You are on page 1of 13

BID REJECTION CRITERIA/BID EVALUATION CRITERIA

I) BID REJECTION CRITERIA (BRC):

The bids shall conform to the specifications, terms and conditions given in the tender. Bids shall be rejected in case
the item(s) offered do not conform to technical specifications and to the respective international / national standards
wherever stipulated.

Notwithstanding the general conformity of the bids to the stipulated specifications, and terms & 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. All the documents related to BRC must be submitted along with the technical bid.

SECTION - A (TECHNICAL)

Bidder must meet the following criteria failing which the bid shall be rejected :

Bidders Remarks Bidder to indicate


Clause Complied / Relevant Page No of their
Clause / Description
No. Not Complied / Bid to support the
Deviation Remarks / compliance

1.0 QUALIFICATION CRITERIA:

The bidder shall be an Original Equipment Manufacturer


of the tendered item(s), or shall be an authorised agent /
dealer / distributor/supply house of an Original
Equipment Manufacturer of the tendered item(s) having
i) valid authorization letter/dealership certificate with
warranty/guarantee back up from the principal (OEM).
Copy of authorization letter/ dealership certificate with
warranty/guarantee back up from the principal (OEM)
shall be submitted along with the technical bid.

2.0 EXPERIENCE CRITERIA:

IN CASE, THE BIDDER IS AN ORIGINAL EQUIPMENT


i)
MANUFACTURER OF THE TENDERED ITEM(S):

The bidder shall have experience of successful execution


of past supply for minimum 50% quantity(to be rounded
off to next higher integer) of each tender item of same or
higher size & rating (class, WP, PSL, PR etc) as specified
(a) in the tender, against purchase order / contract awarded
in last 5 years preceding the original bid closing date of
the tender, to any Oil & Gas Industry or service provider
to an E&P company, either by themselves or through
their agent/dealer/distributor/stockiest/supply house.
Bidders Remarks Bidder to indicate
Clause Complied / Relevant Page No of their
Clause / Description
No. Not Complied / Bid to support the
Deviation Remarks / compliance

IN CASE THE BIDDER IS AN AUTHORISED


ii) AGENT/DEALER/DISTRIBUTOR/SUPPLY HOUSE:

The OEM (principal) shall fulfill the experience criteria


(a)
mentioned in clause 2(i)(a) mentioned above.

Additionally, the bidder himself shall have experience of


successful execution of past supply for minimum 50%
quantity (to be rounded off to next higher integer) of
each tendered item of same or higher size & rating (class,
WP, PSL, PR etc.) as specified in the tender, against
(b)
purchase order / contract awarded in last 5 years
preceding the original bid closing date of the tender, to
any Oil & Gas Industry or service provider to an E&P
company, provided either from the same OEM (principal)
or from any other OEM.

The bidder shall submit documents in support of their


previous supply experience and of the principal (OEM),
iii)
as applicable under clause Nos. 2(i)(a), 2(ii)(a) & 2(ii)(b)
mentioned above as follows:

Copy(ies) of Purchase Order(s)/Contract document(s),


(a)
and

Any one or combination of the following documents that


confirms the successful execution of each of the
purchase order(s) / contract(s) -

- Completion report/performance certificate from the


(b) clients,
- Bill of lading,
- Delivery challan/Invoice etc.
- Any other documentary evidence that can substantiate
the successful execution of each of the Purchase
Order(s)/contract(s) cited above.

The bidder should categorically confirm in their technical


bid that the tendered items will be supplied within the
3.0
delivery period, if mentioned in the tender, without which
the bid will be rejected.

II) FINANCIAL EVALUATION CRITERIA

Annual Turnover :

The bidder shall have an annual financial turnover of


minimum INR 48.34 Lakhs (being 50% of tender value)
1) during any of the preceding 03 (Three)
financial/accounting years reckoned from the original bid
closing date, irrespective of whether their bid is for all the
tendered items or not.

"Net Worth" of the bidder should be positive for the


2) financial/accounting year just preceding to the original
Bid Closing Date of the Tender (i.e. year 2021-22).
Bidders Remarks Bidder to indicate
Clause Complied / Relevant Page No of their
Clause / Description
No. Not Complied / Bid to support the
Deviation Remarks / compliance

Considering the time required for preparation of


Financial Statements, if the last date of preceding
financial / accounting year falls within the preceding six
months reckoned from the original bid closing date and
the Financial Statements of the preceding financial /
accounting year are not available with the bidder, then
the financial turnover of the previous three financial /
3) accounting years excluding the preceding financial /
accounting year will be considered. In such cases, the
Net worth of the previous financial / accounting year
excluding the preceding financial / accounting year will
be considered. However, the bidder has to submit an
affidavit/undertaking certifying that the balance
sheet/Financial Statements for the financial year 2021-
22 has actually not been audited so far.

