Vous êtes sur la page 1sur 13

IMPORTANT NOTE

BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT


ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL
HAVE TO PURCHASE THE TENDER DOCUMENTS FROM ANY OF OIL’S
DESIGNATED OFFICES GIVEN BELOW.

BID DOCUMENTS (NON- TRANSFERABLE) CAN BE PURCHASED TILL ONE DAY


PRIOR TO THE RESPECTIVE BID CLOSING DATE ON PAYMENT OF TENDER FEE
(NON-REFUNDABLE) OF US$ 100.00 OR RS. 4,500.00 (EXCEPTING PSUS AND SSI
UNITS REGISTERED WITH NSIC) FROM :
_____________________________________________________________________
(A) HEAD - MATERIALS,
OIL INDIA LIMITED,
P.O. DULIAJAN,
ASSAM - 786602,

(B) HEAD - KOLKATA BRANCH,


OIL INDIA LIMITED,
4-INDIA EXCHANGE PLACE,
KOLKATA - 700001,

(C) SENIOR ADVISER(CONTRACT & PURCHASE),


OIL INDIA LIMITED
PLOT NO. 19, SECTOR – 16A
NOIDA 201 301
____________________________________________________________________

PROOF OF PURCHASE OF TENDER DOCUMENTS MUST BE SUBMITTED ALONG


WITH THE OFFER FAILING WHICH OFFERS WILL BE TREATED AS UNSOLICITED.
Page : 1 / 3

OIL INDIA LIMITED


(A Govt. of India Enterprise)
P.O. Duliajan-786602, Assam
Fax No. 91-374-2800533, E-mail:material@oilindia.in
Tender No. & Date : DFD2142P07/07 29.07.2006

Tender Fee : INR 4,500.00 OR USD 100.00


Bid Security Amount : INR 500,000.00 OR USD 11,000.00
(or equivalent Amount in any currency)

Bidding Type : Two Bid

Bid Closing On : 11.10.2006 at 13:00 hrs. (IST)


Bid Opening On : 11.10.2006 at 13:00 hrs. (IST)

Performance Guarantee : Applicable

OIL INDIA LIMITED invites Global tenders for items detailed below:

Item No./ Material Description Quantity UOM


Mat. Code
10 CHOKE & KILL MANIFOLD OF THE UNDERNOTED SPECIFICATION :- 2 NO
0C000309
Choke & kill manifold, 3.1/8" x 5000 PSI WP (79.375 mm x 351.62 kg/sq cm),
PSL-1, in accordance with API Spec 6A. The unit should be assembled,
tested and mounted on a non-adjustable, rugged, oilfield type skid and
consist of a minimum of the following items and as per schematic diagram
enclosed.

a. 3.1/8" x 5000 PSI WP (79.375 mm x 351.62 kg/sq cm) Shaffer type B or


equivalent manual gate valve with R-35 flanged ends and stainless steel lined
ring grooves : 14 Nos.

b. 3.1/8" x 5000 PSI WP (79.375 mm x 351.62 kg/sq cm) 5-way studded


cross with stainless steel lined ring grooves : 1 No.

c. 3.1/8" x 5000 PSI WP (79.375 mm x 351.62 kg/sq cm) studded tee with
stainless steel lined ring grooves : 1 No.

d. 3.1/8" x 5000 PSI WP (79.375 mm x 351.62 kg/sq cm) lead filled target
flange with stainless steel lined ring grooves : 4 Nos.

e. 3.1/8" x 5000 PSI WP (79.375 mm x 351.62 kg/sq cm) Best type BH2 or
equivalent manual adjustable choke with R-35 flanged outlets and stainless
steel lined ring grooves : 1 No.

f. 3.1/8" x 5000 PSI WP (79.375 mm x 351.62 kg/sq cm) Dual Remote Choke
Assembly with R-35 flanged ends and stainless steel lined ring grooves and
complete with Remote Choke Panel and all necessary hoses, lines and
sensors (wherever applicable) : 1 Set.

