Home

Page 1 of 16 of tender SGI6095P15 dated 29.01.2015 Procurement

image

Contents

1. Confirm that the Bid comply with all the terms amp conditions Confirm that the offers and all attached documents are digitally signed using digital signatures issued by an acceptable Certifying Authority CA as per Indian IT Act 2000 10 CONFIRM THAT YOU SHALL SUBMIT PERFORMANCE BANK GUARANTEE AS PER bidding document IN THE EVENT OF PLACEMENT OF ORDER ON YOU Page 14 of 16 of tender SGI6095P15 dated 29 01 2015 Bidders Response Sheet Annexure FFF Sl Description Remarks No 1 Name of Bidder 2 Place of Despatch Ex Works 3 Whether Freight charges have been included in your quoted prices 4 Whether Transit Insurance charges have been included in your quoted prices 5 Make of quoted Product 6 Offered Validity of Bid from Bid Closing Date 7 Delivery Period in days weeks months from placement of order 8 Complied to Standard Payment Terms of OIL or not Please refer to clause 23 2 of LCB Doc Booklet 9 Bid Security Submitted if applicable Details of Bid Security Submitted to OIL if applicable a Bid Security Amount In Rs b Bid Security Valid upto c Name and Full Address of Issuing Bank 10 Confirm that the Bid Security submitted In case of Bank Guarantee is in toto as per format provided in the bidding document 11 Bid Security if Not submitted reasons thereof 12 Whether you shall submit Performan
2. REQUEST FOR ISSUE OF USER ID AND PASSWORD FOR E TENDER NO for easy identification and timely issue of user ID and password On receipt of requisite tender fee USER ID and initial PASSWORD will be communicated to the bidder through e mail and will be allowed to participate in the tender through OIL s e Procurement portal No physical tender documents will be provided Details of bidding document can be viewed using Guest Login provided in the e Procurement portal The link to e Procurement portal has been also provided through OIL s web site www oil india com NOTE PSUs and SSI units are provided bidding documents Free of Cost as per govt guidelines however they have to apply to OIL s designated office to issue the tender documents before the last date of sale of bidding document mentioned in the tender If the MSE is owned by SC ST Entrepreneurs the bidder shall furnish appropriate documentary evidence in this regard The documents submitted by the bidder shall be duly certified by the Statutory Auditor of the bidder or a practicing Chartered Accountant not being an employee or a Director or not having any interest in the bidder s company firm where audited accounts are not mandatory as per law 9 0 Please note that all tender forms and supporting documents are to be submitted through OIL s e Procurement site only except following documents which are to be submitted manually in sealed envelope super scribed with Ten
3. boots etc required for successful installation commissioning and operation at those above sites to be provided by the successful bidder All vendors should quote each and every item of all the accessories 4 The vendors shall be required to take back the old batteries 288 nos out of a total lot of 480 nos for proper disposal as per requirement of environmental laws Batteries Management amp Handling Rules 2001 at his own cost and shall offer rebate for scrap value of old batteries 288 nos out of a total lot of 480 nos in its offer Offer not complying with this condition will be rejected 5 Warranty Minimum 12 months from the date of commissioning 6 Maintenance support to be provided for a minimum period of ten years after the expiry of the warranty period 7 All vendors to provide technical literature Instruction Manual for Initial charging amp routine maintenance test and calibration certificate along with the quotation 8 Pre Dispatch Inspection Supplier will provide facility for inspection amp testing of batteries by OIL personnel before Dispatch and inform at least two weeks in advance However all to and fro fares boarding lodging etc of OIL s personnel will be to OIL s account Page 7 of 16 of tender SGI6095P15 dated 29 01 2015 Pre despatch inspection charge if any shall be quoted separately which will be considered for bid evaluation Bidder must take note of the same 9 Bidder should quote for commissioni
