Home
SGG8701P16 - Oil India Limited
Contents
1. Payment shall be released as follows i 80 of the supply value shall be released on supply of the Unit against proof of despatch shipment of the goods ii Remaining 20 of the supply value along with installation amp commissioning charges shall be paid after successful installation amp commissioning and acceptance of the Unit by OIL at site OIL may consider making 100 payment of the Unit value towards supply of the Unit against proof of dispatch shipment provided bidders agree to pay interest 1 above prevailing Bank Rate CC rate of State Bank of India for 20 of the Unit value and also submit Bank Guarantee for the equivalent amount plus interest valid till successful commissioning of Unit at site 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 the duration of commissioning time indicated in the tender plus transit time 3 months for evaluation purpose General The original equipment manufacturer OEM should confirm in writing that the spares for the quoted model will be available for a period of ten years after installation of the instrument In case the OEM is bidding through an Indian agent the OEM should give a written undertaking that they will be responsible for providing the warranty and annual maintenance as per
2. offer No 5 4 For Indian Bidders only Whether offered Deemed Export prices Yes No 5 5 For Indian Bidders only Whether all applicable Taxes amp Duties Yes have been quoted No 6 0 Whether all BRC BEC clauses accepted Yes No 7 0 Whether confirmed to offer the equipment for Pre despatch shipment Yes Inspection amp testing No 7 1 Whether Pre despatch shipment inspection amp testing charges applicable Yes No 7 2 If Pre despatch shipment inspection amp testing charges applicable Yes whether quoted separately on lumpsum basis No 7 3 Whether confirmed to carry out Installation amp Commissioning of the Yes equipment at Guwahati Assam No 7 4 Whether Installation amp Commissioning charge applicable Yes No 7 5 If Installation Commissioning and Training charges applicable Yes whether separately quoted on lumpsum basis No 7 6 Whether to amp fro air fares boarding lodging of the commissioning Yes personnel at Guwahati Assam India included in the quoted No charges 7 7 Whether confirmed that all Service Income Corporate tax etc Yes applicable under Installation Commissioning are included in the No prices quoted 8 0 Whether Integrity Pact with digital signature uploaded Yes No Offer reference Name of the Bidder
3. 145 psi and flow rates up to 500 ml min It should be possible to operate the injector in constant flow constant pressure programmable flow and programmable pressure mode In programmable pressure mode it should be possible to adjust pressure in steps of 1 KPa and in programmable flow mode it should be possible to adjust the flow in steps of 0 1 ml min It should be possible to adjust the split flow from 1 1 to 1 1000 It should be possible to operate the injector in gas saver mode Flame Ionization Detector 1 no The detector should have a ceramic flame jet The detector should be capillary column optimized It should have a linear dynamic range of 1047 Electronic control of Hydrogen Air and Makeup gas Nitrogen or Helium should be possible It should be possible to adjust the flow rate of Hydrogen between 0 90ml1 min air between 0 600m1 min and make up gas between 0 90ml1 min Temperature Ambient to 450 C Minimum detection range 2pg C Sec Fast data acquisition rate up to 300 Hz should be possible Programmable Temperature Vapourizer 1 no Temperature range Up to 400 C in 1 C increments It should be possible to program the injector in up to 3 ramps and 4 plateaus It should be possible to adjust heating rate upto 800 C min It should be possible to attain sub ambient temperature down to 50 C with liquid nitrogen cooling The injector should ensure no discrimination between lighter and heavier components The injector sh
4. 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 bidsand final decision exceed 3 three months then B C Selling Market rate of exchange declared by SBI on the date prior to the date of final decision shall be adopted for conversion and evaluation 4 0 Offers not complying with the payment terms indicated in the enquiry shall be loaded with one percent above the prevailing Bank rate CC rate of State Bank of India for evaluation purpose 5 0 To ascertain the inter se ranking the comparison of the responsive bids will be made as under subject to corrections adjustments given herein 5 1 When only foreign bids are involved Comparison of bids will be done on the basis of TOTAL VALUE which is estimated as under A Total Material value of the unit B FOB Charges C Total FOB Value A B above D Ocean Freight uptoKolkata India port as quoted E Insurance Charges 0 5 of Total FOB Value vide C above F Banking Charges 1 of Total FOB Value vide C above in case