The Control Panel should monitor the following:

: Drill Pipe Pressure


: Choke Manifold Pressure
: 4-Display Digital Pump Stroke Counter (for monitoring Strokes & Total
Page : 2 / 3

Tender No. & Date : DFD2142P07/07 29.07.2006

Item No./ Material Description Quantity UOM


Mat. Code
Strokes for each of 2 rig pumps individually)
: Accumulator Pressure
: Rig Air Pressure
: Choke Operating Speed
: Position Indicator Guages - 2 nos (1 for each hydraulic choke)

g. Spacer Spool, 3.1/8" x 5000 PSI WP (79.375 mm x 351.62 kg/sq cm) with
flanged ends : 2 Nos.

h. Buffer Chamber, 13.3/8" (339.725 mm) OD with ten (10) 3.1/8" x 5000 PSI
WP (79.375 mm x 351.62 kg/sq cm) flanged inlet & outlet : 1 No.

i. 3.1/8" x 5000 PSI WP (79.375 mm x 351.62 kg/sq cm) flange with 3" LP
female threads : 2 Nos

j. 3.1/8" x 5000 PSI WP (79.375 mm x 351.62 kg/sq cm) Transmitter tee with
stainless steel lined ring grooves:1 No.

k. Pressure Guage, 0 - 6000 PSI installed on the transmitter tee : 1 No.

l. Assembly hardware consisting of all necessary studs, nuts & ring joint
gaskets : 1 Lot.

m. Non-adjustable oilfield type rugged skid with chequered plate top having
provisions for the installation of lifting slings : 1 No.

Note: The supply should include 2 sets of Catalogues, literature, drawings,


Service / Maintenance & Spare Parts Manuals for each of the above sets of
Choke & Kill Manifold and Remote Choke Panel.

20 Same as item no. 10 above 1 NO


0C000309
30 Same as item no. 10 above 2 NO
0C000309

Special Notes : 1. Bids are invited under Single Stage Two Bid System. Bidders shall quote accordingly
under Single Stage Two Bid System. The "TECHNICAL" & "COMMERCIAL" bids shall be
prepared separately in triplicate and the same should be kept in two separate envelopes
superscribing the Enquiry No., Brief Material Description and Bid Closing Date and clearly
writing on the cover of the two envelopes as "TECHNICAL" and "COMMERCIAL". Both the
envelopes should then be kept in one envelope duly sealed, superscribing the Enquiry No., Brief
Material Description, and Bid Closing Date on the cover. The Technical bid should contain all the
Techno-Commercial details of the offer including the Commercial terms and conditions
excepting the prices which should be kept blank. The Commercial bid should contain the Price
Schedule all the commercial terms and conditions of the offer. Any offer not complying with the
above will be rejected straightway.

2. Items Nos. 10, 20 & 30 are same in all respect. Bidders should quote for all items i.e. same
category of equipment, must be of same makes, model and compatible in all respect.
Page : 3 / 3

Tender No. & Date : DFD2142P07/07 29.07.2006

3. To ascertain the substantial reponsiveness of the bid OIL reserves the right to ask the
bidder for clarification in respect of clauses covered under BRC also and such clarifications
fulfilling the BRC clauses in toto must be received on or before the deadline given by the
company, failing which the offer will be summarily rejected.

4. The manifold should be assembled, tested and painted to prevent rusting.

5. Test certificates including hydraulic test reports for the valves and chokes of the Choke & Kill
manifold should be forwarded along with the consignment (To be confirmed by the bidder while
quoting).

6. The bidder must specify the offered items in details, forwarding relevant product catalogue
with full drawings & literature of the offered items.

7. The bidder should also forward spare parts books and service / maintenance manuals having
illustrated drawings of the gate valves, chokes and Remote choke panels indicating part nos with
the quotation.

8. The bidder should forward a list of recommended spares for ten years operation of the
complete unit with remote control panel indicating yearwise requirement with break up of price
and part no of each & every item. Bidders should quote their competitive rates for the
recommended spares. The rates offered for these spares must be valid for at least 5 (five) years.
However, cost of these spares shall not be considered for commercial evaluation of the offer.

9. Offered items should be brand new, unused and free from all defects. Bidders are to confirm
the same while quoting.

10. Bidders should indicate the country of origin and port of despatch of the materials.

11. For designing of the control lines of the 5000 PSI unit, the height of Derrick Floor should be
considered as 25 ft. The Choke & Kill manifold will be placed at a distance of 12 to 15 metres
from the well bore.

12. Bidders are to quote their best delivery schedule.

13. Oil India Purchase Order No. must be engraved on the body of the item. Bidder must confirm
the same categorically in their quotation.

14. Bid Rejection Criteria (BRC) and Bid Evaluation Criteria (BEC) applicable to this tender is
enclosed vide Annexure I.