4. clause of Bidding Document not covered under BEC BRC then the Company has the discretion to load or reject the offer on account of such exception if the bidder does not withdraw modify the deviation when as advised by the Company The loading so done by the Company will be final and binding on the Bidders No deviation will however be accepted in the clauses covered under BRC Page 10 of 16 of tender SGI6095P15 dated 29 01 2015 ii Incase any of the clauses in the BRC contradict with other clauses of Bidding Document elsewhere then the clauses in the BRC will prevail iii Any exceptions deviations to the Bidding Document and applicable statutory duties and levies must be spelt out by bidder in their bid only iv The originals of such documents furnished by bidder s shall have to be produced by bidder s to OIL as and when asked for 2 0 BID EVALUATION CRITERIA BEC i The bids confirming to the technical specifications term and conditions stipulated in the bidding documents and considered to be responsive after subjecting to Bid Rejection Criteria will be considered for further evaluation as per the Bid Evaluation Criteria ii To evaluate the inter se ranking of the offers Assam entry tax on purchase value will be loaded as per prevailing Govt of Assam guidelines as applicable on bid closing date Bidders may check this with the appropriate authority while submitting their offer iii Other terms and conditions of the enquiry
5. proforma has been duly signed digitally by OIL s competent signatory The proforma has to be returned by the bidder along with the technical bid duly signed digitally by the same signatory who signed the bid i e who is duly authorized to sign the bid Any bid not accompanied by Integrity Pact Proforma duly signed digitally by the bidder shall be rejected straightway Uploading the Integrity Pact with digital signature will be construed that all pages of the Integrity Pact has been signed by the bidder s authorized signatory who sign the Bid b The name of the OIL s Independent External Monitors at present are as under i SHRI N GOPLASWAML I A S Retd Former Chief Election Commissioner of India E mail Id gopalaswamin gmail com ii SHRI RAMESH CHANDRA AGARWAL IPS Retd Former Director General of Police E mail Id rceagarwal rediffmail com Yours Faithfully Sd P THAKURIA DEPUTY MANAGER MATERIALS PL FOR CHIEF MANAGER MATERIALS PL FOR GENERAL MANAGER PLS Page 5 of 16 of tender SGI6095P15 dated 29 01 2015 ANNEXURE AAA Tender No SGI6095P15 Dated 29 01 2015 Item Material Description Quantity Unit srl no 10 Lead Acid Tubular TBS Battery 5 No 1 NO 2 BANK OF 24 CELLS EACH TOTAL 5 NO 10 BANKS OF 24 CELLS EACH SHOULD ALSO INCLUDE SUPPLY OF TEN EMPTY BATTERY CONTAINERS OF SAME TYPE Technical Specifications Industrial low maintenance lead acid tubular batteries for 48 Vo
6. shall be as per General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria BRC BEC contradict the Clauses of the Bidding document or MM LOCAL E 01 2005 elsewhere those in the BRC BEC shall prevail v To ascertain the inter se ranking the comparison of the responsive bids will be made as per price format given in Appendix lI Page 11 of 16 of tender SG16095P15 dated 29 01 2015 Appendix I Bidders are required to submit the summary of the prices in their commercial bids as per bid format Summary given below Priced Bid Format SUMMARY Item Item Description UOM Qty Unit Total Srl No Required Price Price 10 Lead Acid Tubular TBS Battery No 5 20 Lead Acid Tubular TBS Battery No 5 30 Installation 1 amp Commissioning of materials as in AU item no 10 above 40 Installation amp Commissioning of AU 1 materials as in item no 20 above 50 Buy Back Price Cell 288 A B C D E F G H I J K L M N O P Q R S 1 0 2 0 Total material value as in 10 and 20 above Packing and Forwarding Charges Total Ex works value A B Excise Duty including Cess Please indicate applicable rate of Duty Total Ex works value including Excise Duty amp Cess C D Sales Tax Please indicate applicable rate of Tax Total F
7. through OIL s e Procurement portal will not be accepted ix Bid documents uploaded in the e Procurement Portal shall be typed written and scanned clearly and contain no inter lineation erasures or overwriting except as necessary to correct errors made by bidder in which case such corrections must be initialed by the person s signing the bid Any bid not meeting this requirement shall be rejected x Bidder must accept and comply with the following clauses as given in the Bidding document in toto failing which offer will be rejected Performance Bank Guarantee clause Force Majeure Clause Tax Liabilities clause Arbitration clause Liquidated damage clause 9 Aaorer xi Integrity Pact OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Annexure DDD of the tender document This Integrity Pact proforma has been duly signed digitally by OIL s competent signatory The proforma has to be returned by the bidder along with the technical bid duly signed digitally by the same signatory who signed the bid i e who is duly authorized to sign the bid Any bid not accompanied by Integrity Pact Proforma duly signed digitally by the bidder shall be rejected straightway Uploading the Integrity Pact with digital signature will be construed that all pages of the Integrity Pact has been signed by the bidder s authorized signatory who sign the Bid C GENERAL i Incase bidder takes exception to any
