Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan , Assam

Size: px
Start display at page:

Download "Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan , Assam"

Transcription

1 Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan , Assam Telephone No. (91-374) Fax No: (91-374) ; Tender No. & Date : SDG7329P13/08 of 05/09/2012 Tender Fee : INR 4, OR USD Bid Security Amount : INR 4,92, OR USD 11, (or equivalent amount in any currency) Bidding Type : SINGLE STAGE TWO BID SYSTEM Bid Closing on : As mentioned in the Basic Data of the tender in OIL s e- portal. Bid Opening on : As mentioned in the Basic Data of the tender in OIL s e- portal. Performance Guarantee : Applicable OIL INDIA LIMITED invites Bids for items detailed below through its e-procurement site : Item No./ Mat. Code Material Description QTY UO M 10 Triplex, single acting reciprocating type plunger pump with replaceable plungers, & valve inserts. as per the following Annexure : 3 Nos. a) Detailed specification - Annexure A. b) Bid Rejection Criteria (BRC) and Bid Evaluation Criteria - Annexure B. c) Technical & Commercial Check lists Annexure C Special Notes : 1.0 The tender will be governed by General Terms & Conditions for e-procurement as per Booklet No. MM/GLOBAL/E-01/2005 for E-procurement (ICB Tenders) including Amendments & Addendum to General Terms & Conditions for e-procurement.

2 2.0 Technical Check list and Commercial Check list are furnished vide Annexure C & D. Please ensure that both the check lists are properly filled up and uploaded along with the Technical bid. 3.0 The item qualifies for Nil duty/deemed Export benefits. For Deemed Export benefits, please refer Addendum to the General terms and conditions for Global tender. 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 Head Materials, Materials Department, Oil India Limited, Duliajan , Assam on or before the Bid Closing Date and Time mentioned in the Tender: a) Original Bid Security. b) Details Catalogue and any other document which have been specified to be submitted in original. 5.0 The tender is invited under SINGLE STAGE-TWO BID SYSTEM. The bidders are required to submit both the TECHNICAL and COMMERCIAL bids through electronic form in the OIL s e-tender portal within the Bid Closing Date and Time stipulated in the e-tender. Please ensure that Technical Bid / all technical related documents related to the tender are to be uploaded in the c-folder link (collaboration link) under Unpriced Bid Tab Page only. Please note that no price details should be uploaded as c-folder link (collaboration link) under Techno Commercial bid Search and Add Tab Page. Details of prices as per Bid format / Commercial bid can be uploaded as Attachment in the attachment link under Techno Commercial bid under General Data. A screen shot in this regard is given below. Offer not complying with above submission procedure will be rejected as per Bid Rejection Criteria mentioned in Annexure-B (Refer Clause 1.0 of (B) Commercial).

3 For Uploading Commercial Files go to this Tab. On change Mode- The Screen where to Upload Commercial and Technical Files. Bid on Change Mode Area for uploading Commercial Bid Area for uploading Technical Bid

4 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 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. (Note: Shri N. Gopalaswami, Ex-CEC and Shri R. C. Agarwal, IPS(Retd.) have been appointed as Independent External Monitors). Contact details are available in our web site.

5 Annexure - A Details of the Pump : QTY : 3 Nos. 1.0 The pump is triplex, single acting reciprocating type plunger pump with replaceable plungers, & valve inserts. 2.0 The pump should be fitted with proper size of plungers to meet the following requirement:- Maximum discharge = 770 Litres/Min against 42 kg/cm2 Pressure (203 US GPM against 600 PSI pressure) Minimum discharge = 100 Litres/Min against 245 Kg/cm2 Pressure (25 US GPM against 3400 PSI Pressure) Pump speed = The maximum operating speed will be limited to 300 RPM as no charge pump will be fitted with the triplex pump. API confirmation: As the pump#s duty is for intermittent service only ( not for continuous duty ), API confirmation for speed is not required. 2.1 The pump will be operated at different speeds using a five speed gear having various transmission ratios to have a wide range of discharge volume against various pressure rating. The pump should be equipped with internal reduction gear or chain drive arrangement with proper reduction ratio to meet the following characteristics. Gear Trans Ratio Displacement-(Litre/Min) Max.discharge pr.(kg/cm2) 5th. Gear th. Gear rd. Gear nd. Gear st. Gear Pump Duty : Intermittent Service and pump should be suitable for:- a) Well servicing jobs like well killing, squeezing, hydraulic packer setting etc. b) Acidizing job with concentration of:- i) Mud acid having 10% HCL + 5% HF + Water. ii) Mud acid having 10% HCL + 3% HF + Water. iii) Hydrochloric acid having 15% HCL + Water. c) Cement Slurry, saline water of 2-3% KCL, calcium chloride, sodium bicarbonate, polymer gel, Xanvis pill. 4.0 Material of Construction and other features :- As the pump will be used for Acidizing job also in addition to well servicing, the material of construction of the fluid end must be corrosion resistant to acids and brine solutions.

6 Fluid End Features :- # One-piece integral suction and discharge passages design with forged steel fluid end. # Ductile iron, Bolt on type stuffing boxes with screw type glands. # Tungsten Carbide Coated plungers. # General service packing. # Hardened Steel wing guided valves with removable rubber inserts to valves. # Packing Lubricator three feed, drip type mounted on pump with V-belt drive to crankshaft included bent guard, piped to drip feed on to rear of plungers. Power End Features :- # One-piece, High strength steel power frame. # Eccentric construction having double extended jackshaft # Forged Alloy steel crankshaft with ground journals and polished throws. # Heavy-duty, tapered roller crankshaft bearings as per OEM#s design. # Stainless steel connecting rods, removable from crossheads. # Alloy steel crosshead pins, case hardened and finished ground. # Bronze bearing crosshead pin bushings, press fit. # Cast iron crossheads with upper / lower oil grooves. # Stainless steel extension rods. # Flooded sump cascade and pressure ( low speed ) power end lubrication system. Auxiliary Equipment : a) Suction Stabilizer :- A suction stabilizers comprising a vertical chamber of proper size with a closed top, water level gauge and air charging connection equipped with a rubber diaphragm should be fitted in the inlet line as closed as possible to pump. b) Suction manifold should be completed with butterfly valve fitted with flange & fasteners and companion flange of 4 inch. c) Discharge manifold :- Comprised of two branches # one is the main discharge line and other one is the bleed line which should be completed and fitted with:- # Discharge connection need to 2 1/16 inch., API 6000 Lbs, RTJ flange with Fig. 602 to be compatible with OIL#s high pressure piping. # 1 no of 50.8 mm shear pin type or reset relief valve (352 kg/cm2.) to be fitted on bleed line and completed with a companion flange and a bend. # 2 nos. of 50.8 mm screwed plug valve (W.P. = 352 Kg/ cm2.) - one valve each for discharge and bleed line. # 1 no. of 50.8 mm pressure gauge (range kg/cm2) to be fitted on discharge line. # 1 no. screwed horizontal type check valve(50.8 mm, WP=352 kg/cm2) should be fitted in between the pump & pressure gauge in the delivery line. # Interconnection piping spool pieces on suction and discharge should be provided with the appropriate bolting, gaskets and pipe components ( valves, dampener, brackets etc. ) and mounted on the skid and terminated at skid edge. # All the necessary fittings, flanges, gaskets, stud & nuts to fit the above. # Strong and rigid supports for the discharge and bleed lines should be welded on the skid. 1.0 Pump Lubrication :

7 a) For lubrication of plunger & packing, a slow speed drip lubrication kit with accessories should be installed and driven from the pump. b) For lubrication of power end of the pump a force fed pressure lubrication system should be installed. Proper lubrication should be ensured when the pump runs at low speed. c) If an extra chain drive system in addition to the integral gear reducer of the pump has to be installed, then a belt pulley drive gear pump will has to be fitted for chain lubrication and the chain with the sprockets should be enclosed in leak-proof metal enclosure. 2.0 The bidder has to furnish the performance curve of the pump with selected piston & liner size along with data sheet & technical leaf-late of the of the offered pump. 3.0 Maintenance manual and parts list of the offered pump, engine, transmission gear box, valves etc. should be supplied along with the supply of the pump sets. 4.0 Standard Service Tools :- A set of standard service tools comprising of puller set for liner, fluid valve, valve seat, wrenches for opening up the fluid end parts and other tools required for servicing the fluid end of the pump should be supplied by the successful bidder # ( 1 set for each pump set. ) - The Prime Mover 1.0 The prime mover is a naturally aspirated, air or water cooled, 4 stoke, diesel fuel engine capable of developing required H.P. at rated speed to run the pump smoothly and other accessories as detailed in Annex-1. Prime Mover Rating :- The rating should be in accordance with IS:10000 and should be rated for continuous running with an overload capacity of 10% for a period not exceeding 1 hr. in any 12 hrs. running. 2.0 The engine should be completed with the following components mounted on it :- i) Flywheel complete with starter ring gear suitable for PTO clutch. ii) SAE 1 Flywheel and Flywheel housing. iii) Pilot bearing housing with pilot bearing for PTO clutch. iv) 12 V electric starting & charging system fitted to the engine and mounting brackets should comprise of 12 V starter & alternator. v) 1 no. 12 V, 25 plates, heavy duty, dry charged, maintenance free battery. vi) A fuel tank of 50 liters capacity should be mounted on the skid in vertical position. The fuel supply & return lines from the tank to the engine should be fitted. vii) Heavy-duty oil bath type air intake filter and replaceable element type fuel & lube oil filters. viii) Radiator / Blower fan with v-belt drive for cooling the engine completed with necessary air ditch. ix) Residential type exhaust muffler and spark arrestor. 3.0 Operator Control Console and Instrument Panel :- The Engine console should incorporate the following instrument functions : i) Ammeter ii) Service Meter iii) Tachometer