5. minimum 8 Connectivity USB port with Cable 9 Print Driver Win XP Vista on CD Media 10 Others Power Cable and Original Cartridge UPS A 10 kVA single phase 230V 50Hz UPS with a 30 minutes power back up at full load should also be offered The computer printer and UPS should preferably be supplied locally Manuals One set of operating manual and service manual in English should be provided with the instrument Training Two scientific staff of OIL should be trained in the operation of the software and the instrument and routine maintenance of the instrument at site for 3 working days after the installation is over Warranty The complete instrument including UPS and computer printer should be under warranty for a period of one year from the date of installation In case of breakdown during the warranty period a competent service engineer of the supplier should make as many visits as are necessary to rectify the instrument The supplier should provide any spares required for making the instrument operational Annual Maintenance Contract OIL may decide to go for Annual Maintenance Contract for a period of four years after the warranty period is over During the maintenance contract period the service engineer of the supplier should make two visits for preventive maintenance of the instrument and one visit if necessary for breakdown maintenance of the instrument Spares required if any during the maintenance c
6. of payment through Letter of Credit If confirmed L C required 2 5 of Total FOB Value will be loaded G Total CIF Kolkata Value C D E F above H AMC Charges for 4 years after warranty period I Installation Commissioning charges J Total Value G H I above 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 of the Unit B Packing and Forwarding Charges C Total Ex works value A B above D Excise Duty as applicable on C above E Sales Tax as applicable on C D above F Total FOR Despatching station Value C D E above G Transportation charges as quoted H Insurance charges 0 5 of Total FOR Despt Station Value F above I Assam entry tax J Total FOR Guwahati value F G H 1 above K AMC Charges for 4 years after warranty period L Installation Commissioning charges M Total Value J K L above 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
7. 2 years of operations Yes 2 quoted No 3 8 Whether quoted as per NIT without any deviations Yes No 3 8 Whether quoted any deviation Yes 1 No 3 8 Whether deviation separately highlighted Yes 2 No 3 9 Whether indicated the country of origin for the items quoted Yes No 3 9 Whether technical literature catalogue enclosed Yes 1 No 3 9 Whether weight amp volume of items offered indicated Yes 2 No 4 0 For Foreign Bidders Whether offered FOB FCA port of despatch Yes including sea air worthy packing amp forwarding No 4 1 For Foreign Bidders Whether port of shipment indicated To Yes specify No 4 9 For Foreign Bidders only Whether indicated ocean freight up to Yes i Kolkata port Excluding marine insurance No 4 3 Whether Indian Agent applicable Yes No If YES whether following details of Indian Agent provided a Name amp address of the agent in India To indicate b Amount of agency commission To indicate c Whether agency commission included in quoted material value 5 0 For Indian Bidders Whether indicated the place from where the Yes goods will be dispatched To specify No 5 1 For Indian Bidders Whether road transportation charges up to Yes Guwahati quoted No 5 2 For Indian Bidders only Whether offered Ex works price including Yes packing forwarding charges No 5 3 For Indian Bidders only Whether indicated import content in the Yes
8. OIL INDIA LIMITED A Govt of India Enterprise P O Udayanvihar Narangi Guwahati Assam Telephone No 91 361 2594122 Fax No 91 361 2643686 Email oilmatpl oilindia in erp_mm oilindia in bimal_bora oilindia in Tender No amp Date SGG8701P16 dated 28 9 2015 Tender Fee INR 6000 00 OR USD 100 00 Bid Security Amount Applicable Bidding Type SINGLE STAGE TWO BID SYSTEM Bid Closing on 9 12 2015 at 11 00 Hrs IST Bid Opening on 9 12 2015 at 14 00 Hrs IST Performance Guarantee Applicable OIL INDIA LIMITED invites Global Tenders for items detailed below Item Material Description QTY UOM No Mat Code SUPPLY amp INSTALLATION OF TWO DIMENSIONAL GAS CHROMATOGRAPH MASS SECTROMETER WITH TIME OF FLIGHT MASS SPCTROMETER 1 No AS PER THE FOLLOWING ANNEXURE a Detailed specification Annexure I b Bid Rejection Criteria BRC and Bid Evaluation Criteria Annexure II c Technical amp Commercial Check list vide Annexure ll Special Notes 1 0 The tender will be governed by General Terms amp Conditions for e Procurement as per Booklet No MM GLOBAL E 01 2005 for E procurement ICB Tenders including Amendments amp Addendum to General Terms amp Conditions for e Procurement 2 0 Technical Check list and Commercial Check list are furnished vide Annexure III Please ensure that both the check lists are properly filled up and uploaded along with Techno commerci