8. 5 dated 29 01 2015 3 0 inclusive In case you mention that these charges are extra and donot quote these charges separately your offer will be considered as incomplete and will be rejected All materials pre despatch inspection Installation amp Commissioning charges to be procured from same source KKK KK KK KK K K K K Page 13 of 16 of tender SGI6095P15 dated 29 01 2015 Tender No Name of Bidder SGI6095P15 dated 29 01 2015 Matrix for Technical amp Commercial Evaluation Note Only Grey coloured boxes are to be filled by the bidder Annexure EEE Compliance by Bidder SL NO BEC TENDER REQUIREMENTS Indicate Confirmed Not Confirmed Not applicable Indicate Corresponding page ref of bid Bidder to confirm that they have not taken any exception deviations to the bidding document Confirm that the product offered strictly conform to the technical specifications Confirm that the Offer has been made with Bid Security along with the offer Confirm unconditional validity of the bid for 120 days from the date of opening of techno commercial bid Confirm that the prices offered are firm Conditional offer will be liable for rejection Confirm that all relevant fields in the on line biding format been filled in by the bidders for the items quoted by them Confirm that the price bid is in conformity with OIL s online bidding format
9. Bidder being OEM they must submit documentary evidence in the form of copy of Purchase Orders job completion certificates issued by the clients in the name of the OEM supporting the experience as mentioned above b In case of Bidder being authorised dealer of the offered product they must submit documentary evidence in the form of copy of Purchase Orders job completion certificates issued by the clients either in their name or in the name of the OEM supporting the experience of successful supply installation and commissioning of the offered product as mentioned above 1 3 Bidder must have either their own maintenance support base at Guwahati Siliguri and Patna or in case the bidder is a certified authorized representative the bidder has to submit a certificate from OEM confirming availability of maintenance support bases as above and spares and technical support for at least 10 years 1 4 BIDDER must submit documentary evidence supporting the clause mentioned in 1 3 above 1 5 Non submission of proofs certificates relevant brochures etc shall be treated as non compliance If any information provided by bidder is found to be incorrect the bid shall be rejected 1 6 The bid shall be in accordance with the specification and shall be complete in all respects showing compliance The bidder shall clearly indicate in his offer the list of deviations on a separate sheet even though these may be mentioned somewhere else in the quotation 1 7 Bid
10. OIL INDIA LIMITED A Government of India Enterprise P O Udayan Vihar 781171 Guwahati Assam India OIL INDIA LIMITED invites Indigenous Competitive Bid under single stage composite bid system through its e Procurement portal https etender srm oilindia in ir portal for the following item e Tender no amp Material Description Bid Closing date SGI6095P15 Procurement Installation amp Commissioning of Batteries BC date 26 03 2015 Application showing full address e mail address with tender fee Non refundable of Rs 1000 00 only Excepting PSUs and SSI units registered with NSIC in favour of M s Oil India Limited and payable at Guwahati is to be sent to Chief Materials Manager PL Oil India Limited P O Udayan Vihar Assam 781171 only between 06 02 2015 and one week prior to Bid Closing Date The envelope containing the application for participation should clearly indicate Request for participation for easy identification and timely issue of authorization No physical tender documents will be provided On receipt of requisite tender fee USER_ID and initial PASSWORD will be communicated to the bidder through e mail and will be allowed to participate in the tender through OIL s e procurement portal Bidders who are already having vendor code user Id are advised to log in using user Id amp password and register against the respective e tender and indicate the same while making application along wi