8 iv) Starting Push Button Switch v) Throttle Control vi) Emergency Stop Switch vii) For Safety System :- (a) Automatic Engine stop switch for Low Lube oil pressure. (b) Automatic Engine stop switch for high temperature. (c) Over speed Engine shut off switch. (d) Pressure switch gage to stop the Engine when the pump#s pressure exceeds 3500 PSI. 4.0 The bidder has to furnish the engine#s performance curve and the data sheet and other technical leaflet along with the offer. 5.0 PTO Clutch, Gear box and drive line :- i) Suitable, synchromesh, 5 speed gear box with suitable gear ratios and complete with a twin disc pressure release clutch with clutch pedal is to be mounted on the flywheel housing of the engine with gear shift lever & output shaft flange. Proper support for clutch pedal for easy operation should be mounted on the skid. ii) A short coupled sliding teeth cordon shaft with minimum of 100 mm telescopic movement should be mounted between output shaft of the gear transmission and input shaft of the chain drive or pump crankshaft, as the case may be. 6.0 Maintenance manual and parts list of the offered engine, gear box and PTO should be supplied. 7.0 LOAD CALCULATION :- The technical justification for selection of the offered engine and speed reduction devices should be supported by proper load calculation (HP requirement). While calculation for H.P. requirement a 10% overall transmission loss and 85% mechanical efficiency for the pump should be taken into account. 8.0 The Fuel to be used by the prime mover :- High speed Diesel Fuel conforming IS: Cetane number of the fuel : 42.5 Gross Calorific Value : BTU / Lb ( cal / gm. ) 9.0 SAFETY SYSTEM :- As incorporated in the Operator Control Console and Instrument panel in para. 3.0 above. SKID : 1.0 All the equipment and other accessories detailed in Annex-I and Annex-II should be unitized and mounted on a heavy duty suitable 3 runner portable oil field type skid. The entire topside of the skid should be covered and welded with diamond checkered plate and painted by one coat of red oxide followed by blue enamel paint. The over all dimension of the skid with all equipment mounted on it should not exceed as mentioned below: Length X Breath X Height = 5500 mm X 2500 X 1750 mm The 3 runners of the skid should be of minimum 250 mm flange width.

9 Special Note : 1.0 The bidder has to submit a General Arrangement drawing with dimensions of the offered pump set showing all the equipment to be unitized along with the offer. 2.0 Bidders other than original equipment manufacturer (OEM) must furnish the letter of scope of supplying the offered equipment from the OEM. They also must furnish the understanding from the OEM as given below :- " Date of manufacturing, model, serial no. laboratory test certificates for performance, material of construction, literature & parts book must be supplied if purchase order is placed on us." 3.0 After Sales Service :- The nature of after sales services, which can be provided by the supplier during initial commissioning by OIL as also in subsequent operation should be clearly stated. It should be confirmed that spares for the pump/ engine and its accessories will be available for at least 10 years after delivery of the material. 4.0 Inspection & tests:- i) The plant and materials may be subjected to inspection during manufacturing at the purchaser s discretion, but such inspection shall not relive the supplier from his responsibility to ensure that the equipment supplied is free from the manufacturing or other defects and confirm to correct specifications. ii) Such test will be carried out in the presence of the purchaser or his representative to his satisfaction. All appliances, apparatus, labour etc. required for the test should be provided by the supplier at his cost. 6.0 Material Test, Certificates and Pre-Dispatch inspection :- i) The supplier will have to submit the particulars of all test piece proposed to be taken for the fabrications, castings or forgings subject to high pressure for obtaining approval from OIL. The purchaser will state whether he intends to witness the tests on such case or is prepared to accept the supplier s test certificates. ii) Pre-Dispatch Inspection :- shall be carried out by OIL Engineer(s) at the manufacture#s works. The full load performance test of the pump set shall be carried out in presence of OIL s representatives to their full satisfaction. Supplier has to inform OIL the tentative date at least 80 days in advance and confirmed date at least 21 days in advance for deputing OIL s Engineer(s) for the inspection & testing of the pump set. All to and fro fares, boarding / lodging and other expenses of OIL s Engineer(s) towards inspection & testing shall be borne by OIL. Bidder shall quote Pre-dispatch Inspection & Testing charge separately if any.. iii) Hydraulic Test :- Before being dispatched from the supplier s works, Hydraulic test for the pump shall be provided for the following items :- a) Hydraulic Test of the Fluid 15,000 PSI ( 1.5 times max. working discharge pressure of the pump ) b) Hydraulic Test of Suction 475 PSI ( 1.5 times max. working suction pressure of the pump )

10 In addition, Hydraulic test will be done for all high pressure valves fitted in lines such as Gate & Plug 1.5 times max. working pressure. All the above tests will be 1.5 times max. working pressure for at least 30 minutes and test certificates will be provided with the material. All appliances, apparatus, labour etc. required for the test shall be provided by the supplier at no extra cost. 7.0 Any item / point not included in the specification but necessary for the efficient operation of the pump set should be offered as optional. 8.0 Any deviation from the NIT should be clearly highlighted and supported by sufficient technical reasons. Data Sheet for the Pump Set : A. GENERAL DIMENSIONAL DATA i) Total size of pump set : Length X Breath X Height ii) Total dry weight of the pump set B. PRIME MOVER ENGINE DETAILS i) Type ii) Make iii) Model no. iv) Speed v) Coupling type vi) Nos. of cylinders vii) Aspiration viii) Displacement ix) Bore size x) Stroke xi) Length, breath & height (engine only) xii) Dry weight (engine only) xiii) Gross & Net xiv) Full load consumption at : 100 % load 75 % load 50 % load 25 % load xv) Lube oil consumption xv) Heat rejected at : xvi) Speed Governing system xvi) Type of Governor xvii) Accuracy class xviii) Speed Range xix) Steady state regulation xx) Accuracy 100 % load 75 % load 50 % load 25 % load

11 xxi) Maximum speed drop / rise for 100 % load change xxii) Recovery time xxiii) Speed drop ( no load to full load ) C. PUMP DETAILS : i) Type ii) Make iii) Model no. iv) Fluid end type v) Type of valve vi) Type & size of plunger vii) Type & nos. of packing per set viii) Power end type ix) Crank shaft bearing type x) Jack shaft bearing type xi) Maximum pressure against minimum discharge xii) Minimum pressure against maximum discharge xiii) Suction pulsation dampener details xiv) Suction & Delivery end flange dimensions xv) Type of lubrication of plunger / piston rod xvi) Type of lubrication of power end xvii) Type of drive chain lubrication xviii) Length, breath & height (pump only) xix) Dry weight (pump only) D. TRANSMISSION / GEAR BOX : i) Type ii) Make iii) Model no. iv) Gear ratios v) Power transmitting capacity Accessories: Each pump set must be supplied with the one set following tools (General tools, Special Tools for Engine, Special Tools for Pump). Each set of tools consisting of the following tools : A) General tools: 1. Open Jaw Double Ended Spanner set in Metric & Inch-12P/C per each set. 01 No 2. Double Ended Ring Spanner [deep offset hexagon ring] set in Metric & Inch - 12P/C per each set. 01 No 3. Heavy duty Double Hexagon Standard Socket compatible for ½" Sq. Drive in Metric & Inch -8mm to 36mm [1/4" to 1 3/8"] per each set. 01 No 4. Reversible [quick release] Ratchet compatible for ½" Sq. Drive- overall length 250mm-01per set. 01 No 5. Sliding T-Bar compatible for ½" Sq. Drive-01per set. 01 No

