Home
SDI6495P15 - Oil India Limited
Contents
1. as on the Bid Closing Date Criteria Complied Not Complied Documentary evidence submitted not submitted a Bidder should have experience of successfully executing of Rs 06 43 Lakhs during last 3 years b Annual financial turnover of the firm in any of the last 3 financial years or current financial year should not be less than Rs 21 44 Lakhs 2 0 Application showing full address email address with Tender Fee Non refundable of Rs 1 000 00 in favour of M s Oil India Limited and payable at Duliajan is to be sent to Head Materials Oil India Limited P O Duliajan Assam 786602 Application shall be accepted only ne week prior to Bid Closing date or as amended in e portal The envelope containing the application for participation should clearly indicate REQUEST FOR ISSUE OF USER ID AND PASSWORD FOR E TENDER NO for easy identification and timely issue of user ID and password On receipt of requisite tender fee USER_ID and initial PASSWORD will be communicated to the bidder through e mail and will be allowed to participate in the tender through OIL s e Procurement portal No physical tender documents will be provided Details of NIT can be viewed using Guest Login provided in the e Procurement portal The link to e Procurement portal has been also provided through OIL s web site www oil india com NOTE a Tender Fee may also be paid online upto one week prior to the bid closing da
2. hinges are to be constructed and set that the doors should swing right against the van body side and facilities are to be provided for fixing the doors in that portion There should not be any opening in the body of the vehicle except through the doors at the back No holes should be drilled in the chassis unless allowed by the maker for the purpose of securing the van body i General Any other technical details and specifications not mentioned in the NIT should be as per specifications of the Inspector of Explosives Govt of India PESO Petroleum Explosives Safety Organization ii Painting As per approved guidelines of PESO Petroleum Explosives Safety Organization NOTE 1 The bid should be complete with technical literature leaflet of the chassis with driver s cab and detailed technical drawing of the Explosive Van Body duly approved by Chief Controller of Explosive PESO 2 Brand new chassis vehicle as specified in the order should be purchased from manufacturer dealer outlet in the name of OIL INDIA LIMITED The chassis vehicle shall be inspected by Company Engineer prior to the fabrication jobs The chassis vehicles are to be brought to the fabricator s workshop by arranging temporary registration insurance driver etc as necessary 3 The chassis vehicle should be fully insured against all risks by the supplier during fabrication 4 As the Explosive Van will be used for carrying explosives the supplier should have t
3. specifications and Quantity as per Annexure 1A The prescribed Bid Forms for submission of bids are available in the Technical RFx gt External Area gt Tender Documents In the event of receipt of only a single offer against the tender within B C date OIL reserves the right to extend the B C date as deemed fit by the Company During the extended period the bidders who have already submitted the bids on or before the original B C date shall not be permitted to revise their quotation Any sum of money due and payable to the contractor including Security Deposit refundable to them under this or any other contract may be appropriated by Oil India Limited and set off against any claim of Oil India Limited or such other person or persons contracting through Oil India Limited for payment of sum of money arising out of this Page 1 of 3 contract or under any other contract made by the contractor with Oil India Limited or such other person or persons contracting through Oil India Limited f Bidder are advised to fill up the Technical bid check list Annexure EEE and Response sheet Annexure FFF given in MS excel format in Technical RFx gt External Area gt Tender Documents The above filled up document to be uploaded in the Response Special Note 1 0 General Qualification Criteria In addition to the general BRC BEC following criteria on Bidders Experience and their financial capabilities shall be considered D