11. OR Despatching station value E F Transportation charges to sites Lumpsum Transit Insurance Charges Inter State Entry tax Total FOR Destination value G H I J Pre despatch inspection and testing Charges Lumpsum Total Installation and Commissioning charges Lumpsum as in 30 and 40 above Service tax on Commissioning charges if any please indicate the percentage Buy Back Price of old Batteries inclusive of taxes as in 50 above Total Value for evaluation of offer K L M N O Total value in words Gross Weight Gross Volume Pre despatch Inspection charges and testing charges Installation amp Commissioning charge must be quoted separately not to include in materials cost which shall be considered for evaluation of the offers These charges should include amongst others to and fro fares boarding lodging local transport and other expenses of supplier s commissioning personnel during their stay at the site Bidders must categorically indicate the Pre despatch Inspection charges Installation amp Commissioning charges in their offers as mentioned in Price format in Appendix I above and must confirm about providing the same in their bids In case Pre despatch Inspection charges Installation amp Commissioning charges are NIL inclusive bidder must categorically mention the same in their offer Please note that if these charges are not quoted separately it will be considered as Page 12 of 16 of tender SG16095P1
12. ccount mentioned above in original 7 Bank Statement not older than 15 days on the date of submission Page 16 of 16 of tender SGI6095P15 dated 29 01 2015
13. ce Security in the event of placement of order on you 13 Whether submitted documents in support of General qualification criteria of bidding document 14 If bidder is Small scale unit whether you have quoted your own product 15 If bidder is Small scale unit whether you are owned by SC ST entrepreneur Page 15 of 16 of tender SG16095P15 dated 29 01 2015 ANNEXURE GGG TO BE FILLED UP BY ALL THE VENDOR IN THEIR OWN LETER HEAD ALL FIELDS ARE MANDATORY Tender No Name of Beneficiary Vendor Code Address Phone No Land Line Mobile No E mail address Bank Account No Minimum Eleven Digit No Bank Name Branch Complete Address of your Bank IFSC Code of your Bank a RTGS b NEFT PAN VAT Registration No CST Registration No Service Tax Registration No Provident Fund Registration I We confirm and agree that all payments due to me us from Oil India Limited can be remitted to our above mentioned account directly and we shall not hold Oil India Limited responsible if the amount due from Oil India Limited is remitted to wrong account due to incorrect details furnished by us Office Seal Signature of Vendor Counter Signed by Banker Seal of Bank Enclosure Self attested photocopies of the following documents 1 PAN Card 2 VAT Registration Certificate 3 Service Tax Registration 4 CST Registration 5 Provident Registration Certificate 6 Cancelled cheque of the bank a
14. der no and Due date to Chief Material Manager Oil India Limited Pipeline Headquarter P O Udayan Vihar Guwahati 781171 on or before the Bid Closing Date and Time mentioned in the Tender a Original Bid Security b Detailed Catalogue if any c Any other document required to be submitted in original as per tender requirement All documents submitted in physical form should be signed on all pages by the authorised signatory of the bidder and to be submitted in triplicate 9 1 Tender Fee and Bid Security can also be paid through payment gateway in the e tender portal Please refer to Vendor User Manual updated in the e tender portal as well for further details 10 0 Bidders are requested to examine all instructions forms terms and specifications in the bid Failure to furnish all information required as per the bidding document or submission of offers not substantially responsive to the bidding document in every respect will be at the bidders risk and may result in rejection of its offer without seeking any clarifications 11 0 Bidders must ensure that their bid is uploaded in the system before the Bid closing date and time Also they must ensure that above documents which are to be submitted in a sealed envelope are also submitted at the above mentioned address before the bid closing date and time failing which the offer shall be rejected 12 0 Bid must be submitted electronically only through OIL s e procurement portal Bid submit