NOTES:

a) For proof of Annual Turnover & Net worth any one of


the following document must be submitted along with
the bid:-

i) A certificate issued by a practicing Chartered/Cost


Accountant (with Membership Number and Firm
Registration Number), certifying the Annual turnover &
Net worth as per format prescribed in ANNEXURE-A.
OR
4) ii) Audited Balance Sheet along with Profit & Loss
account. In case of foreign bidders, self-attested/digitally
signed printed published accounts are also acceptable.

b) In case the bidder is a Central Govt.


Organization/PSU/State Govt. Organization/Semi-State
Govt. Organization or any other Central/State Govt.
Undertaking, where the auditor is appointed only after
the approval of Comptroller and Auditor General of India
and the Central Government, their certificates may be
accepted even though FRN is not available. However,
bidder to provide documentary evidence for the same.

In case the Audited Balance sheet and Profit Loss


Account submitted along with the bid are in currencies
other than INR or US$, the bidder shall have to convert
the figures in equivalent INR or US$ considering the
5)
prevailing conversion rate on the date on which the
Audited Balance Sheet and Profit & Loss Account is
signed. A CA Certificate is to be submitted by the bidder
regarding converted figures in equivalent INR or US$.

(SECTION-C) COMMERCIAL CRITERIA:


Bidders Remarks Bidder to indicate
Clause Complied / Relevant Page No of their
Clause / Description
No. Not Complied / Bid to support the
Deviation Remarks / compliance

Offers should be submitted along with


Integrity Pact (if applicable) duly signed
by the authorized signatory of the bidder.
1 If any bidder refuses to sign Integrity Pact
or declined to submit Integrity Pact with
the offer, their bid shall be rejected straightway.
TECHNICAL EVALUATION MATRIX
(TO BE FILLED IN BY THE BIDDER DULY SIGNED)
TECHNICAL SPECIFICATIONS
CLAUSE DESCRIPTION BIDDER’S TO BE FILLED
NO. RESPONSE IN BY THE
(COMPLIED BIDDER
/ Relevant
NOT Location of
COMPLIED their Bid to
/ support the
DEVIATION remarks /
/ compliance
NOT
APPLICABL (Reference of
E) Document
Name / Serial
No. / Page No.
of Bid for
documentary
evidence)
1.0 WARRANTY CLAUSE:
1.1 Goods, materials to be supplied shall be
new, of recent make, of the best quality &
workmanship and shall be guaranteed by
the Seller for a period 18 months from the
date of despatch/shipment or 12 months
from the date of receipt at destination,
whichever is earlier against defects arising
from faulty materials, workmanship or
design. Defective goods / materials or parts
notified by OIL to the Seller shall be replaced
immediately by the Seller on F.O.R
destination basis including payment of all
taxes and duties at Seller's expense. This
guarantee shall survive and hold good not-
withstanding inspection, payment for and
acceptance of the goods. The bidder
shall confirm the same in the technical bid.
2.0 NOTE FOR THE ITEMS:

2.1 The bidder shall confirm that the Gas Lift


Valves shall be suitable for following
operational parameters
a. Maximum working pressure : 5000 psig,
b. Maximum working temperature : 275 Deg
F,
c. Inclination : upto 60 Deg,
d. Condition : Tropical,
e. Well Depth : 4500-5000 m (approx),
f. Well Fluid : Oil, Gas & Water.
2.2 The Gas Lift Valves shall be supplied with
integrated 25.4mm (1") OD reverse flow
check valve or factory fitted & tested
25.4mm (1") OD reverse flow check valve
having 12.7mm (1/2") NPT box up and
pin down ends. The bidder shall confirm the
same along with the
technical bid.
2.3 The Gas Lift Valves shall be manufactured &
tested with API 19G2 / ISO 17078-2 or
former API 11V1 Standard as reference
document. The bidder shall categorically
confirm in the technical bid
about the standard to be used.

In this regard, it is understood that API 11V1


licenses/applications have been withdrawn
& the standard rendered obsolete, while new
Standard 19G2 adopted & published in it's
place does not cover Tubing Retrievable Gas
Lift Valve. Hence, there is no API certification
presently found applicable for Tubing
Retrievable Gas Lift Valve.

However, standardisation of design &


specification of Tubing Retrievable Gas Lift
Valve to be supplied is required for
compatibility & interchangeability reason in
field operations, and to have standard
quality assurance procedure during
manufacturing & testing of the product.