15. Commercial Check list vide Annexure II must be filled-up and submitted along with the
technical bid.

16. Clause No. 9.8.2 (under Exemption of Bid Security) of Section A of the General Terms &
Conditions for Global Tender (Refer Document No. MM/GLOBAL/01/2005) stands deleted.

17. The items covered by this enquiry shall be used by Oil India Limited in the PEL/ML areas
which are issued/renewed after 01/04/99 and hence Nil Customs Duty during import will be
applicable. Indigenous bidder shall be eligible for Deemed Export Benefit against this purchase.
Excise Duty exempted under Deemed Export. Details of Deemed Export are furnished vide
Addendum to MM/GLOBAL/01/2005 enclosed.
ANNEXURE-I
TO ENQUIRY NO. DFD2142P07/07 DTD 29/07/06

BID REJECTION CRITERIA (BRC)/BID


EVALUATION CRITERIA (BEC)

I) BID REJECTION CRITERIA (BRC)

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

1. The working pressure of the unit must be 5000 PSI (351.62 kg/sq cm) and the
minimum test pressure should be two times the working pressure i.e. 10,000 PSI
(703.23 kg/sq cm).

2. All the items mentioned in the technical details are to be provided including dual
remote choke assembly, complete with Remote Control Panel.

3. The items are required to be assembled on a rugged skid (oilfield type) as


described in the technical details for movement by oilfield trucks.

4. Catalogues, literature, drawings, service/maintenance manuals and spare parts list


must be submitted along with the offer.

5. The units are to be manufactured in accordance with API Spec 6A and per the
schematic drawing enclosed. A copy of valid API Spec 6A certificate is to be
enclosed with the offer.

6. All necessary test certificates are to be provided along with the supply. Bidders are
required to confirm the same while quoting.

7. The units shall be brand new, unused and free from all defects and of recent
manufacture. Bidders are required to confirm the same while quoting.

8. While submitting the offers, bidders are required to forward detailed drawings of the
equipment as installed on the skid along with remote panels specifying all parts,
components and dimensions.
Contd. 2
-- 2 --

9. Bidders must note and confirm while quoting that the transportation limitation is 9
metres (long) x 3.5 metres (wide) x 3 metres (height)

10. In the event of an order, the Supplier shall warrant that all the items shall be free
from all defects and faults in material, workmanship and manufacture and shall be
in full conformity with specified API Spec. This clause should be valid for 18 months
from the date of relative consignment note or 12 months from the date of
commissioning, whichever is earlier. The defective material rejected by the
Purchaser shall be replaced by the Seller at their expenses immediately. Bidders
must confirm compliance to this clause while quoting.

11. Bidders who have not supplied similar choke & kill manifolds to OIL in the past must
have an experience of supplying at least three (3) such units in the last 3 years prior
to the Bid Closing date. They are also required to submit, along with the offer, the
details of past supply and performance certificates from at least two end (2) users.

(B) COMMERCIAL :

1.0 Bids are invited under Single Stage Two Bid System. Bidders shall quote
accordingly under Single Stage Two Bid System. The “TECHNICAL” and
“COMMERCIAL” bids shall be prepared separately in triplicate and the same should
be kept in two separate envelopes superscribing the Enquiry No., Brief Material
Description & Bid Closing Date and clearly writing on the cover of the two envelopes
as “TECHNICAL” and “COMMERCIAL”. Both the envelopes should then be kept in
one envelope, duly sealed, superscribing the Enquiry No., Brief Material
Description and Bid Closing Date on the cover. The Technical Bid should contain all
the techno -commercial details of the offer including the commercial terms and
conditions excepting the prices which should be kept blank. The Commercial Bid
should contain the Price Schedule as per Para 12.0 below including all the
commercial terms and conditions of the offer. Any offer not complying with the
above shall be rejected straightway.

2.0 Bid security of US $ 11,000 or Rs. 5,00,000 shall be furnished as a part of the
TECHNICAL BID. Any bid not accompanied by a proper bid security in
ORIGINAL will be rejected without any further consideration. For exemption for
submission of Bid Security, please refer Clause No. 9.8(Section A) of General
Terms and Conditions for Global Tender vide MM/GLOBAL/01/2005(enclosed). The
Bid Security shall be valid for 240 days from the date of bid opening.

3.0 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.