15. der should quote for all the items with specified quantity as per the enquiry Bid not meeting this criteria will be rejected Page 9 of 16 of tender SGI6095P15 dated 29 01 2015 B COMMERCIAL i The Bidder shall furnish requisite Bid Security by way of a Bank Guarantee Bank Draft in the manner and as specified in Section Bid Security which shall be furnished alongwith the Bid Any bid not accompanied by a proper bid security will be rejected ii Validity of the bid shall be minimum 120 days from the Bid Closing Date otherwise the bid shall be rejected iii The prices offered will have to be firm through delivery and not subject to variation on any account A bid submitted with an adjustable price will be treated as non responsive and rejected iv Bids received after the bid closing date and time will be rejected v All the Bids must be Digitally Signed using Class 3 digital certificate e commerce application as per Indian IT Act obtained from the licensed Certifying Authorities operating under the Root Certifying Authority of India RCAD Controller of Certifying Authorities CCA of India The bid signed using other than Class 3 digital certificate will be rejected vi The User ID amp Password are not transferable Bids submitted by parties to whom the User ID amp Password was not issued by the Company will be rejected vii Conditional offers will be rejected viii Bids received in any form or media other than
16. e Tender portal within the Bid Closing Date and Time stipulated in the e Tender The Techno commercial Bid shall contain all technical and commercial details Details of prices as per price format in Appendix I to be uploaded as attachment in the Attachment Tab Notes and Attachments 6 1 A screen shot in this regard is given below Edit Print Preview 4 Go to this Tab Technical RFx Response for Uploading Techno commercial Bid Technical RFx Resphnse Ciosg RFx Response Number 60006452 RFx Number TEST2 RFx Owner WIPRO_TEST1 Total Value 0 00 INR Event Parameters Service and Delive Currency Indian Rupee Incoten Detailed Price Information Price w ith Conditions Go to this Tab Notes and Attachments for Uploading Status and Statist Terms of Payment 9010 90 against despatch 10 after req Priced Bid files Created C Created B Last Processed C Last Processed B Function z Number Name l Valid fr E The table does not contain any data On EDIT Mode The following screen will appear Bidders are advised_to Upload Techno Commercial Unpriced_ Bid and Priced Lita in nthe places a as s indicated above Bid on EDIT Mode Submission Deadline 13 04 2013 11 00 00 INDIA RFx Response Version Number 2 RFx Version Number 5 RFx Response Number 60006452 RFx Number TEST2 Status Withdrawn i RFx Own
17. er WIPRO_TEST1 Total Value 0 00 INR Area for uploading Techno Commercial Bid Adda Clear Assigned To Category Text Preview ee Area for uploading Priced Bid Sign Attachment Add Attachment Edit Description Versioning Delete Create Quali Assigned To Category Description File Name E The table does not contain any data Processor Checked Page 3 of 16 of tender SGI6095P15 dated 29 01 2015 7 0 General Qualification Criteria In addition to the General BRC BEC following criteria on Bidders Experience and their financial capabilities shall be considered documentary evidence to be provided along with the bid in Technical RFx gt External Area gt Tender Documents as on the Bid Closing Date i Successful execution of a single order of value not less than Rs 27 00 Lakhs for supply of similar items during last 3 years ii Annual turnover of the firm in any of the last 3 financial years or current financial year should not be less than Rs 90 00 Lakhs 8 0 Application showing full address email address with Tender Fee Non refundable of Rs 1 000 00 in favour of M s Oil India Limited and payable at Guwahati is to be sent to Chief Material Manager Oil India Limited Pipeline Headquarter P O Udayan Vihar Guwahati 781171 Application shall be accepted only upto one week prior to Bid Closing date The envelope containing the application for participation should clearly indicate
18. idding document consists of Technical specifications and Quantity as per Annexure AAA Bid Rejection amp Bid Rejection Criteria as per Annexure BBB Technical bid check list as per Annexure EEE Response sheet as per Annexure FFF and Bank Details as per Annexure GGG Integrity Pact Annexure DDD Vendor User Manual and LCB Doc Booklet revised have been uploaded separately in the Technical RFx gt External Area gt Tender Documents 3 0 The tender shall also be governed by the Bid Rejection amp Bid Evaluation Criteria given in enclosed Annexure BBB However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria as per Annexure BBB contradict the Clauses of the tender and or General Terms amp Page 2 of 16 of tender SGI6095P15 dated 29 01 2015 Conditions as per Booklet No MM LOCAL E 01 2005 for E procurement LCB Tenders elsewhere those in the BEC BRC shall prevail 4 0 Bidder are advised to fill up the Technical bid check list Annexure EEE Response sheet Annexure FFF and Bank Details Annexure GGG given in the bidding document uploaded in Technical RFx gt External Area gt Tender Documents The above filled up documents to be uploaded in the Technical RFX Response 5 0 Please do refer the User Manual provided on the portal on the procedure How to create Response for submitting offer 6 0 Bidders shall prepare and shall upload through electronic form in the OIL s