Also, uniformity in vital specifications of


products offered is essential for technical
acceptance & price comparison during
evaluation of bids. Hence, API 11V1 or API
19G2 / ISO 17074-2 Standard are to be
used as reference document for
manufacturing
& testing of Gas Lift Valves regarding the
following –

a. Quality of raw material and mechanical


properties
b. Welding Requirements
c. Probe or Travel testing & Load Rate
determination for Gas Lift Valve
d. Dynamic Flow Testing & Flow coefficient
calculation for Gas Lift Valve
e. Opening & Closing Pressure Testing for
Gas Lift Valve
f. Shelf (Bellows integrity) testing for Gas Lift
Valve
g. Port / Seat Leakage rate testing for Gas
Lift Valve
h. Back Check testing for Revere Flow Check
Valve
2.4 The Bidder shall submit relevant drawing &
literature along with technical bid, having
following details,

a. Make/ model /part no. of all the quoted


items as the case may be.
b. Cross Sectional Drawing showing major
dimensions.
c. Spare part list with part numbers.
d. Material specification of body, bellow,
stem, seat,
elastomer, ball, spring etc.
e. Assembly & disassembly procedure,
setting procedure, & storage procedure.
f. Details of Gas Lift Valve as required for gas
lift design {Area of port (AP), Area of Bellows
(AB), Gas passage capacity under critical
flow (Q in MSCF/Day) at a pressure PTRO,
Maximum open
stem Travel (In inches), Bellow load rate (in
inches/PSI) etc}.
2.5 The bidder shall confirm that each gas-lift
valve shall have OIL's Purchase order no.,
unique identification no. & manufacturer's
name / logo permanently engraved on it. The
identification number should not be washed
during working life of the gas lift valve.
2.6 OIL reserves the right to witness/inspect the
material at various stages starting from raw
materials to finished product; the supplier
shall intimate OIL for the above inspection
minimum 15 days ahead of scheduled date
of inspection. However, witnessing
/inspecting of the above will be at OIL's
discretion.
2.7 The supplier shall provide all relevant
test/inspection certificates (including those
from third party inspection agency) to OIL
along with the supplies.
2.8 The bidder shall confirm that the Gas Lift
Valves & check valves shall be packed
suitably to avoid any damage during transit,
and packing list shall be provided with each
box for identification of materials at the time
of receipt at destination.
2.9 The bidder shall confirm that the graph
depicting valve load rates shall be handed
over to OIL, along with the supply.
3.0 Third party Inspection(TPI)

A) OIL shall arrange for inspection (TPI) of


the materials through OIL’s nominated Third
Party Inspection Agency at
Bidder’s/Manufacturer’s plant/premises as
per the broad Scope of Work mentioned the
tender. All cost towards the engagement of
Third Party Inspection Agency shall be borne
by OIL. BIDDER SHALL NOT
QUOTE/INCLUDE THE COST OF THIRD
PARTY INSPECTION IN THEIR OFFER.
However, Bidder shall extend all necessary
facility to the satisfaction of Third Party
Inspection Agency for smooth conduct of the
inspection.

B) Bidder shall clearly indicate in the


technical bid the place/plant where Third
Party Inspection of the materials shall be
conducted, in the event of an order.

C) Supplier shall convey to OIL the


production schedule within 02(two) weeks
from the date of Letter of Award
(LOA)/Purchase order so that OIL can deploy
the TPI agency to carry out inspection at
bidder’s/manufacturer's premises
accordingly. Additionally, Supplier shall
send a notice in writing/e-mail to the OIL at
least 15 days in advance specifying the exact
schedule and place of inspection (TPI) as per
the Purchase Order and OIL upon receipt of
such notice shall notify to the supplier the
date and time when the materials would be
inspected by OIL nominated TPI Agency.

D) The supplier shall provide, without any


extra charge to OIL, all materials, tools,
labour and assistance of every kind which
the OIL nominated TPI Agency may demand
for any test or examination required at
supplier's premises. The supplier shall also
provide and deliver sample from the material
under inspection, free of charge, at any such
place other than their premises as the TPI
Agency may specify for acceptance tests for
which the supplier does not have the
facilities for such tests at their premises. In
the event of testing outside owing to lack of
test facility at supplier’s premises, the
supplier shall bear cost of such test, if any.

E) The supplier shall not be entitled to object


on any ground whatsoever to the method of
testing adopted by the OIL nominated TPI
Agency.