12 6. Extension Bar compatible for ½" Sq. Drive- overall length 75mm-01per set. 01 No 7. Extension Bar compatible for ½" Sq. Drive- overall length 125mm-01per set. 01 No 8. Extension Bar compatible for ½" Sq. Drive- overall length 250mm-01per set. 01 No 9. Universal Joint compatible for ½" Sq. Drive- overall length 78mm-01per set. 01 No 10. L- Handle compatible for ½" Sq. Drive- overall length 250mm-01per set. 01 No 11. Adapter ¾" F X ½" M; 01per set. 01 No 12. Adapter ½" F X ¾" M; 01per set. 01 No 13. Universal Socket Wrench ½"; 01per set; [universal joint ½"]. 01 No 14. Screw Driver Standard Blade, Cushion grip- 8mm X 250mm- 01per set. 01 No 15. Screw Driver 9 Tips with handle, Cushion grip- 01per set. 01 No 16. Adjustable Spanner- 200mm [8"]- 01per set. 01 No 17. Adjustable Spanner- 300mm [8"]- 01per set. 01 No 18. Allen Key Set-Long- Metric & Inch- 1.5mm to 12mm [12nos] & 1/16" to ½" [12nos] - 01per set. 01 No 19. Combination Pliers- 200mm [8"]- 01per set. 01 No 20. Long Nose Plier- 150mm-01per set. 01 No 21. Circlip Plier-Straight Tip [internal Circlip puller]-length 175mm [7"]- 01per set. 01 No 22. Circlip Plier-Bent Tip [external Circlip puller]-length 175mm [7"]- 01per set. 01 No 23. Center Punch-Forged tool Steel hardened & tampered - 6mm X 100mm [1/4" X 4"]- 01 per set. 01 No 24. Ball Pen Hammer- Head length 355mm [14"]- 16 OZ- 01 per set. 01 No 25. Soft Face [Polymer] Hammer- Head Ø25mm- 01 per set. 01 No 26. Feeler Gauge- 25 Blades-300mm Long in Metric & Inch- 01 each per set; Make: Freeman. 01 No 27. Measuring Tape- 5Mtrs metallic-auto retractable- 01 per set; Make: Freeman. 01 No 28. Tin snips- Drop forged carbon steel, hardened & tempered-size 300mm [12"]- 01 each per set. 01 No 29. Thread Gauge- BSW, Metric, UNC, UNF-01 each per set. 01 No 30. Caliper- Inside & Outside- 150mm [6"]- 01 each per set. 01 No 31. Screw Extractor Set-Hexagonal Head- 3mm to 18mm [1/8" to ¾"]; - 01 per set. 01 No 32. Spirit Level-ABS Plastic-3vials [horizontal, plumb & 45º] - 01 per set. 01 No 33. Cold Chisel-Forged Chrome-Vanadium steel, hardened, quenched & tempered- 12mm X 150mm & 25mm X 150mm - 01each per set. 01 No Note: 1. All the above tools should be Stanley Proto make except otherwise specified. 2. All the above tools must be supplied in a heavy duty 3/5 tray metal box with handles & locking arrangement.

13 B) Special Tools for Engine: 1. Piston Insert Tool 01 No. 2. Piston Removal Tool 01 No. 3. Injector Puller Tool 01 No. 4. Bearing Puller for Fan Shaft 01 No. 5. Mitutoyo Vernier Caliper with a Fine-adjustment having both inch and milimeter reading upto 0.001". Size - 6". 01 No 6. Mitutoyo Vernier Caliper with a Fine-adjustment having both inch and milimeter reading upto 0.001". Size - 12". 01 No 7. Any other special tool required to service the engine. C) Special Tools for Pump: 1. Hydraulic Seat Puller Complete Set 01 No. 2. Gland Packing Removal Tool 01 No. 3. Any other special tool required to service the fluid end & power end. 01 No. TOTAL MANDATORY SPARES FOR ALL THE 3 NOS. PUMPS: 1. Fuel Filters / Elements for Engine 10 nos. 2. Lube oil Filters / Elements for Engine 6 nos. 3. Air Filter elements for the engine 6 nos. 4. V-belt for Fan, Alternator & others 6 sets 5. Plunger ( size is same as fitted with the pump ) 03 nos 6. Plunger packing set ( for above sized plunger ) 9 sets 7. Valve, polyeutherin moulded 18 nos 8. Valve Spring 12 nos. 9. Valve seat 12 nos 10. Valve cover gasket 12 nos. 11. Cylinder Head cover gasket 12 nos 12 Gasket-Hydraulic ring 12 nos. 13. Self Starter for Engine 1 no. 14. Charging Alternator 1 no. 15. Safety Relief Valve 1 no.

14 General Note : 1. 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. 2. Oil India Purchase Order No. must be engraved on the body of the item. Bidder must confirm the same categorically in their quotation. 3.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. Details of Deemed Export are furnished vide Addendum to MM/GLOBAL/E-01/2005 enclosed. 4. In Technical Bid opening, only Collaboration Folder ( C folder ) will be opened. Therefore, the bidder should ensure that Technical bid is uploaded in the c- Folder link (collaboration link) under Un-priced Bid Tab Page only. No price should be given in above C folder, otherwise the offer will be rejected. Please go through the help document in detail before uploading the document.

15 Annexure B Bid Rejection Criteria ( BRC ) / Bid Evaluation Criteria ( BEC ) The bids shall confirm generally to the specifications, terms and conditions given in the tender. Bids shall be rejected in case the items offered do not confirm 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 & conditions, the following requirements will have to be particularly meet by the bids, without which the offer will be considered as non-respective and rejected. A: TECHNICAL :- (i) The pump must be single acting, horizontal plunger type, eccentric construction having double extended jackshaft. (ii) The pump must be capable of discharging 770 Liters/min against 42 kg/cm2 pressure and 100 Liters/min against 245 kg/cm2 pressure at rated SPM with the same sized selected plunger to be fitted with the pump at the time of supply. (iii) Maximum working pressure of the pump must be not less than 245 kg/cm2 (3400 PSI ). (iv) As the pump will be used for Acidizing job also, the material of construction of the fluid end must be corrosion resistant. (v) The pump must be capable for well servicing jobs like well killing, squeezing, hydraulic packer setting and pumping of mud acids, cement Slurry, saline water of 2-3% KCL, calcium chloride, sodium bicarbonate, polymer gel, Xanvis pill etc. ( Bidder has to submit documentary evidences in support of their offered pump ensuring the above capability ). Eligibility criteria for acceptance of Bid: The bidder should be an (A) OEM of the Pump or (B) authorized dealer of OEM of the pump or (C) reputed assembler of such pump package. (A) If the bidder is an OEM of the Pump, the following criteria must be fulfilled. If the bidder is an OEM of pump, he must purchase the Engine & other accessories like PTO clutch, gear box, transmission etc. from the respective authorized dealer of these. The purchase documents of engine and other accessories from the OEM or authorized dealer must be submitted along with the supply of pump sets. Additionally the bidder must furnish the experience certificate that he had unitized such pump package & supplied minimum 1 no. such type of pump set in past 5 years to any Oil & Gas Company stating the following information

16 i) Capacity of each supplied pump set ii) The name of clients to whom these pump sets were supplied and with certificates from those clients that these pump sets were used for Well servicing & Acidizing with satisfactory performance. (B) If the bidder is an authorized dealer of OEM of the pump, the following criteria must be fulfilled. If the bidder is an authorized dealer of OEM of the pump, he must purchase the pump, engine & other accessories from OEM of pump, engine, transmission etc or from authorized dealer of these. In such case the bidder must provide the documentary evidence / authorization letter ( in original) from the OEM of the pump from whom the purchase would be made along with the bid. The purchase documents of engine, pump and other equipment from the OEM or authorized dealer must be submitted along with the supply of pump sets. Additionally the bidder must furnish the experience certificate that he had unitized such pump package & supplied minimum 1 no. such type of pump set in past 5 years to any Oil & Gas Company stating the following information i) Capacity of each supplied pump set ii) The name of clients to whom these pump sets were supplied and with certificates from those clients that these pump sets were used for Well servicing & Acidizing with satisfactory performance. Alternately, the bidder must furnish the experience certificate of their principal OEM that the OEM had supplied minimum 1 no. similar type of pump set in past 5 years to any Oil & Gas Company stating the above information. In such case, the bidder must furnish the following information :- i) Certificate from their OEM confirming all sorts of technical support & guidance for unitizing job of the pump package. ii) Certificate from their OEM confirming that their dealer has the Work shop facility available with infrastructure, skilled man & machine required for such unitizing job where the pump package is to be unitized. (C) If the bidder is a reputed assembler, the following criteria must be fulfilled. If the bidder is an assembler, he must purchase the all equipment from OEM or OEMs authorized dealers. In that case the assembler must provide the documentary evidence / authorization letter ( in original) from the OEM or OEM s authorized dealers of equipment from whom the purchase would be made along with the bid. The purchase documents of engine, pump and accessories from the OEM or OEM s authorized dealers must be submitted along with the supply of pump set. The assembler must furnish the information that the workshop facility for fabrication, load testing are available with them.

17 Additionally, the bidder ( reputed assembler) must furnish experience certificate that he had assembled & supplied minimum 1 no. of pump set in past 5 years to any Oil & Gas Company stating the following information: i) Capacity of each supplied pump set. ii) The name of the customers to whom these pump sets were supplied and with certificates that these are running satisfactorily iii ) Duty and application for which these pump sets were supplied to the customers. (B) COMMERCIAL : 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 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 US $11, or Rs.4,92, 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. The Bid Security shall be valid till 04/12/ 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. 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 receipt of the item at site whichever is earlier against any defects arising from faulty materials, workmanship or design. Defective goods/materials or parts notified by OIL shall be replaced immediately by the supplier at the supplier s expenses. 5.0 Successful bidder will be required to furnish a Performance Bank 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 the 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.