19. lts battery banks in transparent SAN containers with tubular positive plates pasted negative plates lids ceramic vent plugs separators bolts amp nuts cell insulators stands inter cell connectors fasteners etc dry and uncharged conforming to IS 1651 of 2013 as per the details below 1 Voltage of each cell 2 volts single cell 2 Type Tubular TBS 3 Standard IS 1651 2013 Fourth Revision 4 Container Transparent SAN container with Electrolyte High Low level marking and SAN cover 5 Nominal Capacity in AH at 27 degree C discharged to final voltage of 1 80 V 400 AH 6 Positive Electrode Low Antimony Lead Alloy lt 3 Sb made by High pressure casting method 7 Negative Electrode Pasted grid plate 8 Separator Micro porous synthetic Resin based 9 Terminals Leak Proof Brass Copper Insert bolt on type terminals 10 Inter cell Connector Bolt on type copper insulated Inter cell connector 11 Vent Plug Ceramic anti splash with acid fume retaining vent plug 12 Low maintenance Topping frequency once in 6 12 months 13 Service Life Expected service life for Standby float application at 27 degree C should be at least 12 years 14 Float voltage 5 45 degree C 2 20 2 26 Volts 15 Boost voltage To be mentioned as per the model offered 16 Operating Temperature range 10 45 degree C 17 Internal resistance lt 1 mohm 18 Self Discharge rate lt 5 per 28 days at 27 2 degree C Compliance statement to be provided Deviations if any should als
20. ng spares and empty containers separately 10 Clause by clause compliance statement to be provided 11 Documentary evidence to be provided KEKE K K K ie K K K K K K K K K K K K K K K K K K K K K K K K K K ok Page 8 of 16 of tender SGI6095P15 dated 29 01 2015 ANNEXURE BBB Bid Rejection Criteria BRC amp Bid Evaluation Criteria BEC 1 0 BID REJECTION CRITERIA BRC The bid shall conform generally to the specifications and terms and conditions given in this bidding document Bids shall be rejected in case the goods materials offered do not conform to required parameters stipulated in the technical specifications Notwithstanding the general conformity of the bids to the stipulated specifications the following mandatory requirements will have to be particularly met by the Bidders without which the same will be considered as non responsive and rejected All the documents related to BRC must be uploaded alongwith the Technical Bid A Technical 1 1 BIDDER has to be either the Original Equipment Manufacturer OEM or authorised dealer of the offered product In case the bidder is a dealer authorization certificate from the OEM has to be submitted for the tender to ensure technical and maintenance support for future 1 2 Bidder should have successfully supplied installed and commissioned the offered product in at least 1 One site for a minimum of 24 Twenty Four cells during last three years from the date of Bid opening a In case of
21. o be mentioned Old batteries 288 nos out of the total lot of 480 batteries to be taken back by the Supplier after dismantling amp buy back offer to be provided in the offer However Buy back price to be shown separately in priced bid as per format given 20 5 No SAME AS ITEM NO 10 ABOVE 30 Installation amp Commissioning of ten banks as in Item no 10 above 1 AU Inclusive of all materials required in the battery banks for the installation and commissioning at site as per the details provided in the Technical Specifications above Page 6 of 16 of tender SGI6095P15 dated 29 01 2015 40 Installation amp Commissioning of ten banks as in Item no 20 above 1 AU Inclusive of all materials required in the battery banks for the installation and commissioning at site as per the details provided in the Technical Specifications above SPECIAL TERMS AND CONDITIONS 1 0 All materials to be delivered at Pipeline Headquarters P O Udayan Vihar Guwahati 781171 Assam However Installation and commissioning has to be done by successful bidder at the various Pump Stations and Repeater Stations along OIL Pipeline passing through the States of Assam West Bengal and Bihar Installation amp commissioning charges shall be considered for bid evaluation Delivery of materials at respective sites shall be OIL s responsibility While quoting Installation amp Commissioning charges ab