9. al Unpriced Bid 3 0 The items covered by this enquiry shall be used for R amp D Purpose by Oil India Limited and hence Nil Customs Duty during import will be applicable as per DSIR guidelines Indigenous bidder shall be eligible for Deemed Export Benefit against this purchase Details of Deemed Export are furnished vide Addendum to General Terms amp Conditions 4 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 The Chief Materials Manager Oil India Limited P O Udayan Vihar Narangi Guwahati Assam on or before the Bid Closing Date mentioned in the Tender a Original Bid Security b Details Catalogue and any other document which have been specified to be submitted in original 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 5 0 In case of SINGLE STAGE TWO BID SYSTEM bidders shall prepare the Techno commercial Unpriced Bid and Priced Bid separately and shall upload through electronic form in the OIL s e Tender portal within the Bid Closing Date and Time stipulated in the e Tender The Techno commercial Unpriced Bid shall contain all technical and commercial details except the prices which shall be kept blank De
10. ction A of General Terms and Conditions for Global Tender The Bid Security shall be valid till 8 12 2016 Bid with lesser validity Bid bond shall be rejected 3 0 Validity of the bid shall be minimum 180 days Bids with lesser validity shall be rejected 4 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 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 5 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 Installation Commissioning Bidder must confirm the same in their Technical Bid Offers not complying with this clause will be rejected 6 0 Bids received after the bid closing date and time will be rejected Similarly modifications to bids received after the bid closing date amp time will not be considered 7 0 No offers should be sent by Telex Cable E mail or Fax Such offers will not be accepted 8 0 Offers received without Integrity Pact duly signed by the authorized
11. cycle time from 1 to 65 sec in steps of 0 1 sec The modulator should be electronically controlled and it should be possible to monitor its status and control it through the GCXGC software All the fittings and connections should be provided Nitrogen Generator 1 no High capacity nitrogen generator of minimum capacity 35 liters min for supplying dry nitrogen should be provided The dew point of nitrogen should be less than 70 C The nitrogen generator should have built in air compressor Regulators Two additional regulators for controlling the nitrogen gas between hot jet and cold jet should be included Auto Injector It should work on split splitless injector It should be possible to load up to 8 samples on the auto injector It should be possible to inject sample volumes from 0 1 to 50 micro litres Mass Spectrometer The Mass Spectrometer MS must be Time of Flight TOF based system and should consist of Electron Impact EI ionization source focusing optics TOF MS multichannel plate detector and high speed data collection system Ion source Electron impact ionization EI EI source should preferably have dual filament design with automatic software selection of the filament If one fails during analysis switching to the other filament before the next run should be possible without disturbing the vacuum Mass range 5 1000 amu Acquisition rate It should be possible to acquire up to 500 full range spectra per sec L
12. foreign bidder worked out as per Para 5 1 above excluding inland transportation to destination will be compared No price preference will be allowed to indigenous bidders except that for capital goods the domestic manufacturers would be accorded a price preference to offset CST to the extent of 4 or actual whichever 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 Tender shall be as per General Terms and Conditions for Global Tender However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria BEC BRC mentioned here contradict the Clauses in the General Terms and Conditions for Global Tender and or elsewhere this in the BEC BRC shall prevail Annexure III B COMMERCIAL CHECK LIST THE CHECK LIST MUST BE COMPLETED AND RETURNED WITH YOUR OFFER PLEASE ENSURE THAT ALL THESE POINTS ARE COVERED IN YOUR OFFER THESE WILL ENSURE THAT YOUR OFFER IS PROPERLY EVALUATED PLEASE SELECT Yes OR No TO THE FOLLOWING QUESTIONS IN THE RIGHT HAND COLUMN COMP LIANC Sl REQUIREMENT E Whether bid submitted under Single Stage Two Bid System Yes 1 0 No Yes 2 0 Whether quoted as manufacturer No Yes 2 1 Whether quo