4. terms condiions 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 HAVE SUBMITTED THE DULY SIGNED INTEGRITY PACT DOCUMENT Wherever Applicable 11 CONFIRM THAT YOU HAVE SHALL SUBMIT PERFORMANCE BANK GUARANTEE AS PER NIT IN THE EVENT OF PLACEMENT OF ORDER ON YOU Wherever Applicable 12 CONFIRM THAT YOU HAVE SUBMITTED DOCUMENTS AS PER GENERAL QUALIFICATION CRITERIA NOTE Please fill up the greyed cells only 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 foll
5. Annexure I OIL INDIA LIMITED A Government of India Enterprise P O Duliajan 786602 Assam India FAX 91 0374 2800533 E mail material oilindia in A OIL INDIA LIMITED invites Indigenous Competitive Bid e tenders through its e Procurement portal https etender srm oilindia in irj portal for following e tender E Tender No B C Date Material Description amp Quantity SDI6388P15 DT 24 02 2015 SINGLE STAGE TWO BID SYSTEM 30 04 2015 STATIC ENERGY METER 4945 NOS SDI6495P15 DT 05 03 2015 SINGLE STAGE COMPOSITE BID SYSTEM 30 04 2015 EXPLOSIVE VAN 04 NOS Application showing full address email address with Tender Fee Non refundable of Rs 1 000 00 in favour of M s Oil India Limited and payable at Duliajan is to be sent to Head Materials Oil India Limited P O Duliajan Assam 786602 Application shall be accepted_one week prior to Bid Closing date The envelope containing the application for participation should clearly indicate REQUEST FOR ISSUE OF USER ID AND PASSWORD FOR E TENDER NO for easy identification and timely issue of user ID and password On receipt of requisite tender fee USER_ID and initial PASSWORD will be communicated to the bidder through e mail and will be allowed to participate in the tender through OIL s e Procurement portal No physical tender documents will be provided Details of NIT can be viewed using Guest Login provided in the e Procurement po
6. The offer should be complete in all respect in supply purchasing of chassis vehicle fabrication of van body and arranging Explosive Licence Permit Offer for part of the Item Job will not be considered B COMMERCIAL i Validity of the bid shall be minimum 120 days from the Bid Closing Date ii Bid security The bid must be accompanied by Bid Security of Rs 21 500 00 in OIL s prescribed format as Bank Guarantee or a Bank Draft Cashier cheque in favour of OIL The Bid Security may be submitted manually in sealed envelope superscribed with Tender no and Bid Closing date to Head Materials Materials Department Oil India Limited Duliajan 786602 Assam on or before the Bid Closing Date and Time mentioned in the Tender The Bank Guarantee towards Bid Security shall be valid for 10 months from Bid closing date i e upto Page 1 of 3 iii iv v vi vii Bid Security may also be paid online on or before the Bid Closing Date and Time mentioned in the Tender If bid _security_in ORIGINAL of above mentioned Amount and Validity is not received or paid online within bid closing date and time the bid submitted through electronic form will be rejected without any further consideration For exemption for submission of Bid Security please refer Clause No 8 8 of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders The format of Bank Guarantee towards Bid Security Annex
7. WITH THE FOLLOWING A Technical specification of the Vehicle 1 Wheel base In the range of 3150 mm to 3264 mm 2 Gross Vehicle Weight GVW Not less than 2750 kg 3 Suitable rear towing hook 4 All OEM fitted standard instruments accessories tools etc B VAN BODY SPECIFICATION a Air Space between body amp cab A clear space of 15 cm approx should be left between body and cab b Fire Screen A suitable fire screen should be provided to protect the whole of the driver s cab and extending to within 300 mm approx from the ground The fire screen should be carried on a iron angle frame of light construction c Exhaust Pipe amp Silencer The hole of the silencer and exhaust piping should be in the front of the fire screen The exhaust system must be fitted with spark arrester d Fire Extinguisher A chemical fire extinguisher of the methyl bromide type or a suitable capacity hand pump fire extinguisher should be suitably provided e Van Body The body framing is to be constructed of best selected teak wood or equivalent good quality wood thoroughly seasoned and free from all defects All joints are to be mortised and tenoned or half checked The joints should be coated with white lead before assembly All parts of the framing which will be in contact with the outer metal paneling are also to be thoroughly coated with white lead before paneling is fixed Iron plated knees etc may be used for stiffening the framing wh