Contd. 3
-- 3 --

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 commissioning of the equipment or 18 months from the
date of shipment whichever is earlier. Bidder must confirm the same in their
Technical Bid. Offers not complying with this clause will be rejected.
6.0 Bids received after the bid closing date and time will be rejected. Similarly,
modifications to bids received after bid closing date & time will not be considered.

7.0 Bidders shall quote directly and not through Agents in India. Offers made by Indian
Agents on behalf of their foreign principals will be rejected. Similarly offers from
unsolicited bidders will be rejected.
8.0 Original signed offer should be submitted in sealed envelope. No offers should be
sent by Telex, Cable, E-mail or Fax. Such offers will not be accepted.
9.0 Validity of bid shall be minimum 180 days. Bids with lesser validity will be rejected.
10.0 Bids containing incorrect statement will be rejected.
11.0 Bids shall have no inter-lineation, erasures or overwriting except as necessary to
correct the errors made by the bidder, in which case, such corrections shall be
initialed by the person signing the bid. Any bid not meeting this requirement shall be
rejected.
12.0 Bidders are required to submit the summary of the prices in their commercial
bids as per bid format ( Summary ), given below :

(i) Commercial Bid Format ( SUMMARY ) for Foreign Bidders :

(A) Total material value of 5 Nos. Choke & Kill Manifold


(B) Packing & FOB Charges
(C) Total FOB Port of Shipment value, ( A + B ) above
(D) Ocean Freight Charges upto Kolkata, India
(E) Insurance Charges
(F) Total CIF Kolkata value, ( C + D + E )
(G) Total value in words :
(H) Gross Weight :
(I) Gross Volume :
Contd. 4
-- 4 --
(ii) Commercial Bid Format ( SUMMARY ) for Indigenous Bidders :
(A) Total material value of 5 Nos. Choke & Kill Manifold
(B) Packing and Forwarding Charges
(C) Total Ex-works value, ( A + B ) above
(D) Excise Duty with Education Cess, (Please indicate applicable rate of
Duty)
(E) Sales Tax, (Please indicate applicable rate of Tax)
(F) Total FOR Despatching station price, ( C + D + E ) above
(G) Road Transportation charges to Duliajan
(H) Insurance Charges
(I) Total FOR Duliajan value, ( F + G + H ) above
(J) Total value in words :
(K) Gross Weight :
(L) Gross Volume :

NOTE : 1. The Choke & Kill Manifold covered under this enquiry will be
used by OIL in the PEL/ML areas issued/renewed after 01/04/99
and hence applicable Customs Duty for import of goods shall be
ZERO. Indigenous bidders shall be eligible for Deemed Export.
Excise Duty under Deemed Export exempted.

(II) BID EVALUATION CRITERIA (BEC) :


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

A. COMMERCIAL :

1.0 The evaluation of bids will be done as per the Price Schedule (SUMMARY) detailed
vide Para 12.0 of BRC.

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

3.0 For conversion of foreign currency into Indian currency, B.C. selling (Market) rate
declared by State Bank of India, one day prior to the date of price bid opening shall
be considered. However, if the time lag between the opening of the bids and final
decision exceed 3(three) months, then B.C. Selling(Market) rate of exchange
declared by SBI on the date prior to the date of final decision shall be adopted for
conversion and evaluation.
Contd. 5
-- 5 --

4.0 To ascertain the inter-se-ranking, the comparison of the responsive bids will be
made as under, subject to corrections / adjustments given herein.

4.1 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 5 Nos. Choke & Kill Manifold


(B) Packing & FOB Charges
(C) Total FOB Port of Shipment value, ( A + B ) above
(D) Ocean Freight Charges upto Kolkata, India
(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, 1.5% of
Total FOB Value will be loaded )
(G) Total CIF Kolkata Value, ( C + D + E + F ) above
(H) Total Value, ( G ) above

NOTE : Banking charge in the country of the foreign bidder shall be borne
by the bidder.

4.2 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 5 Nos. Choke & Kill Manifold


(B) Packing and Forwarding Charges
(C) Total Ex-works value, ( A + B ) above
(D) Sales Tax, as applicable on ( C ) above
(E) Total FOR Despatching station price, ( C + D ) above
(F) Road Transportation charges as per quote
(G) Insurance Charges@0.5% of Total FOR Despt Station Value ( E ) above
(H) Total FOR Duliajan value, ( E + F + G ) above
(I) Total Value, ( H ) above
NOTE : Excise Duty in case of the indigenous bidder is EXEMPTED.