18 8.0 No offers should be sent by Telex, Cable, or Fax. Such offers will not be accepted. 9.0 Validity of the bid shall be minimum 180 days from the bid closing date. Bids with lesser validity will be rejected Bids containing incorrect statement will be rejected Offers received without Integrity Pact duly signed by the authorised signatory of the bidder will be rejected 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) (B) (C) (D) (E) (F) (G) (H) Total Material value of the Pumps Cost of Spares Cost of Special Tools Grand Total Material Value, ( A + B +C) Packing & FOB Charges Total FOB Port of Shipment value, ( D+E ) above Ocean Freight upto Kolkata(India) port Insurance Charges (I) Total CIF Kolkata value, (F + G + H) (J) Pre-Despatch/Shipment Inspection & Testing charges, if any Total Value, ( I + J ) above (K) (L) Total value in words : (M) Gross Weight : (N) Gross Volume : (ii) Commercial Bid Format ( SUMMARY ) for Indigenous Bidders : (A) Total Material value of the Pump (B) Cost of Spares (C) Cost of Special Tools (D) Grand Total Material Value, (A + B + C) (E) Packing and Forwarding Charges (F) Total Ex-works value, ( D+E ) above (G) Excise Duty including Education Cess (Please indicate applicable rate of Duty & Cess ) (H) Sales Tax, (Please indicate applicable rate of Tax) (I) Total FOR Despatching station price, (F+ G +H ) above (J) Road Transportation charges (K) Insurance Charges (L) Assam entry tax (M) Total FOR Duliajan value, ( I+J +K +L) above (N) Pre-Despatch/Shipment Inspection & Testing charges, if any (O) Total Value, (M+N) above (P) Total value in words : (Q) Gross Weight : (R) Gross Volume :

19 NOTE : 1.0 The cost of the individual item of the spares should be shown separately. 2.0 The Pumps covered under this enquiry shall 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 should quote Deemed Export prices. Excise Duty under Deemed Export exempted. 3.0 Pre-Despatch / Shipment Inspection & Testing charges, if any, shall be quoted on lumpsum basis separately which shall be considered for commercial evaluation of the offers. However, all to and fro fares, boarding/lodging and other expenses of OIL s Inspection Engineer(s) shall be borne by OIL. Bidders must categorically indicate the Pre-despatch/Shipment Inspection charges, if any in their commercial bid and must confirm about providing the same in their Technical bids. (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) TECHNICAL : 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 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

20 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. 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) (B) (C) (D) (E) (F) (G) (H) (I) (J) (K) (L) Total Material value of the Pump Cost of Spares Cost of Special Tools Grand Total Material Value, ( A + B +C) FOB Charges Total FOB Value, ( D+E ) above Ocean Freight upto Kolkata(India) port (as quoted) Insurance 1% of Total FOB Value vide (E ) above Banking 0.5% of Total FOB Value vide ( E ) above in case of payment through Letter of Credit ( If confirmed L/C required, 1.5% of Total FOB Value will be loaded ) Total CIF Kolkata Value, ( F+G+ H + I ) above Pre-Despatch/Shipment Inspection & Testing charges, if any Total Value, ( J+K) 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 Pump (B) Cost of Spares (C) Cost of Special Tools (D) Grand Total Material Value, ( A + B + C) (E) Packing and Forwarding Charges (F) Total Ex-works value, ( D+E) above (G) Sales Tax as applicable on ( F ) above (H) Total FOR Despatching station Value, ( F + G ) above (I) Transportation charges (as quoted ) (J) Insurance of Total FOR Despt. Station Value ( H ) above (K) Assam entry tax

21 (L) (M) (N) Note : Total FOR Duliajan value, ( H + I + J +K ) above Pre-Despatch/Shipment Inspection & Testing charges, if any Total Value, (L +M) above Excise Duty in case of indigenous bidder is EXEMPTED under Deemed Export. 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 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, those mentioned in this BEC / BRC shall prevail. *************

22 ANNEXURE C TECHNICAL CHECK LIST Part- A 1. WHETHER QUOTED AS OEM OF PUMP AND WHETHER DOCUMENTARY EVIDENCES SUBMITTED? 2. WHETHER QUOTED AS AUTHORISED DEALER OF OEM(for PUMP)AND WHETHER DOCUMENTARY EVIDENCES SUBMITTED? 3. WHETHER QUOTED AS ASSEMBLER AND WHETHER DOCUMENTARY EVIDENCES SUBMITTED? 4. WHETHER SEPARATELY HIGHLIGHTED ANY DEVIATION FROM THE TECHNICAL SPECIFICATIONS? 5. WHETHER SPARES, SPECIAL TOOLS HAVE BEEN INCLUDED IN THE OFFER? 6. WHETHER SPARES SHALL BE AVAILABLE FOR 10 YEARS AFTER SUPPLY OF EQUIPMENT? 7. WHETHER THE ENGINE IS RATED FOR CONTINUOUS POWER? 8. WHETHER THE LOAD CALCULATION FOR ENGINE S HP IS PROVIDED? 9. WHETHER THE ENGINE IS NATURALLY ASPIRATED OR TURBO CHARGED? 10. WHETHER THE OFFERED ENGINE CONFORMS TO ISO:10000 SPECIFICATIONS? 11. WHETHER THE PUMP IS A TRIPLEX, SINGLE ACTING PLUNGER PUMP? 12. WHETHER THE ENGINE IS AIR COOLED OR WATER COOLED? 13. WHETHER THE PUMP IS DESIGNED FOR INTERMITTENT DUTY? 14. WHETHER THE SPEED REDUCTION GEAR BOX IS EXTERNAL FOOT MOUNTED AND OF 5- SPEEDS? 15. WHETHER PRODUCT LINE CATALOGUES OF THE PUMP, ENGINE AND ACCESSORIES HAVE BEEN PROVIDED WITH THE OFFER? 16. WHETHER GUARDS SHALL BE PROVIDED OVER COUPLING AND BELT DRIVES? 17. WHETHER PROVIDED & QUOTED FOR 2 YEARS CONSUMABLE SPARES FOR PUMP & ENGINE?

23 Part- B Sl. No. Parameters / Requirements 1 Make & Model of Pump 2 Make & Model of Engine 3 Make & Model of Gear Box 4 Make & Model of PTO clutch Bidder s offer (To indicate details or yes/no, as applicable ) Remark, if any Part-C : Documentation 1. Maintenance & Operation manual, part list of the Pump 2. Lubrication of the pump 3. Maintenance & Operation manual, part list of the Engine 4. Lubrication and Fuel system of the Engine 5. Performance rating curves of the Engine & Pump 6. Specific Fuel consumption of the Engine 7. Maintenance & Operator s manual, parts list of the Gear box and PTO clutch. 8. Dimensional layout diagram of the complete Unit on the carrier. Signature: Name: Designation : Date:

24 ANNEXURE D 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. 1 Whether quoted as manufacturer? 2 Whether quoted as Supply House / Distributor. To Specify : 3 If quoted as Supply House / Distributor, (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 4 Whether bid submitted under Two Bid System? 5 Whether ORIGINAL Bid Bond(not copy of Bid Bond) submitted? If YES, provide details (a) Amount : (b) Name of issuing Bank : (c) Validity of Bid Bond : (d) Whether Bid Bond is valid till 04/12/ Whether offered firm prices?

25 7 Whether quoted offer validity of six months from the date of closing of tenders? 8 Whether quoted a firm delivery period? 9 Whether quoted as per NIT (without any deviations)? 10 Whether quoted any deviation? 11 Whether deviation separately highlighted? 12 Whether agreed to the NIT Warranty clause? Whether Price Bid submitted as per Price Schedule (refer Para 12.0 of BRC vide Annexure B) Whether the Consumable Spares for 2 years of operations quoted? 15 Whether quoted all the items of tender? Whether indicated the country of origin for the items quoted? Whether technical literature / catalogue enclosed? Whether confirmed that all spares & consumables will be supplied for a minimum period of 10 years? For Foreign Bidders - Whether offered FOB / FCA port of despatch including sea / air worthy packing & forwarding? For Foreign Bidders Whether port of shipment indicated. To specify: For Indian bidders Whether indicated the place from where the goods will be dispatched. To specify : For Indian bidders Whether road transportation charges up to Duliajan quoted? For Indian Bidders only - Whether offered Exworks price including packing/forwarding charges? 24 Whether Indian Agent applicable?