8. citly mentioning compliance non compliance to all the NIT terms and conditions of NIT Yours Faithfully Sd R BARMAN SR MANAGER MATERIALS IP FOR HEAD MATERIALS Page 3 of 3 Annexure CCC Tender No amp Date SDI6495P15 DT 05 03 2015 BID REJECTION CRITERIA BRC BID EVALUATION CRITERIA BEC The following BRC BEC will govern the evaluation of the bids received against this tender Bids that do not comply with stipulated BRC BEC in full will be treated as non responsive and such bids shall prima facie be rejected Bid evaluation will be done only for those bids that pass through the Bid Rejection Criteria as stipulated in this document Other terms and conditions of the enquiry shall be as per General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria BRC BEC contradict the Clauses of the tender or MM LOCAL E 01 2005 elsewhere those in the BRC BEC shall prevail Criteria Complied Not Complied Remarks if any 1 0 BID REJECTION CRITERIA BRC A TECHNICAL The bid shall conform generally to the terms and conditions given in this document Notwithstanding the general conformity of the bids to the stipulated specifications the following requirements will have to be particularly met by the Bidders without which the same will be considered as non responsive and rejected i
9. d time will be rejected Similarly modifications to bids received after the bid closing date amp time will not be considered All the Bids must be Digitally Signed using Class 3 digital certificate Page 2 of 3 with Organisation s name e commerce application as per Indian IT Act obtained from the licensed Certifying Authorities operating under the Root Certifying Authority of India RCAI Controller of Certifying Authorities CCA of India The bid signed using other than Class 3 with Organisation s Name digital certificate will be rejected viii Price should be maintained in the online price schedule only The price submitted other than the online price schedule shall not be considered ix A bid shall be rejected straightway if it does not conform to any one of the following clauses a Validity of bid shorter than the validity indicated in the Tender b Original Bid Security not received within the stipulated date amp time mentioned in the Tender c Bid Security with i Validity shorter than the validity indicated in Tender and or ii Bid Security amount lesser than the amount indicated in the Tender d Average Annual Turnover of a bidder lower than the average Annual turnover mentioned in the Tender 2 0 BID EVALUATION CRITERIA BEC The bids conforming to the terms and conditions stipulated in the tender and considered to be responsive after subjecting to the Bid Rejec
10. ere they are considered necessary but no such iron work must be expected to be interior of the completed van body The length of the van body should be equal to the length of the chassis available after cab and air space of 15 cm approx The inside dimensions of the body shall be suitable for the quantity of explosives proposed to be carried i e for carrying approximately 500 kg of explosive Body dimension shall be as per the chassis length available after fitment of the fire screen and width to the main within the permissible limit The interior height of the van body should be 1890 mm approx above ground level The body shall be fitted in such a manner as to keep the vehicle stable during transport of explosive All the body construction should be as per approved guide line of PESO Petroleum Explosives Safety Organization f Flooring Body Paneling amp Lining Suitable flooring body paneling amp lining for the Van body as per approved guidelines of PESO Petroleum Explosives Safety Organization g Lockable double doors should be fitted at the rear ends of the body and should be close fit 1 all round The framing paneling and lining of same being similar in all respect to the body work They are to be leveled along the bottom to make a water tight joints with brass covered still of the door way and with strapping The doors should be hung suitably on crook and bark hinges on the rear frame posts of the van body The
