all Service, Income, Corporate tax etc. towards Services provided under installation/commissioning are

Yes / No

3 of 4

included in the prices quoted ?

26 Whether confirmed that Training will be provided in the event of placement of order?

Yes / No

27 Whether the cost of Training has been furnished in the offer?

Yes / No

28 Whether to & fro air fares, boarding/lodging of the Training personnel for providing Training at Duliajan, Assam (India) included in the quoted charges ?

Yes / No

29 Whether confirmed that all Service, Income, Corporate tax etc. towards Services provided under Training are included in the prices quoted ?

Yes / No

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

Yes / No

31 Whether quoted as per tender without any deviation?

Yes / No

32 Whether quoted any deviation?

Yes / No

33 Whether deviation has been separately highlighted?

Yes / No

34 Has the Exceptions/Deviations Proforma (Annexure-III) as per Clause 18.1 in Section A of General Terms & Conditions of Tender has been enclosed with the offer ?

Yes / No

35 Whether all BRC/BEC clauses accepted?

Yes / No

(B) Applicable to Foreign Bidders only :

1 Whether firm FOB/FCA price (Port of Shipment) including sea/air worthy packing & forwarding has been quoted by foreign bidders

Yes / No

2 In case of Air shipment, have you indicated FCA charges up to Gateway airport?

Yes / No

3 Whether Port of shipment has been indicated?

Yes / No

4 Whether firm C&F prices (Calcutta Port) has been quoted by foreign bidders

Yes / No

4 of 4

5 Whether Indian Agent is involved?

Yes / No

6 If yes, whether following details of Indian Agent provided? (a) Name & address of the Indian agent (b) Amount of Agency Commission payable in non-convertible Indian currency consequent to this tender (c) Whether the agency commission is included in the price or payable extra has been highlighted? (d) If the Indian agent is to receive annual retainer fee, the details about the quantum has been furnished?

Yes / No

Yes / No

Yes / No

Yes / No

Yes / No

7 Has the country of origin of the items being offered, indicated ?

Yes / No

(C) Applicable to indigenous Bidders only :

1 Whether firm Ex-works price including packing packing/forwarding charges has been quoted?

Yes / No

2 Whether firm FOR destination price has been quoted?

Yes / No

3 Whether all applicable Taxes & duties have been quoted?

Yes / No

4 Have you indicated Despatching point?

Yes / No

5 Have you indicated import content in your offer?

Yes / No

6 Have you indicated factory address and other Excise information sought vide Para 2.0, Section C of the General Terms & Conditions of Global Tender (MM/GLOBAL/01/2005)?

Yes / No

7 Whether offered Deemed Export price?

Yes / No

Offer Ref ...........................................……………… Dated ................................................ OIL's Tender No. ...................................…………. Signed …………......…....................... For & on behalf of ............................................Designation .................................................