Contd. 6
-- 6 --

4.3 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 4.2 above and Total Value of the foreign
bidder worked out as per Para 4.1 above excluding inland transportation to
destination will be compared. No price preference will be allowed to indigenous
bidders except that for capital goods, the domestic manufacturers would be
accorded a price preference to offset CST to the extent of 4 % or actuals, which
ever is less subject to 30 % local content norms as stipulated for World Bank
Funded project to the satisfaction of OIL. When more than one domestic bidders fall
within price preference range, inter-se-ranking will be done on Total Value basis.

5.0 Other terms and conditions of the enquiry shall be as per General Terms and
Conditions for Global Tender vide MM/GLOBAL/01/2005. However, if any of the
Clauses of the Bid Rejection Criteria / Bid Evaluation Criteria (BEC / BRC)
contradict the Clauses of the tender and/or MM/GLOBAL/01/2005 elsewhere, those
in the BEC / BRC shall prevail.

**************
ANNEXURE-II
TO ENQUIRY NO. DFD2142P07/07 DTD 29/07/06

COMMERCIAL CHECK LIST

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

1. Whether Original Signed quotation submitted ? YES/NO


2. Whether Fax / E- mail quotation submitted ? FAX / E-MAIL offer not YES/NO
acceptable.
3. Whether 3(three) copies of quotations submitted ? YES/NO
4. Whether quoted as manufacturer ? YES/NO
5. Whether quoted as Supply House / Distributor. To Specify : YES/NO
6. If quoted as Supply House / Distributor,
(a) Whether submitted valid and proper authorization letter from YES/NO
manufacturer confirming that bidder is their authorized Supply
House for the product offered ?
(b) Whether manufacturer’s back-up Warranty/Guarantee certificate YES/NO
submitted
7. Whether bid submitted under Two Bid System ? YES/NO
8. Whether ORIGINAL Bid Bond(not copy of Bid Bond) enclosed with YES/NO
the offer? If YES, provid e details
(a) Amount :
(b) Name of issuing Bank :
(c) Validity of Bid Bond :
9. Whether offered firm prices ? YES/NO
10. Whether quoted offer validity of six months from the date of closing YES/NO
of tenders ?
11. Whether quoted a firm delivery period? YES/NO
12. Whether quoted as per NIT (without any deviations) ? YES/NO
13. Whether quoted any deviation ? YES/NO
14. Whether deviation separately highlighted ? YES/NO
15. Whether agreed to the NIT Warranty clause ? YES/NO
16. Whether Price Bid submitted as per Price Schedule(refer Para 12.0 of YES/NO
BRC vide Annexure – II)
17. Whether cost of Recommended Spares for 2 years of operations YES/NO
quoted ?
18. Whether indicated the country of origin for the items quoted ? YES/NO
19. Whether technical literature / catalogue enclosed? YES/NO
20. For Foreign Bidders - Whether offered FOB / FCA port of despatch YES/NO
including sea / air worthy packing & forwarding ?
21. For Foreign Bidders – Whether port of shipment indicated. To YES/NO
specify:
22. For Indian bidders – Whether indicated the place from where the YES/NO
goods will be dispatched. To specify :
23. For Indian bidders – Whether road transportation charges up to YES/NO
Duliajan quoted ?
24. For Indian Bidders only - Whether offered Ex-works price including YES/NO
packing/forwarding charges ?
25. Whether Indian Agent applicable ? YES/NO
If YES, whether following details of Indian Agent provided ? YES/NO
(a) Name & address of the agent in India – To indicate
(b) Amount of agency commission – To indicate
(c) Whether agency commission included in quoted material value ? YES/NO
26. Whether weight & volume of items offered indicated ? YES/NO
27. Whether confirmed to submit PBG as asked for in NIT ? YES/NO
28. Whether agreed to submit PBG within 30 days of placement of order ? YES/NO
29. For Indian Bidders only - Whether indicated import content in the YES/NO
offer ?
30. For Indian Bidders only - Whether offered Deemed Export prices? YES/NO
31. For Indian Bidders only – Whether all applicable Taxes & Duties YES/NO
have been quoted ?
32. Whether all BRC/BEC clauses accepted ? YES/NO

Offer Ref ............................…………………… Dated ................................................

OIL's Tender No....................………….………. Signed ……………….....................

For & on behalf of ................................................Designation .................... ..............

Vous aimerez peut-être aussi