13. gen generator and fittings for connections to the modulator etc as per the details below It should be possible to completely control the instrument through a computer The system should operate on 230 V 50 Hz single phase power supply Following minimum specifications are required Gas Chromatograph Primary Column Oven Temperature range Ambient 5 C to 450 C with sub ambient temperature down to 50 C Ramp rate 1 to 120 C min in steps of 1 C min with provision for at least 6 ramps and 7 plateaus Cool down time 450 C to 50 C in less than 5 minutes Column oven should be equipped to use hydrogen as carrier gas Secondary Column Oven The GC should also be equipped with a secondary oven The secondary oven should be independently controllable through the GCXGC software It should be possible to program the secondary oven in lead mode of main oven The maximum temperature 400 C with heating rate up to 40 C min should be possible in secondary oven Split Splitless Injector 1 no Temperature range Up to 450 C in 1 C increments The injector should ensure no discrimination between lighter and heavier components The injector should be suitable for columns of 50 micron to 530 micron diameter It should be possible to use Hydrogen Helium or Nitrogen as carrier gas Electronic control of flow and pressure of carrier gas should be provided The electronic flow controller should be capable of handling pressure up to 1000 KPa
14. inear dynamic range At least four orders of magnitude Detector Micro channel plate detection system Vacuum system should consist of two turbo molecular pumps mounted separately at source and analyzer chambers Pump capacity should be more than 200 litres per second The TMP pumps should be supported by a roughing pump GC transfer line temperature should be settable up to 400 C Column set Suitable primary and secondary columns required for analysis of hydrocarbons from C10 to C40 should be provided Four numbers of press fit connector should be provided to connect primary column with secondary Column in each set Five nos of standard mixture for calibration of GCXGC should be provided Data System The data system should consist of the software and the computer with following specifications Software The system must include fully integrated software package to provide integrated control of all functions of the GCXGC ToF MS including temperatures and flow rates of injector detector oven cryogenic modulator and mass spectrometer It should be able to acquire data from GCXGC ToFMS system and draw appropriate three dimensional plots in color It should have variety of visualization and colorization schemes for visual inspection It should be able to integrate the peaks and determine their retention time height and area in both the dimensions It should have automatic baseline correction feature peak find spectraldeconvolution pea
15. k area amp height calculation retention index calculation for samples run in 1D sample comparison semi quantification report generation and data export The software feature must include classification package for hydrocarbon analysis It should be able to do both qualitative and quantitative processing of GCXGC data It should have NIST library search algorithm It should be able to compare two samples and list similarities and differences between them It should be able to generate simple summary reports NIST library for mass spectra should be provided Computer Configuration as given below or better BRANDED COMPAQ HP or Dell or equivalent The computer should be equipped to handle dual monitors Core i5 2500 3 3 GHz 8 GB RAM 1 TB HDD NVIDIA Quadro 600 1GB Graphics Card CD DVD COMBO DRIVE R W 19 TFT Monitor 2 nos Dual Display Communicator with one VGA Cable for dual display Four U S B Ports 2 Front 2 Back RS232C Port amp 1 Mouse Port MM Keyboard and Optical Mouse with Mouse Pad Pre installed Microsoft Windows 7 64 bit and Microsoft Office Colourlaserjet printer The printer should have following specifications 1 Make HP EPSON or reputed equivalent Brand 2 Print Speed 8 ppm color and black 3 Media Size Legal letter executive A4 A5 A6 Etc 4 Media Type Paper envelopes transparencies labels 5 Resolution 600 X 600 dpi minimum 6 Memory 64 MB RAM 7 Duty Cycle 35 000 pages month