11. nk pae E O Ses 12 Confirm that the Bid Security submitted In case of Bank Guarantee is in toto as per format provided in the tender Bid Security if Not submitted reasons thereof a Ps a ee Whether you shall submit Performance Security in the event of placement of order on you if applicable Integrity Pact Submitted if applicable Confirm that the Integrity Pact submitted is in toto as per format provided in the tender Whether submitted documents in support of General Qualification criteria of NIT If bidder is Small scale unit whether you are eligible for purchase preference NOTE Please fill up the greyed cells only Technical Bid Checklist Annexure EEE Bidder s Name Compliance by Bidder a a l ETT SL NO BEC TENDER REQUIREMENTS Confirmed Not applicable unpriced bid or Comments 1 Bidder to confirm that he has not taken any exception deviations to the bid document specifications Confirm that the Offer has been made with Bid Bond Bank Guarantee Earnest Money along with the offer Wherever Applicable E nn ae opening of techno commercial bid Confirm that the prices offered are firm and or without any qualifications Confirm that all relevant fields in the on line biding format been filled in by the bidders for the items quoted by them 7 Confirm that the the price bid is in conformity with OIL s online bidding format 8 __ Confirm that the Bid comply with allthe
12. o get it duly approved from the Inspector of Explosive Govt of India PESO Petroleum Explosives Safety Organization and necessary licence permit etc to be obtained in the name of OIL INDIA LIMITED and enabling us to carry explosive in the van and should provide us with necessary certificates licences etc to that effect OIL INDIA LIMITED will extend all necessary support if necessary during registration of the vehicle with Explosive Authority 5 The Explosive Van will be inspected by our Engineer before dispatch to Duliajan Any minor modification suggested by our Engineer during inspection should be carried out free of cost 6 The offer should be complete in all respect in supply purchasing of chassis vehicle fabrication of van body etc and arranging Explosive Licence Permit etc Offer for part of the Item Job should not be considered 7 The Explosive Van should be delivered at Duliajan by the supplier along with the explosive licences permits insurances etc in favour of OIL INDIA LIMITED Duliajan Assam NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions of NIT 2 Bidders Response Sheet Annexure FFF Bidders Name 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 Ba
13. owing 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 account mentioned above in original 7 Bank Statement not older than 15 days on the date of submission
14. rtal The link to e Procurement portal has been also provided through OIL s web site www oil india com NOTE Tender Fee may also be paid online upto one week prior to the bid closing date or as amended in e portal OIL INDIA LIMITED A Government of India Enterprises PO Duliajan 786602 Assam India TELEPHONE NO 91 374 2808719 FAX NO 91 374 2800533 Email ranjanbarman oilindia in erp_mm oilindia in FORWARDING LETTER Tender No SDI6495P15 DT 05 03 2015 Tender Fee Rs 1 000 00 Bid Security Amount Rs 21 500 00 Bidding Type SINGLE STAGE COMPOSITE BID SYSTEM Bid Closing on As mentioned in the e portal Bid Opening on do Performance Security Applicable Integrity Pact Not Applicable OIL invites Bids for Procurement of Explosive Van 04 Nos through its e Procurement site under SINGLE STAGE COMPOSITE BID SYSTEM The bidding documents and other terms and conditions are available at Booklet No MM LOCAL E 01 2005 for E Procurement LCB Tenders The prescribed Bid Forms for submission of bids are available in the Technical RFx gt External Area gt Tender Documents The general details of tender can be viewed by opening the RFx Tender under RFx and Auctions The details of items tendered can be The tender will be governed by a b c d e General Terms amp Conditions for e Procurement as per Booklet No MM LOCAL E 01 2005 for E Procurement LCB Tenders Technical
15. te or as amended in e portal b PSUs and SSI units are provided tender documents Free of Cost as per govt guidelines however they have to apply to OIL s designated office to issue the tender documents before the last date of sale of tender document mentioned in the tender 3 0 Please note that all tender forms and supporting documents are to be submitted through OIL s e Procurement site only except following documents which are to be submitted manually in sealed envelope super scribed with Tender_no and Due date to Head Materials Materials Department Oil India Limited Duliajan 786602 Assam on or before the Bid Closing Date and Time mentioned in the Tender Page 2 of 3 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 4 0 Bidders are requested to examine all instructions forms terms and specifications in the bid Failure to furnish all information required as per the NIT or submission of offers not substantially responsive to the bid in every respect will be at the bidders risk and may result in rejection of its offer without seeking any clarifications 5 0 Bidders must ensure that their bid is uploaded in the system before the tender closing date and time Also they must ensure that abo