26 If YES, whether following details of Indian Agent provided? (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? Whether weight & volume of items offered indicated? Whether Pre-despatch/shipment inspection & testing of the Pumps quoted? Whether charges towards Predespatch/shipment inspection & testing of the Pump applicable? If Pre-despatch/shipment inspection & testing charges applicable, whether quoted separately? Whether confirmed to submit PBG as asked for in NIT? Whether agreed to submit PBG within 30 days of placement of order? For Indian Bidders only - Whether indicated import content in the offer? For Indian Bidders only - Whether deemed export quoted? For Indian Bidders only Whether all applicable Taxes & Duties have been quoted? 35 Whether all BRC/BEC clauses accepted? 36 Whether Integrity pact with digital signature uploaded? OFFER REF NAME OF THE BIDDER

Oil India Limited (A Govt. Of India Enterprise)

Oil India Limited (A Govt. Of India Enterprise) Oil India Limited (A Govt. Of India Enterprise) P.O. DULIAJAN 786 602 DIST. DIBRUGARH ASSAM, INDIA FAX : 91 374 2800533 EMAIL : material@oilindia.in WEBSITE : www.oil-india.com TENDER NO. : SDG5613P10/07

More information

IMPORTANT NOTE (C) SENIOR ADVISER (CONTRACT & PURCHASE), OIL INDIA LIMITED PLOT NO.19, SECTOR - 16A NOIDA

IMPORTANT NOTE (C) SENIOR ADVISER (CONTRACT & PURCHASE), OIL INDIA LIMITED PLOT NO.19, SECTOR - 16A NOIDA 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

More information

IMPORTANT NOTE (C) SENIOR ADVISER(CONTRACT & PURCHASE), OIL INDIA LIMITED, PLOT NO. 19 SECTOR 16A NOIDA

IMPORTANT NOTE (C) SENIOR ADVISER(CONTRACT & PURCHASE), OIL INDIA LIMITED, PLOT NO. 19 SECTOR 16A NOIDA 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

More information

Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan , Assam

Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan , Assam Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan 786602, Assam Tender No. & Date: SDG 1468P17/07 dated: 14.06.2016 Tender Fee : INR 6,000.00 OR USD 100.00 Bid Security Amount : INR 105,340.00

More information

IMPORTANT NOTE (C) SENIOR ADVISER(CONTRACT & PURCHASE), OIL INDIA LIMITED, 5, SIKANDRA ROAD, NEW DELHI

IMPORTANT NOTE (C) SENIOR ADVISER(CONTRACT & PURCHASE), OIL INDIA LIMITED, 5, SIKANDRA ROAD, NEW DELHI 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

More information

IMPORTANT NOTE (C) SENIOR ADVISER (CONTRACT & PURCHASE), OIL INDIA LIMITED PLOT NO.19, SECTOR - 16A NOIDA

IMPORTANT NOTE (C) SENIOR ADVISER (CONTRACT & PURCHASE), OIL INDIA LIMITED PLOT NO.19, SECTOR - 16A NOIDA 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

More information

OIL INDIA LIMITED Fax (A Govt. of India Enterprise) Udyan Vihar, Narengi, Guwahati, Assam

OIL INDIA LIMITED Fax (A Govt. of India Enterprise) Udyan Vihar, Narengi, Guwahati, Assam OIL INDIA LIMITED Fax-91 0361 2643686 (A Govt. of India Enterprise) Email-oilmatpl@oilindia.in Udyan Vihar, Narengi, Guwahati, Assam OIL INDIA LIMITED invites sealed tenders for the following: Tender No.

More information

Oil India Limited (A Govt. Of India Enterprise)

Oil India Limited (A Govt. Of India Enterprise) Oil India Limited (A Govt. Of India Enterprise) P.O. DULIAJAN 786 602 DIST. DIBRUGARH ASSAM, INDIA FAX : 91 374 2800533 EMAIL : material@oilindia.in WEBSITE : www.oil-india.com TENDER NO. : SDG3271P10/07

More information

SKID MOUNTED PORTABLE DIESEL ENGINE DRIVEN CENTRIFUGAL SUMP PUMP SET INSTALLATION& COMMISSIONING 10 INSTALLATION& COMMISSIONING 1 AU

SKID MOUNTED PORTABLE DIESEL ENGINE DRIVEN CENTRIFUGAL SUMP PUMP SET INSTALLATION& COMMISSIONING 10 INSTALLATION& COMMISSIONING 1 AU Page:1/1 OIL INDIA LIMITED (AGovt.OfIndiaEnterprise) Tel :03322301657,1658 4, India Exchange Place, Fax :91 33 2230 2596 Kolkata-700001 E-mail:oilcalmn@oilindia.in Tender No.& Date : KID2835L17/08 26.10.2016

More information

Material Description Quantity UOM

Material Description Quantity UOM Page : 1 / 4 OIL INDIA LIMITED (A Govt. of India Enterprise) P.O. Duliajan-786602, Assam. Fax No. 91-374-2800533, E-mail:material@oilindia.in Bid Security Amount : INR 0.00 OR USD 0.00 (or equivalent Amount

More information

Phone:

Phone: KERALA AGRICULTURAL UNIVERSITY AGRICULTURAL RESEARCH STATION MANNUTHY 68065. THRISSUR Phone: 0487-37076 Email : arsmannuthy@kau.in RE-TENDER NOTICE No. B/400/ dated 0/03/06 Sealed tenders are invited for

More information

Bharat Heavy Electricals Limited (High Pressure Boiler Plant) Tiruchirappalli , TAMIL NADU, INDIA CAPITAL EQUIPMENT / MATERIALS MANAGEMENT

Bharat Heavy Electricals Limited (High Pressure Boiler Plant) Tiruchirappalli , TAMIL NADU, INDIA CAPITAL EQUIPMENT / MATERIALS MANAGEMENT An ISO 9001 Company (High Pressure Boiler Plant) Tiruchirappalli 620014, TAMIL NADU, INDIA CAPITAL EQUIPMENT / MATERIALS MANAGEMENT ENQUIRY NOTICE INVITING TENDER Phone: +91 431 257 79 38 Fax : +91 431

More information

: Material Description Quantity UOM

: Material Description Quantity UOM Page : 1 / 6 OIL INDIA LIMITED (A Govt. Of India Enterprise) Tel :033 2230 1657, 1658 4, India Exchange Place, Fax :91 33 2230 2596 Kolkata-700001 E-mail :oilcalmn@cal2.vsnl.net.in ANNEXURE-I Item No./

More information

Open Tender Enquiry OUTSOURCING OF PHOTOCOPY WORK AT SCOOTERS INDIA LIMITED SINGLE BID SYSTEM. SCOOTERS INDIA LIMITED Page 1

Open Tender Enquiry OUTSOURCING OF PHOTOCOPY WORK AT SCOOTERS INDIA LIMITED SINGLE BID SYSTEM. SCOOTERS INDIA LIMITED Page 1 Open Tender Enquiry OUTSOURCING OF PHOTOCOPY WORK AT SCOOTERS INDIA LIMITED SINGLE BID SYSTEM SCOOTERS INDIA LIMITED Page 1 THIS PAGE INTENTIONALLY LEFT BLANK SCOOTERS INDIA LIMITED Page 2 SCOOTERS INDIA

More information

Material Description Quantity UOM. 50 mm (2 Inch) NB, ANSI 1500 CLASS Control Valves for Oil Field (Sweet) Natural Gas Services:

Material Description Quantity UOM. 50 mm (2 Inch) NB, ANSI 1500 CLASS Control Valves for Oil Field (Sweet) Natural Gas Services: Page : 1 / 5 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 : DFD4576L15/07 12.08.2014 Bid Security Amount

More information

Supply of Batteries

Supply of Batteries Supply of Batteries 207-8 SUPPLY OF BATTERIES OF VARIOUS RATINGS E-PROCUREMENT (REVERSE AUCTION) NIT No: 07/ 207-8 Name of the work Supply of Batteries to our Branches / Offices /ATM Completion Time EMD

More information

Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan , Assam. Tender Fee : INR 4, OR USD Bid Security Amount : Applicable

Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan , Assam. Tender Fee : INR 4, OR USD Bid Security Amount : Applicable Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan 786602, Assam Tender No. & Date : SDG6435P13/09 22.06.2012 Tender Fee : INR 4,500.00 OR USD 100.00 Bid Security Amount : Applicable Telephone

More information

Material Description Quantity UOM ELECTRIC MOTOR DRIVEN, SKID MOUNTED, RECIPROCATING PLUNGER TYPE CHEMICAL DOSING PUMP.

Material Description Quantity UOM ELECTRIC MOTOR DRIVEN, SKID MOUNTED, RECIPROCATING PLUNGER TYPE CHEMICAL DOSING PUMP. Page : 1 / 6 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 : DFD1192L17/06 20.05.2016 Bid Security Amount

More information

INVITATION FOR QUOTATION. TEQIP-III/2018/uceo/Shopping/48

INVITATION FOR QUOTATION. TEQIP-III/2018/uceo/Shopping/48 INVITATION FOR QUOTATION TEQIP-III/2018/uceo/Shopping/48 29-Dec-2018 To, Sub: Invitation for Quotations for supply of Goods Dear Sir, 1. You are invited to submit your most competitive quotation for the

More information

TECHNICAL BID T 3627

TECHNICAL BID T 3627 TECHNICAL BID T 3627 Supply of Mechanical Measuring Instruments for TMD-II OF UKAI TPS. Due on At 3.30 P.M. (if Possible) EMD paid YES / NO EMD D. D. No. Date : OR SSI / NSIC Certification Number : Duly

More information

4.1 Type of the valve and materials of construction of body and trim shall be as specified in valve Data sheet.

4.1 Type of the valve and materials of construction of body and trim shall be as specified in valve Data sheet. SHEET 1 OF 5 1.0 GENERAL & SCOPE 1.1 This specification covers the design, material, construction features, manufacture, inspection & testing, Painting and packing requirements of Spring Loaded Bypass

More information

Technical Specification for Electric Motor Driven, Skid Mounted Chemical Dosing Pump:

Technical Specification for Electric Motor Driven, Skid Mounted Chemical Dosing Pump: Page:1/5 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 : DFD1892L09/08 23.01.2009 Bid Security Amount

More information

Supply, Installation and Commissioning of 1 No 50 Watt LED. based SPV SLS at Nadia District Library, Krishna Nagar, Nadia.