16. l Gas Chromatograph with Time of Flight Mass Spectrometer or authorized by OEM to bid on their Behalf 2 2 Bidder must have supplied at least two nos of Two Dimensional Gas Chromatograph Time of Flight Mass Spectrometer anywhere in the world in the preceding seven years period prior to the bid closing data Name Address Contact Person Name and Phone no amp email ID of the parties to whom the instrument has been supplied should be provided B COMMERCIAL Commercial Bid Rejection Criteria will be as per Section D of General Terms amp Conditions of Global Tender MM GLOBAL E 01 2005 with following Special Bid Rejection Criteria 1 0 Bids are invited under Single Stage Two Bid System Bidders shall quote accordingly under Single Stage Two Bid System Please note that no price details should be furnished in the Technical i e Techno Commercial bid The Techno Commercial bid shall contain all techno commercial details except the prices which shall be kept blank The Priced Bid must contain the price schedule and the bidder s commercial terms and conditions Bidder not complying with above submission procedure will be rejected 2 0 Bid security of OR USD 6840 00 or Rs 4 10000 00 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 Se
17. ning charges M Total Value J K L above N Total value in words O Gross Weight P Gross Volume 2 0 AMC charges for four years after the warranty period is over should be quoted separately with year wise break up separately which shall be considered for commercial evaluation of the offers 3 0 Installation Commissioning charges must be quoted separately on lump sum 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 Guwahati and other expenses of supplier s commissioning personnel during their stay at Guwahati Assam India All Income Service Corporate Taxes etc towards the services provided under installation commissioning shall be borne by the supplier and will be deducted at source at the time of releasing the payment Bidder should also confirm about providing all these services in the Technical Bid List of Commissioning Spares if any indicating the qty description and unit prices must be shown separately II BID EVALUATION CRITERIA BEC 1 0 All materials as indicated in the material description of the enquiry should be offered If any of the items are not offered by the bidders the offer will not be considered for evaluation B COMMERCIAL 1 0 The evaluation of bids will be done as per the Price Schedule SUMMARY detailed vide Para 9 0 of BRC 2 0 If there is any discrepancy
18. om II SHRI RAJIV MATHUR IPS Retd Former Director IB Govt of India E Mail ID rajivmathur23 gmail com Annnexure I TECHNICAL SPECIFICATIONS FOR Two Dimensional as Chromatograph with Time of Flight Mass Spectrometer REQUIREMENT AND APPLICATION Two Dimensional Gas Chromatograph with Time of Flight Mass Spectrometer with consumable free modulation CFM having following specifications The fully automated computer controlled Gas Chromatograph with Time of Flight Mass Spectrometer should be equipped to carry out Comprehensive 2 dimensional GCXGC analysis of C10 to C40 compounds of crude oils where the entire sample is subjected to both dimensions of the separation The gas chromatograph should consist of a primary column modulator and secondary column Each and every fraction eluting from the primary column should be modulated and transferred to the secondary column The instrument should consist of the following components A two dimensional gas chromatograph where the entire sample is subjected to both dimensions of the separation The Gas chromatograph should be equipped with a primary capillary column oven anda secondary capillary column oven Auto injector for the gas chromatograph Consumable Free Modulator CFM Split split less injector 1 no Programmed Temperature Vaporizer Injector 1 no Flame Ionization Detector 1 no Time of Flight Mass Spectrometer Data System Other accessories like high capacity nitro
19. ontract period will be provided by OIL Charges for the Annual Maintenance Contract AMC for four years after the warranty period is over should be quoted with year wise break up These charges will be used for evaluation purposes only F Payment 9 0 General Notes for Bidders Commercial Bidders should confirm each amp every point clearly Deviations if any should be highlighted in the quotation 1 0 Materials shall be brand new unused amp of prime quality 2 0 The Bidder shall warrant that in the event of an order all product s supplied shall be free from all defects amp fault in material workmanship amp manufacture and shall be in full conformity with the applicable codes and specification Bidder should confirm the same while quoting 3 0 Bidder should indicate the name of manufacturer amp country of origin 4 0 Tax amp Duties 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 amp levies imposed in India for the services including installation amp commissioning shall be to Bidder Seller s account iii Income Tax on the value of the Services rendered by the Bidder Seller in connection with installation commissioning AMC etc shall be deducted at source from the invoices at the appropriate rate under the I T Act amp Rules from time to time 5 0 Payment