16. tion Criteria as well as verification of original of any or all documents documentary evidences pertaining to BRC will be considered for further evaluation as per the Bid Evaluation Criteria given below COMMERCIAL i To evaluate the inter se ranking of the offers Assam Entry Tax on purchase value will be loaded as per prevailing Govt of Assam guidelines as applicable on bid closing date Bidders may check this with the appropriate authority while submitting their offer ii 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 NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions of NIT Page 3 of 3 ANNEXURE IA TECHNICAL SPECIFICATIONS WITH QUANTITY Tender No amp Date SDI6495P15 DT 05 03 2015 SUPPLY OF BRAND NEW FIELD EXPLOSIVE VAN FOR CARRYING APPROXIMATELY 500 KG OF EXPLOSIVE MOUNTED ON BRAND NEW SINGLE CAB TATA XENON PICK UP OR MAHINDRA amp MAHINDRA BOLERO PICK UP OR EQUIVALENT DEVELOPING MINIMUM 63 HP AT RATED RPM 4 FOUR NOS Complied Not Complied Remarks if any THE EXPLOSIVE VAN SHOULD BE COMPLETE
17. ure VII has been amended to Annexure VII Revised and bidders should submit Bank Guarantee towards Bid Security as per Annexure VII Revised only In case of extension of Bid Closing date against the tender where a bidder has already submitted his bid with requisite bid security validity within the original B C Date such bidders will extend validity of bid security covering the extended period of the bid closing date Performance Security The successful Bidder will have to provide Performance Security 10 of Purchase order value The Performance Security must be valid for 12 months from the date of despatch The _ validity requirement of Performance Security is assuming despatch within stipulated delivery period and confirmation to all terms and conditions of order In case of any delay in despatch or non confirmation to all terms and conditions of order validity of the Performance Security is to be extended suitably as advised by OIL For exemption for submission of Performance Security please refer Clause No 9 12 of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders The Bank Guarantee should be allowed to be encashed at all branches within India The prices offered will have to be firm through delivery and not subject to variation on any account A bid submitted with an adjustable price will be treated as non responsive and rejected Bids received after the bid closing date an
18. ve 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 6 0Bid must be submitted electronically only through OIL s e procurement portal Bid submitted in any other form will be rejected 7 0 The name of the OIL s Independent External Monitors at present are as under SRI RAGHAW SHARAN PANDEY Former Secretary MOP amp NG e Mail ID rspandey_99 hotmail com 8 0 The tender shall be governed by the Bid Rejection amp Bid Evaluation Criteria given in enclosed Annexure CCC However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria as per Annexure CCC contradict the Clauses of the tender and or General Terms amp Conditions as per Booklet No MM LOCAL E 01 2005 for E procurement LCB Tenders elsewhere those in the BEC BRC shall prevail 9 0 To ascertain the substantial responsiveness of the bid OIL reserves the right to ask the bidder for clarification in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in toto must be received on or before the deadline given by the company failing which the offer will be summarily rejected 10 0 Please do refer the User Manual provided on the portal on the procedure How to create Response for submitting offer NOTE Bidders should submit their bids preferably in tabular form expli
Download Pdf Manuals
Related Search
Related Contents
User Manual for the SSI Memory Module Tester « La ville mode d`emploi » Pour une lecture politique des espaces Invitation - 7/03/2013 - Conseil de circonscription USER-MANUAL Tamson Vacuum System - Tamson Table des matières - ThyssenKrupp Bauservice Cyclops 7 User Manual User`s Manual HIGH TEMPERATURE REACTION CHAMBER TranAX 3 User Manual Copyright © All rights reserved.
Failed to retrieve file