Supply, Installation and Commissioning of 1 No 50 Watt LED. based SPV SLS at Nadia District Library, Krishna Nagar, Nadia. Supply, Installation and Commissioning of 1 No 50 Watt LED based SPV SLS at Nadia District Library, Krishna Nagar, Nadia. TENDER DOCUMENT. (A Govt. of West Bengal Company) Bikalpa Shakti Bhavan, Plot J1/10,

More information

ELECTRIC MOTOR DRIVEN, SKID MOUNTED CHEMICAL DOZING PUMP. The motor shall be 3 phase, squirrel cage, AC Induction motor.

ELECTRIC MOTOR DRIVEN, SKID MOUNTED CHEMICAL DOZING PUMP. The motor shall be 3 phase, squirrel cage, AC Induction motor. Page:1/5 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 : DFD0792L09/08 21.10.2008 Bid Security Amount

More information

SPECIFICATIONS OF ITEMS ANNEXURE-1A Sr. No. Item specification Qty. (in nos.) 1 Computer chair with armrest Approximate Size: Width 64 cm Depth 64cm Height 81.0-93.5 cm Seat Height 42-54.5 as Godrej Model

More information

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX 1125 216 E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 BID # 29-17-18 FOR: One Standby Diesel Pump for Lift Station OPENING DATE: May 22, 2018

More information

INDIAN INSTITUTE OF TECHNOLOGY, KANPUR DEPARTMENT OF ELECTRICAL ENGINEERING

INDIAN INSTITUTE OF TECHNOLOGY, KANPUR DEPARTMENT OF ELECTRICAL ENGINEERING To, Ref No: IIT/ EE/SMART CITY/INVERTER AND BATTERY SET/2015/02 INVITATION FOR QUOTATIONS FOR SUPPLY OF THE FOLLOWING ITEMS REQUIRED FOR SMART CITY PILOT PROJECT AT IIT KANPUR S.No. Brief Description of

More information

020: 2013 CEB SPECIFICATION MINIATURE CIRCUIT BREAKER (MCB)

020: 2013 CEB SPECIFICATION MINIATURE CIRCUIT BREAKER (MCB) 020: 2013 CEB SPECIFICATION MINIATURE CIRCUIT BREAKER (MCB) CEYLON ELECTRICITY BOARD SRI LANKA Telephone: +94 11 232 0953 Fax: +94 11 232 3935 CONTENTS Page 1.0 Scope 3 2.0 System Parameters 3 3.0 Service

More information

Supply of 63 kva DIESEL GENERATOR SET WITH AMF

Supply of 63 kva DIESEL GENERATOR SET WITH AMF No. NIQ/INKEL/2015-16/162 24 TH Nov 2015 NOTICE INVITING QUOTATION Sealed Quotations are invited for and on behalf of INKEL Limited, having its registered office at INKEL Centre, Off Vallathol junction,

More information

TECHNICAL SPECIFICATION FOR 11 KV AUTOMATIC CAPACITOR SWITCH

TECHNICAL SPECIFICATION FOR 11 KV AUTOMATIC CAPACITOR SWITCH TECHNICAL SPECIFICATION FOR 11 KV AUTOMATIC CAPACITOR SWITCH MAHARASHTRA STATE ELECTRICITY DISTRIBUTION COMPANY LTD. PAGE 1 OF 7 TECHNICAL SPECIFICATION FOR 11 KV AUTOMATIC CAPACITOR SWITCH 1.0 SCOPE:

More information

NIT No.:-10/WEX/MCR/HYD. PRESS/2-303/ /Dt

NIT No.:-10/WEX/MCR/HYD. PRESS/2-303/ /Dt Annexure-1 NIT No.:-/WEX/MCR/HYD. PRESS/2-303/21-12/Dt.02.03.22 Name of work:-retrofitting of new hydraulic power pack on 63 Ton Hydraulic Press, Plan No.1/2-303 SCOPE OF SUPPLY AND WORK: 1.0 Purpose of

More information

GUJARAT NARMADA VALLEY FERTILIZERS COMPANY LIMITED MTPA PAC PROJECT SECTION 6 ANNEXURE 4.7 SPARES, INSP AGENCY & DOCUMENTATION

GUJARAT NARMADA VALLEY FERTILIZERS COMPANY LIMITED MTPA PAC PROJECT SECTION 6 ANNEXURE 4.7 SPARES, INSP AGENCY & DOCUMENTATION A. SPARE PARTS Outline for the supply of Spare Parts for various items is as elaborated below: A-1 MACHINERY Commissioning spares will be as per the manufacturer s recommendations. For 2 years of normal

More information

Oil India Limited (A Govt. Of India Enterprise)

Oil India Limited (A Govt. Of India Enterprise) Oil India Limited (A Govt. Of India Enterprise) P.O. DULIAJAN 786 602 DIST. DIBRUGARH ASSAM, INDIA FAX : 91 374 2800533 EMAIL : material@oilindia.in WEBSITE : www.oil-india.com TENDER NO. : SDG3269P10/07

More information

HALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1

HALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1 Page 1 TENDER OF: ADDRESS: CONTACT NAME: TELEPHONE: FAX #: GST REGISTRATION #: To furnish and deliver equipment in accordance with specifications annexed hereto. The undersigned bidder has carefully examined

More information

شركة كهرباء محافظة القدس المساهمة المحدودة

شركة كهرباء محافظة القدس المساهمة المحدودة Our Ref: Date: Messrs. Dear Sir, Tender 22/2017 (re-bidding) 11& 33Kv Fuse Cutouts and Links You are kindly requested to bid for supply and delivery (DDP) for the medium voltage overhead line accessories

More information

TECHNICAL SPECIFICATION

TECHNICAL SPECIFICATION TENDER DOCUMENT NIT No.: DLI/C&E/WI-665/292 FOR Tender for Design, Engineering, Supply, installation, testing & commissioning of HOIST PACKAGE AND ASSOCIATED WORKS for the project of Augmentation of Raw

More information

TOWN OF GRAND FALLS-WINDSOR

TOWN OF GRAND FALLS-WINDSOR TOWN OF GRAND FALLS-WINDSOR TENDER FOR ONE NEW 2018 ZERO TURN 25 HP INDUSTRIAL LAWN MOWER TENDER #18032805 General Conditions 1. All taxes must be included. 2. Unit shall not be a prototype, must be in

More information

INDIAN MARITIME UNIVERSITY KOLKATA CAMPUS

INDIAN MARITIME UNIVERSITY KOLKATA CAMPUS INDIAN MARITIME UNIVERSITY KOLKATA CAMPUS No. IMU-KC/Laboratory Equipment/16-17 Date: 17.02.2017 Sub: Quotation for procurement of Instruments for Electrical Machine Laboratory at IMU-Kolkata Campus Sealed

More information

OIL INDIA LIMITED (A Govt. of India Enterprise) P.O. Duliajan , Assam

OIL INDIA LIMITED (A Govt. of India Enterprise) P.O. Duliajan , Assam OIL INDIA LIMITED (A Govt. of India Enterprise) P.O. Duliajan 786602, Assam Telephone No. (91-374) 2808720 Fax No: (91-374) 2800533 Email: materials@oilindia.in; erp_mm@oilindia.in Tender No. & Date :

More information

TENDER FOR DG SET. Tender for DG SET. POCKET-14, SECTOR-8, PHASE-1, DWARKA, NEW DELHI Website: TENDER DOCUMENTS FOR

TENDER FOR DG SET. Tender for DG SET. POCKET-14, SECTOR-8, PHASE-1, DWARKA, NEW DELHI Website:  TENDER DOCUMENTS FOR Cost of the Tender Form - Rs.500/- (Rupees Five Hundred only) Tender Form No.MCI/TENDER DGSET/2018 Tender for DG SET MEDICAL COUNCIL OF INDIA POCKET-14, SECTOR-8, PHASE-1, DWARKA, NEW DELHI 110 077 Website:

More information

Hydraulic Fittings. Design, Manufacture, Distribution

Hydraulic Fittings. Design, Manufacture, Distribution Hydraulic Fittings Design, Manufacture, Distribution Hydraulic Fittings are exclusively distributed by Beaumanor Engineering Ltd of Leicester and manufactured by Balu Auto Components of Chennai India,

More information

GUWAHATI MUNICIPAL CORPORATION WATER WORKS :: PANBAZAR GUWAHATI

GUWAHATI MUNICIPAL CORPORATION WATER WORKS :: PANBAZAR GUWAHATI GUWAHATI MUNICIPAL CORPORATION WATER WORKS :: PANBAZAR GUWAHATI-781001 DETAILED QUOTATION NOTICE & DOCUMENTS NAME OF WORK:- Annual quotation for supply of spare parts for machineries for the year 2017-2018.