22. ove bidder should take into account all charges including to and fro fares boarding lodging local transport and other expenses of supplier s personnel during their stay at various locations mentioned above All Personal Income Service Corporate Taxes etc towards the services provided under installation commissioning shall be borne by the supplier 2 Dismantling of old sets and installation and commissioning of new sets at site to be done by successful bidder Line Item 10 5 Sets X 2 Banks X 24 Cells 240 Cells and Line Item 20 5 Sets X 2 Banks X 24 Cells 240 Cells So combining Line Items 10 and 20 total Cells 480 Cells 20 Banks Out of which for 12 Banks X 24 Cells 288 Cells will be under Replacement and those 288 old Cells batteries to be bought back by the bidder Rest balance 480 288 192 Cells 8 Banks X 24 Cells will be new installation at OIL sites i e 288 Cells will be taken back by the Supplier in the course of Replacement batteries installation out of total order of 480 Cells In the event of an order successful bidder have to make their own arrangement of dismantling and collection of the old batteries from the respective locations after installation of the new one 3 All accessories eg Stands inter row inter tier connectors sulphuric acid hydrometer cell testing voltmeter thermometer wooden holder spanner syringe plastic funnel rubber Siphon rubber apron rubber gloves plastic jug rubber
23. ted in any other form will be rejected All the Bids must be Digitally Signed using Class 3 digital certificate e commerce application as per Indian IT Act obtained from the licensed Certifying Page 4 of 16 of tender SGI6095P15 dated 29 01 2015 Authorities operating under the Root Certifying Authority of India RCAD Controller of Certifying Authorities CCA of India The bid signed using other than Class 3 digital certificate will be rejected 13 0 Any sum of money due and payable to the contractor including Security Deposit refundable to them under this or any other contract may be appropriated by Oil India Limited and set off against any claim of Oil India Limited or such other person or persons contracting through Oil India Limited for payment of sum of money arising out of this contract or under any other contract made by the contractor with Oil India Limited or such other person or persons contracting through Oil India Limited 14 0 Inthe event of receipt of only a single offer against the tender within B C date OIL reserves the right to extend the B C date as deemed fit by the Company During the extended period the bidders who have already submitted the bids on or before the original B C date shall not be permitted to revise their quotation 15 0 Integrity Pact a OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Annexure DDD of the tender document This Integrity Pact
24. th tender fee for participation Tender documents can also be purchased online by using Credit Card Debit Card as well as net banking Details of NIT can be viewed using Guest Login provided in the e procurement portal Page 1 of 16 of tender SGI6095P15 dated 29 01 2015 OIL INDIA LIMITED A Government of India Enterprises z PO Udayan Vihar 781171 Guwahati Assam India TELEPHONE NO 91 361 2643685 688 FAX NO 91 361 2643686 Email panchali oilindia in erp_mm oilindia in FORWARDING LETTER Tender No amp Date SGI6095 P15 dated 29 01 2015 Tender Fee Rs 1 000 00 Bid Security Amount Rs 90 000 00 Bidding Type SINGLE STAGE COMPOSITE BID SYSTEM Bid Closing on As mentioned in the Basic Data of e portal Bid Opening on do Performance Guarantee Applicable Integrity Pact Not Applicable OIL invites Bids for Procurement of Lead acid Tubular TBS Battery through its e Procurement site under SINGLE STAGE COMPOSITE BID SYSTEM The general details of tender can be viewed by opening the eRFx Tender under RFx and Auctions The details of items tendered can be found in the Item Data and details uploaded under Technical RFX The bidding document is available in the Technical RFx gt External Area gt Tender Documents Standard Notes 1 0 The tender will be governed by General Terms amp Conditions for e Procurement as per Booklet No MM LOCAL E 01 2005 for E Procurement LCB Tenders 2 0 This B

Download Pdf Manuals

image

Related Search

Related Contents

DRS-100 - Ocean Technology Systems  SOYO Computer Hardware Motherboard User's Manual  RIKKE-MATHILDA microassemblers and simulators on  Notebook-Docking- Station Notebook-Docking    Rohl U.4718X-PN-2 Instructions / Assembly  Manual de usuario    HQ SS2423/1.5    

Copyright © All rights reserved.
Failed to retrieve file