20. or speeding Techno Commercial Unpriced Bid Adda Clear Assigned To Category Text Preview Area for uploading Priced Bid Processor Checked i Sign Attachment Add Attachment Edit Description Versioning Delete Create Qualtic ato T Assigned To Category Description Fie Name E The table does not contain any data Note The Techno Commercial Unpriced Bid shall contain all techno commercial details except the prices The Price bid must contain the price schedule and the bidder s commercial terms and conditions For uploading Price Bid first click on Sign Attachment a browser window will open select the file from the PC and click on Sign to sign the Sign On Signing a new file with extension SSIG will be created Close that window Next click on Add Atachment a browser window will open select the SSIG signed file from the PC and Tender No SDG6129P15 09 Page 3 of 25 name the file under Description Assigned to General Data and clock on OK to save the File 6 0 Bidders are requested to examine all instructions forms terms and specifications in the bid Failure to furnish all information required as per the bid or submission of offers not substantially responsive to the bid in every respect will be at the bidders risk and may result in the rejection of its offer without seeking any clarifications 7 0 Other terms and conditions of the tender shall be a
21. ould be suitable for columns of 50 micron to 530 micron diameter It should be possible to use Hydrogen Helium or Nitrogen as carrier gas Electronic control of flow and pressure of carrier gas should be provided The electronic flow controller should be capable of handling pressure up to 680 KPa 100 psi and flow rates up to 500 ml min It should be possible to operate the injector in constant flow constant pressure programmable flow and programmable pressure mode In programmable pressure mode it should be possible to adjust pressure in steps of 1 KPa and in programmable flow mode it should be possible to adjust the flow in steps of 0 1 ml min it should be possible to adjust the split flow from 1 1 to 1 1000 It should be possible to operate the injector in gas saver mode Septum purge with flow rate up to 10 ml min should also be available Splitter A splitter should be provided so that the sample can be split between Flame Ionization Detector and the Mass Spectrometer Modulator The modulator using either of the following technologies should be provided Quad Jet two separate cold and hot jets or Dual Stage Thermal modulator The modulator should use Consumable Free Cooling mechanism i e it should not require coolant like liquid nitrogen or liquid carbon dioxide A refrigeration system should be provided that can cool the cold jet It should be possible to cool the cold jets up to 80 C It should be possible to modulate the
22. s per General Terms amp Conditions for e Procurement as per Booklet No MM GLOBAL E 01 2005 for E procurement ICB Tenders and its amendments However if any of the Clauses of the Bid Rejection Criteria BRC Bid Evaluation Criteria BEC mentioned here contradict the Clauses in the General Terms amp Conditions for e Procurement as per Booklet No MM GLOBAL E 01 2005 for E procurement ICB Tenders of the tender and or elsewhere those mentioned in this BEC BRC shall prevail 8 0 The Integrity Pact is applicable against this tender OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Annexure XII 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 OIL s Independent External Monitors at present are as under I SHRI RAGHAW SHARAN PANDEY IAS RETD Former Secretary Ministry of Petroleum amp Natural Gas E MAIL ID raghaw_pandey hotmail c
23. signatory of the bidder will be rejected 9 0 Bidders are required to submit the summary of the prices in their commercial bids as per bid format Summary given below Commercial Bid Format SUMMARY for Foreign Bidders A Total Material value of the unit B FOB Charges C Total FOB Value A B above D Ocean Freight uptoKolkata India port as quoted E Insurance Charges 1 of Total FOB Value vide C above F Banking Charges 0 5 of Total FOB Value vide C above in case of payment through Letter of Credit If confirmed L C required 2 5 of Total FOB Value will be loaded G Total CIF Kolkata Value C D E F above H AMC Charges for 4 years after warranty period I Installation Commissioning charges J Total Value G H I above K Total value in words L Gross Weight M Gross Volume ii Commercial Bid Format SUMMARY for Indigenous Bidders A Total Material value of the Unit B Packing and Forwarding Charges C Total Ex works value A B above D Excise Duty as applicable on C above E Sales Tax as applicable on C D above F Total FOR Despatching station Value C D E above G Transportation charges as quoted H Insurance charges 0 5 of Total FOR Despt Station Value F above I Assam entry tax J Total FOR Guwahati value F G H 1 above K AMC Charges for 4 years after warranty period L Installation Commissio
