Professional Documents
Culture Documents
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) FROM:
______________________________________________________________________
(A) HEAD - MATERIALS,
OIL INDIA LIMITED,
P.O. DULIAJA N,
ASSAM - 786602
PROOF OF PURCHASE OF TENDER DOCUMENTS MUST BE SUBMITTED ALONG WITH THE OFFER,
FAILING WHICH OFFERS WILL BE TREATED AS UNSOLICITED.
Oil India Limited
(A Govt. of India Enterprise)
P.O. Duliajan – 786602, Assam
Fax No. 91-374-2800533, E-mail : material@oilindia.in
OIL INDIA LIMITED invites Global Tenders for items detailed below:
Item Notes :
a) The drill collars and lifting plugs shall be brand new, unused & of prime quality. Bidder shall
warrant (in the event of an order) that the product supplied will be free from all defects & fault in
material, workmanship & manufacture and shall be in full conformity with API specification 7-1.
This clause shall be valid for 18 months from date of shipment or 12 months from the date of
commissioning of the items. The defective materials, if any, rejected by us shall be replaced by
the supplier at their own expense. Bidders must confirm the same in their quotations.
b) Drill collars and lifting plugs shall be manufactured, tested & certified as per API Spec. 7-1 and
Mill Inspection Certificate thereof should be forwarded along with supply. Bidders are to confirm
the same in their quotations. Bidders are to forward a copy of valid API Spec. 7-1 certificate along
with their quotation.
c) Marking shall be done as per API spec. 7-1 i.e. drill collars shall be die stamped on the OD with
manufacturer's name or identification mark, the API monogram, outside diameter, bore &
connection designation. Bidders are to confirm the same while quoting.
d) The drill collars and lifting plugs shall be supplied with mill coating to protect these from rusting
during shipment. Bidders are to confirm the same while quoting.
e) Drill-collars and lifting plugs shall be procured from the same source.
f) Bidders are to mention the name of the manufacturer & country of origin in their quotations.
g) The O.D and length of the Drill-collars & Lifting Plugs must be exactly as specified in the Tender
specification and tolerance as per API SPEC 7-1.
h) Bidders who have not supplied the above items to OIL previously (Order No. to be mentioned if
supplied to OIL) should forward a detail-list of past supplies (i.e Drill-collars as API Spec.7 or
7-1)made during the last five years along with past performance reports from at least three of
their reputed customers. Documentary evidence should be enclosed along with the bid.
j) In case the bibber is not Original Manufacturer, proper authorization certificate (in original) is
required with full warranty backup from the respective manufacturer along with the quotation
failing which the offer will be liable for rejection.
General Notes :
1.0 Bids are invited under Single Stage Two Bid System. Bidders shall quote accordingly under
Single Stage Two Bid System. Bidder not complying with submission procedure mentioned in
General Terms & Conditions of Global Tender (MM/GLOBAL/01/2005) will be rejected.
3.0 Technical Check-List and Commercial Check-list vide Annexure II should be filled-up and
submitted along with the offer.
4.0 The quotation must submitted in triplicate and accompany relevant original catalogue, literature,
and drawing illustrating all components failing which the offer will be liable for rejection.
5.0 Oil India Purchase Order No. and manufacturer’s name have to be engraved on the body of the
item. All test reports shall be forwarded along with the supply. Bidder must confirm the same
categorically while quoting.
6.0 The minimum FOB / FCA charges in case of partial order for reduced quantity / items shall have to be
indicated by the bidder. In case this is not indicated specifically, the charges quoted would be prorata
calculated and the same will be binding on the bidder.
7.0 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.
7.1 The items covered by this tender 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. Details of
Deemed Export are furnished vide Addendum to MM/GLOBAL/01/2005 enclosed.
7.2 Bid Security 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.
7.3 Other terms and conditions of the tender shall be as per General Terms and Conditions for Global
Tender (Document MM/GLOBAL/01/2005). 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 & Conditions of Global Tender of the tender and/or elsewhere, those mentioned in
this BEC / BRC shall prevail.
7.4 The following clause to be added as para 34.0 of Section A of General terms and Condition for
Global Tender (MM/GLOBAL/01/2005).
Clause 34.0 SET-OFF - 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 a sum of money arising out of this contract or under any other contract
made by the contractor with Oil India Limited (or such other person or persons
contracting through Oil India Limited).
The bids must conform to the specifications and terms and conditions given in the tender. Bid shall be rejected in
case the items(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 technical specification including O.D and length of the Drill-collars & Lifting Plugs must be
exactly as specified in the Tender specification and tolerance as per API SPEC 7-1.
2. The Drill Collars should be with Stress-relief grooves on Pin end & Bore-back on box ends as
indicated in the Tender.
3. Threads of all the Drill Collars & Lifting plugs should be cold rolled and phospatised.
4. The Drill collars should be from API approved mill having valid API Spec 7-1 certificate. A copy of
the certificate to be submitted with quotation.
5. Bidders who have not supplied the said items to OIL previously (Order No. to be mentioned if
supplied to OIL), must forward a list of past supplies made during the last five years along with
performance reports from at least three of their reputed customers.
(B) COMMERCIAL :
Commercial Bid Rejection Criteria will be as per Section D of General Terms & Conditions of Global
Tender (MM/GLOBAL/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. Bidder not complying with submission procedure mentioned in Para 12.2 of
Section A of General Terms & Conditions of Global Tender (MM/GLOBAL/01/2005) will be rejected.
2.0 Bid security of US $ 5,100.00 or Rs. 245,000.00 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(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 Validity of the bid shall be minimum 180 days. Bids with lesser validity will 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.
6.0 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
(b) Packing & FOB Charges
(c) Total FOB Port of Shipment value
(d) Ocean Freight Charges upto Kolkata, India
(e) Insurance Charges
(f) Total CIF Kolkata value
(g) Total value in words :
(h) Gross Weight :
(i) Gross Volume
(ii) Commercial Bid Format ( SUMMARY ) for Indigenous Bidders :
(a) Total material cost
(b) Packing and Forwarding Charges
(c) Total Ex-works value
(d) Sales Tax, (Please indicate applicable rate of Tax)
(e) Total FOR Despatching station price
(f) Road Transportation charges to Duliajan
(g) Insurance Charges
(h) Assam Entry Tax
(i) Total FOR Duliajan value
(j) Total value in words :
(k) Gross Weight :
(l) Gross Volume :
Note :
1) Bidder shall quote price of individual item in the above format.
2) Since the materials covered by this tender will be used by OIL in the PEL/ML areas issued/renewed
after 01/04/99, hence applicable Customs Duty for import of goods shall be ZERO and indigenous
bidders shall be eligible for Deemed Export.
Bids conforming to the specifications, terms and conditions stipulated in the tender and
considered to be responsive after subjecting to the Bid Rejection Criteria will be considered for
further evaluation as per the Bid Evaluation Criteria mentioned in Section D of General Terms &
Conditions of Global Tender (MM/GLOBAL/01/2005)
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.
8. Whether ORIGINAL Bid Bond(not copy of Bid Bond) enclosed with the YES/NO
offer? If YES, provide 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 of YES/NO
tenders?
11. Whether quoted a firm delivery period? YES/NO
12. Whether quoted as per NIT (without any deviations) ? YES/NO
13. Whether any deviation there in the offer ? 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 6.0 of BRC YES/NO
vide Annexure – I)
17. Whether all the items of tender quoted? YES/NO
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 specify: YES/NO