More information

Model GP Triplex Ceramic Plunger Pump Operating Instructions/ Manual

Model GP Triplex Ceramic Plunger Pump Operating Instructions/ Manual Model GP6145-3100 Triplex Ceramic Plunger Pump Operating Instructions/ Manual Contents: Installation Instructions: page 2 Pump Specifications: page 3 Exploded View: page 4 Parts List / Kits: page 5 Repair

More information

Tender documents for supply, erection & commissioning of Plante Type Battery to 2x210 MW IB Thermal Power Station.

Tender documents for supply, erection & commissioning of Plante Type Battery to 2x210 MW IB Thermal Power Station. ORISSA POWER GENERATION CORPORATION LIMITED IB THERMAL POWER STATION AT/P.O: BANHARPALI, DIST: JHARSUGUDA, PIN: 768234 (ORISSA), INDIA GRAM: IB THERMAL, TEL: 06645-222209/222210, FAX: 06645-222209/54/30

More information

Model BP6150. Triplex Ceramic Plunger Pump Operating Instructions/ Manual

Model BP6150. Triplex Ceramic Plunger Pump Operating Instructions/ Manual Model BP6150 Triplex Ceramic Plunger Pump Operating Instructions/ Manual Contents: Installation Instructions: page 2 Pump Specs: page 3 Exploded View: page 4 Parts List / Kits Torque Specifications: page

More information

THE ORIENTAL INSURANCE CO.LTD. REGIONAL OFFICE: IDA Building 4 th Floor, 7,Race Course Road, Indore (M.P.) REQUIREMENT

THE ORIENTAL INSURANCE CO.LTD. REGIONAL OFFICE: IDA Building 4 th Floor, 7,Race Course Road, Indore (M.P.) REQUIREMENT THE ORIENTAL INSURANCE CO.LTD. REGIONAL OFFICE: IDA Building 4 th Floor, 7,Race Course Road, Indore -452003 (M.P.) ANNEXURE -III REQUIREMENT OICL intends to procure reputed brand Exide or Amara Raja or

More information

INVITATION FOR QUOTATION. TEQIP-III/2018/ntst/Shopping/35

INVITATION FOR QUOTATION. TEQIP-III/2018/ntst/Shopping/35 INVITATION FOR QUOTATION TEQIP-III/2018/ntst/Shopping/35 29-Dec-2018 To, Sub: Invitation for Quotations for supply of Goods Dear Sir, 1. You are invited to submit your most competitive quotation for the

More information

AIRPORTS AUTHORITY OF INDIA OFFICE OF THE AIRPORT DIRECTOR ल. ग. ब. हव ई L G B I AIRPORT, GUWAHATI TECHNICAL DIRECTORATE क ट शन

AIRPORTS AUTHORITY OF INDIA OFFICE OF THE AIRPORT DIRECTOR ल. ग. ब. हव ई L G B I AIRPORT, GUWAHATI TECHNICAL DIRECTORATE क ट शन AIRPORTS AUTHORITY OF INDIA OFFICE OF THE AIRPORT DIRECTOR ल. ग. ब. हव ई L G B I AIRPORT, GUWAHATI TECHNICAL DIRECTORATE क ट शन Notice inviting Quotation Document No.AAI/GHT/E&M-01(Tyres) क लए व हन -,

More information

Inviting Tenders for Supply, Installation, Testing and Commissioning of 500 KVA DG Set for Temperature Controlled Warehouse at Medchal, Hyderabad.

Inviting Tenders for Supply, Installation, Testing and Commissioning of 500 KVA DG Set for Temperature Controlled Warehouse at Medchal, Hyderabad. Inviting Tenders for Supply, Installation, Testing and Commissioning of 500 KVA DG Set for Temperature Controlled Warehouse at Medchal, Hyderabad. Amendment to Tender Reference No. BL/LI/CC/HYD/22 Date

More information

TECHNICAL SPECIFICATIONS FOR 11KV AIR BREAK (A.B.) SWITCHES :

TECHNICAL SPECIFICATIONS FOR 11KV AIR BREAK (A.B.) SWITCHES : TECHNICAL SPECIFICATIONS FOR 11KV AIR BREAK (A.B.) SWITCHES : 1. SCOPE : This specification covers design, manufacturing, testing at manufacturer s works, inspection, packing & delivery of 11 KV Air Break

More information

TECHNICAL SPECIFICATIONS FOR 380/410 KVA, 6 CYLINDER DIESEL GENERATOR SET PACKAGED BY SCOPE OF SUPPLY FOR DIESEL GENERATING SET PACKAGE

TECHNICAL SPECIFICATIONS FOR 380/410 KVA, 6 CYLINDER DIESEL GENERATOR SET PACKAGED BY SCOPE OF SUPPLY FOR DIESEL GENERATING SET PACKAGE MAHINDRA TECHNICAL SPECIFICATIONS FOR 380/410 KVA, 6 CYLINDER DIESEL GENERATOR SET PACKAGED BY ENGINE: Mahindra Scania Internal Combustion (IC) Diesel Engine conforming to BS5514 Standards CPCB Emission

More information

Tender No:- MTL/PUR/213/Elect/ (K)/9. 2 NEW Moulded case Circuit Breaker with O/L & S/C No 02

Tender No:- MTL/PUR/213/Elect/ (K)/9. 2 NEW Moulded case Circuit Breaker with O/L & S/C No 02 Tender No:- MTL/PUR/213/Elect/2015-16 (K)/9 Date:-26/10/2016 Type Of Bid Bidding type Bid closing On Bid Opening On EMD : LIMITED TENDER : Single Bid : 18/11/2016 at 14.00 hrs.(ist) : : As per Annexure

More information

Section V DC Nickel Cadmium Alkaline BATTERY

Section V DC Nickel Cadmium Alkaline BATTERY Section - 7 TECHNICAL SPECIFICATION OF 110V DC Nickel Cadmium Alkaline BATTERY TECHNICAL SPECIFICATIONS & REQUIREMENTS OF 110V DC Nickel Cadmium Alkaline Battery 7. 1 GENERAL This section of the document

More information

DIESEL GENERATOR NO.9 OVER HAUL SERVICE AND MAINTENACE LOCATION: TATA CHEMICLAS MAGADI POWER STATION (LAKE MAGADI)

DIESEL GENERATOR NO.9 OVER HAUL SERVICE AND MAINTENACE LOCATION: TATA CHEMICLAS MAGADI POWER STATION (LAKE MAGADI) DIESEL GENERATOR NO.9 OVER HAUL SERVICE AND MAINTENACE ENGINE NO. 84HESL8MK214125 ENGINE MAKE/MODEL: MIRRLEES BLACKSTONE (ATAMFORD) TYPE-----------ESL8MK2 KW-------------1031 LOCATION: TATA CHEMICLAS MAGADI

More information

Section VI: List of Requirements (REVISED)

Section VI: List of Requirements (REVISED) As per Technical Specifications attached in Section VII Date: 18/06/2018 of Electrical Items With reference to the above tender, the following Corrigendum may kindly be noted against the Section VI, Section

More information

BHARAT HEAVY ELECTRICALS LIMITED Industrial Valves Plant Goindwal (AMRITSAR) Enquiry Date:

BHARAT HEAVY ELECTRICALS LIMITED Industrial Valves Plant Goindwal (AMRITSAR) Enquiry Date: BHARAT HEAVY ELECTRICALS LIMITED Industrial Valves Plant Goindwal 143422 (AMRITSAR) ENQUIRY Phone:+91 1859 223381 (+91 1859 222002, 222036, 222039 Extn 117) Fax :+91 1859 222 061 Email :srk@ivp.bhel.co.in

More information

High Commission of India Colombo CORRIGENDUM

High Commission of India Colombo CORRIGENDUM High Commission of India Colombo CORRIGENDUM Reference Tender. COL/COM/228/8/2011-Vhc dated 26 October 2016 for Supply and Delivery of Vehicles for the Faculties of Engineering and Agriculture, University

More information

Solar Energy Corporation of India Limited New Delhi Expression of Interest for Setting up of Solar PV Manufacturing Capacities in India

Solar Energy Corporation of India Limited New Delhi Expression of Interest for Setting up of Solar PV Manufacturing Capacities in India SECI/SD/EoI/20000 MW Mfg./I/2017 18.12.2017 Expression of Interest for Setting up of Solar PV Manufacturing Capacities in India 1. Objective of EOI: SECI intends to invite Expression of Interest from the

More information

SUPPLY OF HYDRAULIC AERIAL LADDER PLATFORM

SUPPLY OF HYDRAULIC AERIAL LADDER PLATFORM Page 1 of 13 SUPPLY OF HYDRAULIC AERIAL LADDER PLATFORM Sr. Name of firm No 1 NK Fire and Safety GIDC phase 1,opp. Anand Tiles, Wadhwan Dist. Surendranagar Gujarat Tender clause ref./tender Terms/Specifications

More information

Ref:CL/Mech./ Cal /BID-01(13-14) Date: 10 July 2013

Ref:CL/Mech./ Cal /BID-01(13-14) Date: 10 July 2013 Ref:CL/Mech./ Cal /BID-0(3-4) Date: 0 July 203 SUBJECT: Procurement of Calibration Services for the Equipments in Central Laboratory (Mechanical). Dear Sirs, Technical & Commercial Bids are invited for

More information

SPECIFICATION OF TRUCK MOUNTED MOBILE OIL SPILL RECOVERY UNIT MOSRU Lts.