24. tails of prices as per Bid format Commercial bid to be uploaded as attachment in the Attachment Tab Notes and Attachments A screen shot in this regard is given below Any offer not complying with above submission procedure will be rejected as per Bid Rejection Criteria mentioned in the tender Go to this Tab Technical RFx Response for Uploading Techno i EERE RFx Response Number 60006452 RFx Number TEST2 RFx Owner WIPRO_TEST1 Total Value 0 00 INR commercial Unpriced Bid tems Notes and Attachments Service and Delive Event Parameters Currency Indian Rupee Incoter Detailed Price Information Price with Conditions Go to this Tab Notes and ms Status and Statist Termsoof Payment 9010 90 against despatch 10 afterreq Attachments for Uploading camai Priced Bid files caer Last Processed C Last Processed B Details S ndEMat Call Gear Function Number Name Valid fr Fal The table does not contain any data 1 On EDIT Mode The following screen will appear Bidders are advised to Upload Techno Commercial Unpriced Bid and Priced Bid in the places as indicated above tatus Withdrawn Submission Deadline 13 04 2013 11 00 00 INDIA Response Version Number 2 RFx Version Number 5 RFx Response Number 60006452 RFx Number TEST2 i RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx Area f
25. ted as Supply House Distributor To Specify No Yes 2 2 If quoted as Supply House Distributor No a Whether submitted valid and proper authorization letter from manufacturer confirming that bidder is their authorized Supply House for the product offered b Whether manufacturer s back up Warranty Guarantee certificate submitted 3 0 Whether ORIGINAL Bid Bond not copy of Bid Bond Sent separately If Yes provide details a Amount b Name of issuing Bank c Validity of Bid Bond 3 1 Whether offered firm prices Yes No 3 2 Whether quoted offer validity of Six months from the date of closing Yes of tender No 3 3 Whether quoted a firm delivery period Yes No 3 4 Whether agreed to the NIT Warranty clause Yes No 3 5 Whether confirmed acceptance of tender Payment Terms of 80 Yes against shipment dispatch documents and balance 20 after No successful commissioning along with commissioning charges 3 6 Whether confirmed to submit PBG as asked for in NIT Yes No 3 6 Whether agreed to submit PBG within 30 days of placement of Yes 1 order No 3 7 Whether Price submitted as per Price Schedule refer Para 6 0 of Yes BRC vide Annexure II No 3 7 Whether confirmed that all spares amp consumables will be supplied Yes 1 for a minimum period of 10 years No 3 7 Whether cost of Recommended Spares for
26. the clauses above even if there is a change in the Indian agency of the manufacturer The undertaking from OEM should also include that if in future OEM does not have any Indian agency the service will be provided directly by the service engineer of the OEM without any extra charge Printed documents in support of claimed specification should be provided System should be upgradeable at site for future applications Annexure II BID REJECTION CRITERIA BRC BID EVALUATION CRITERIA BEC I BID REJECTION CRITERIA BRC The bids must conform to the specifications and terms and conditions given in the tender Bids shall be rejected in case the item s offered do not conform to the required minimum maximum parameters stipulated in the technical specifications and to the respective international national standards wherever stipulated Notwithstanding the general conformity of the bids to the stipulated specifications and terms and conditions the following requirements shall have to be particularly met by the bidders without which the offer will be considered as non responsive and rejected A TECHNICAL 1 The gas chromatograph must be two dimensional where entire sample is subjected to both dimensions of the separation 2 The Mass Spectrometer MS must be Time of Flight TOF based system Bidders Qualifications amp and experience 2 1 The Bidder shall be an Original Equipment Manufacturer OEM of Two Dimensiona
Download Pdf Manuals
Related Search
Related Contents
Feature Manual - ECAP - Oracle Documentation 製品質量 22kg HERMA Inkjet CD labels Maxi A4 Ø 116 mm white paper glossy 20 pcs. Bedienungsanleitung Professionelle Funk 取扱説明書 - 三菱電機 MA300 installation guide.cdr quatix™ Prestigio MultiPad 4 Diamond 7.85 32GB 32GB Black 東洋シヤ`ンタ一株式会社 Copyright © All rights reserved.
Failed to retrieve file