F) Unless otherwise provided for in the


Purchase Order, the quantity of materials
expended in test will be borne by supplier.
G) The decision of the Third Party Inspection
Agency nominated by OIL regarding
acceptance/rejection of material shall be
final and binding on the supplier.

H) Upon successful completion of the TPI


and acceptance of the TPI reports by OIL,
Bidder/Supplier shall be intimated by OIL
for dispatch of the materials. The materials
should be despatched only after receipt of
dispatch clearance from OIL.

I) Acceptance of the TPI reports and receipt


of dispatch intimation from OIL do not
absolve the bidder from any warranty
obligations or waive the bidder from OIL’s
right for rejection of the materials after
receipt at site.

J) Notwithstanding clauses contained herein


above, in the event the materials under
inspection fails to conform to purchase order
specification and are rejected by OIL
nominated Third Party Inspection agency,
OIL may recover all cost incurred for re-
inspection of the materials from the
supplier.

K) Third party inspection of items will be


carried out by any of the TPI
agencies indicated below. The details of
Third party inspection agency
shall be provided after placement of
Purchase order:
i) M/s Lloyds.
ii) M/s Bureau Veritas
iii) M/s RITES
iv) M/s I.R.S
v) M/s Tuboscope Vetco (To be considered
after opening of office in
India).
vi) M/s DNV-GL

SCOPE OF TPI

The bidder shall confirm that Third


Party Inspection shall be carried out by
Third Party Inspection Agency approved
by Oil India Limited, and the reports
shall be provided along with the
materials.

The scope of inspection will cover the


followings, as and where applicable.
i. Material certification, design
validation, product functional tests &
quality control with API 19G2 / ISO
17078-2 / API 11V1 as reference
document
ii. Adherence to approved drawing,
workmanship and relevant
specifications.
iii. Any additional inspection deemed fit,
with intimation to OIL.
iv. Inspection certificates.

4.0 OIL’S MATCODE: 05738737 & 05738738;


05738739 & 05738740; 05738741 &
05738742; 05738743 & 05738744;
05738745 & 05738746 are to
be procured from same source for reason of
compatibility.
5.0 DELIVERY:
5.1 Bidders to quote their Best Delivery period.
6.0 SPECIAL NOTES TO BIDDERS:
6.1 The items covered in this Tender shall be
used by Oil India Limited in the PEL/ML
areas and hence concessional GST @5% (for
indigenous bidder) will be applicable as per
Govt. Policy in vogue.
6.2 Successful bidder shall arrange to provide
all necessary documents (invoice etc.) to OIL
for applying Essentiality Certificate at least
one (01) month prior to stipulated Delivery
date. Further, Successful bidder shall affect
dispatch only on receipt of relevant
certificates/ shipment clearance from OIL,
failing which all related liabilities shall be to
Supplier’s account.

Note: In the event of individual item value


excluding taxes becomes less than INR
1.00 Lakh, then EC from DGH will not be
applicable and in such a case, actual GST
rate shall prevail. Bidder to take special note
of this while entering the unit rate (inclusive
of tax) in the priced bid. The priced
evaluation will be done accordingly.

6.3 Bidder to categorically confirm under which


policy i.e. PP-LC or MSME or DPIIT-MII, they
want to avail the benefit and to submit
requisite document/certificate in support to
avail this benefit. The bids will be evaluated
based on their declaration. No benefit will be
given if the bid is submitted without any
above declaration along with supporting
document as per the respective policies.

In case of tenders for Iron & Steel products


as per DMI & SP policy, only the eligible
bidders meeting the requisite criteria as per
the DMI & SP policy shall be considered for
further technical evaluation.

Availing the benefit of Purchase Preference


and awarding of eligible tendered quantity
after price matching shall be considered
based on Bidder’ declaration of availing of
PP-LC or MSME policy only.
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.

COMMERCIAL CHECKLIST:

Sl # REQUIREMENT COMPLIANCE

1.0 Whether quoted as manufacturer? Yes / No

2.0 Whether quoted as OEM Dealer / Supply House etc. To Specify- Yes / No

If quoted as OEM Dealer / Supply House. Yes / No

(a) Whether submitted valid and proper authorization letter from


manufacturer confirming that bidder is their authorized Dealer /
2.1 supply House for the product offered?

(b) Whether manufacturer’s back-up Warranty/Guarantee Yes / No


2.2 certificate submitted?

2.3 Whether forwarded a copy of valid API Certificate along with the Yes / No
quotation?
Whether submitted the profile and other documents of the Yes / No
Company for verification (viz. Annual reports, Memorandum
2.4 of Association, Article of Association etc.)

You might also like