SPECIFICATION OF TRUCK MOUNTED MOBILE OIL SPILL RECOVERY UNIT MOSRU Lts. SPECIFICATION OF TRUCK MOUNTED MOBILE OIL SPILL RECOVERY UNIT MOSRU - 6000 Lts. GENERAL:- The Vehicle Mounted Suction Unit shall be robust in construction and shall be used to create a vacuum for syphoning

More information

INVITATION FOR QUOTATION. TEQIP-II/2015/GJ1G02/Shopping/M-EE-09

INVITATION FOR QUOTATION. TEQIP-II/2015/GJ1G02/Shopping/M-EE-09 INVITATION FOR QUOTATION TEQIP-II/2015/GJ1G02/Shopping/M-EE-09 02-Dec-2015 Sub: Invitation for Quotations for supply of Goods Dear Sir, 1. You are invited to submit your most competitive quotation for

More information

INVITATION FOR QUOTATION. TEQIP-III/2018/gcej/Shopping/50

INVITATION FOR QUOTATION. TEQIP-III/2018/gcej/Shopping/50 INVITATION FOR QUOTATION TEQIP-III/2018/gcej/Shopping/50 15-Sep-2018 To, Sub: Invitation for Quotations for supply of Goods Dear Sir, 1. You are invited to submit your most competitive quotation for the

More information

FORWARDING LETTER. Sub: Tender No. SDG8781P19/09 for SUPPLY OF EMD CHEMICAL DOSING PUMP.

FORWARDING LETTER. Sub: Tender No. SDG8781P19/09 for SUPPLY OF EMD CHEMICAL DOSING PUMP. MATERIALS DEPARTMENT P.O. DULIAJAN 786 602 DIST. DIBRUGARH ASSAM, INDIA PHONE : 0374 2808720 FAX : 0374 2800533 EMAIL: mmfd1@oilindia.in Ref No. FD09-1417402/05092018 Date:28.07.2018 FORWARDING LETTER

More information

SPECIFICATION FOR REWIRABLE FUSES (KITKAT FUSES) 100A & 200A SPECIFICATION NO.: DIST/ A- KIT /

SPECIFICATION FOR REWIRABLE FUSES (KITKAT FUSES) 100A & 200A SPECIFICATION NO.: DIST/ A- KIT / SPECIFICATION FOR REWIRABLE FUSES (KITKAT FUSES) 100A & 200A SPECIFICATION NO.: DIST/ A- KIT / 2005-06 SR.NO ITEM PAGE 1. SCOPE 2 2. WEATHER CONDITIONS 2 3. RATED VOLTAGE & FREQUENCY 2 4. GENERAL REQUIREMENT

More information

Not to be reproduced without permission Last date for receipt of BIS or used as STANDARD of comments 15 September 2011

Not to be reproduced without permission Last date for receipt of BIS or used as STANDARD of comments 15 September 2011 For Comments Only Doc: TED 19(821)W July 2011 Draft Indian Standard SHIPBUILDING TESTING OF MARINE DIESEL ENGINES- CODE OF PRACTICE (Second Revision of IS 3979) Not to be reproduced without permission

More information

P SERIES PUMPS. 18mm Versions Nickle-Aluminum Bronze Models: P , P , P , P , P , P , P

P SERIES PUMPS. 18mm Versions Nickle-Aluminum Bronze Models: P , P , P , P , P , P , P P200-3100 SERIES PUMPS 18mm Versions Nickle-Aluminum Bronze Models: P217-3100, P218-3100, P219-3100, P220-3100, P221-3100, P227-3100, P230-3100 Triplex Ceramic Plunger Pump Operating Instructions/ Repair

More information

SPECIFICATIONS FOR MOTOR OPERATED VALVES

SPECIFICATIONS FOR MOTOR OPERATED VALVES Doc No: 254625-300-SP-INT-004 Rev: B Page 1 of 11 SPECIFICATIONS FOR MOTOR OPERATED VALVES Hindustan Petroleum Corporation Ltd Visakha Dispatch Station VR-ATP Area, Naval Base Post Visakhapatnam - 530

More information

TECHNICAL SPECIFICATION FOR SHACKLE HARDWARE FITTINGS SUITABLE FOR TENSION STRING TO BE USED FOR 11KV LINE

TECHNICAL SPECIFICATION FOR SHACKLE HARDWARE FITTINGS SUITABLE FOR TENSION STRING TO BE USED FOR 11KV LINE TECHNICAL SPECIFICATION FOR SHACKLE HARDWARE FITTINGS SUITABLE FOR TENSION STRING TO BE USED FOR 11KV LINE The hardware fittings suitable for tension string to be used for 11KV consisting of following

More information

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators 1 City of Hammond Purchasing Department RFP # 15-33 General Maintenance and Repair Service Contract City Generators Proposals Shall Be Received by the Purchasing Department, City of Hammond 310 East Charles

More information

CENTRAL UNIVERSITY OF JHARKHAND, RANCHI

CENTRAL UNIVERSITY OF JHARKHAND, RANCHI CENTRAL UNIVERSITY OF JHARKHAND, RANCHI (A Central University established by an Act of Parliament in 2009) Ref no. CUJ/ P&S/EE/266/24 Dated:23-04-24 Sealed quotations are invited for the article enclosed

More information

INVITATION FOR QUOTATION. TEQIP-III/2018/mmug/Shopping/29 To,

INVITATION FOR QUOTATION. TEQIP-III/2018/mmug/Shopping/29 To, INVITATION FOR QUOTATION TEQIP-III/2018/mmug/Shopping/29 To, 04-July-2018 Sub: Invitation for Quotations for supply of Goods Dear Sir, 1. You are invited to submit your most competitive quotation for the

More information

EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS. Tender Call General Instructions General Requirements Specifications...

EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS. Tender Call General Instructions General Requirements Specifications... TENDER MOCR03072014 EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS Tender Call...... 2 General Instructions... 3 General Requirements...... 4 Specifications... 5 Form of Tender... 6 TENDER MOCR03072014

More information

For BIS Use Only Doc: CED 50(7436) BUREAU OF INDIAN STANDARDS

For BIS Use Only Doc: CED 50(7436) BUREAU OF INDIAN STANDARDS For BIS Use Only Doc: CED 50(7436) BUREAU OF INDIAN STANDARDS DRAFT FOR COMMENTS ONLY (Not to be reproduced without the permission of BIS or used as an Indian Standard) Draft Indian Standard SPECIFICATION

More information

TABLE OF CONTENTS DESCRIPTION PAGE

TABLE OF CONTENTS DESCRIPTION PAGE TABLE OF CONTENTS DESCRIPTION PAGE BLOCK-HOOK COMBO...2 ROTARY SWIVEL...3 ROTARY TABLE...4 MKP STYLE SSW-40...5 MKF SERIES TRIPLEX MUD PUMPS... 6-8 MKP-165...9 MKP-275 TRIPLEX MUD PUMP...10 MKP-550 TRIPLEX

More information

TECHNICAL SPECIFICATION FOR 11 KV CAPACITOR BANK

TECHNICAL SPECIFICATION FOR 11 KV CAPACITOR BANK TECHNICAL SPECIFICATION FOR 11 KV CAPACITOR BANK MAHARASHTRA STATE ELECTRICITY DISTRIBUTION COMPANY LTD. PAGE 1 OF 7 TECHNICAL SPECIFICATION FOR 11 KV.CAPACITOR BANK 1.0 SCOPE: This specification covers

More information

Town of Digby. Tender Equipment Purchase Fire Truck Pumper/Tanker

Town of Digby. Tender Equipment Purchase Fire Truck Pumper/Tanker Town of Digby Tender Equipment Purchase Fire Truck Pumper/Tanker CONTENTS Tender Call...2 General Instructions. 3 General Requirements.4 Specifications: Tender Form.. 8 Page 1 of 8 TENDER CALL Equipment

More information

Models GP5132, GP5136, GP5142 & GP5145. Triplex Ceramic Plunger Pump Operating Instructions / Manual

Models GP5132, GP5136, GP5142 & GP5145. Triplex Ceramic Plunger Pump Operating Instructions / Manual Models GP5132, GP5136, GP5142 & GP5145 Triplex Ceramic Plunger Pump Operating Instructions / Manual Updated 07/14 Contents: Installation Instructions: page 2 Pump Specifications: page 3 Exploded View:

More information

SPECIFICATION FOR HARDWARE FITTINGS SUITABLE FOR TENSION STRING TO BE USED FOR 11KV/22KV LINE

SPECIFICATION FOR HARDWARE FITTINGS SUITABLE FOR TENSION STRING TO BE USED FOR 11KV/22KV LINE SPECIFICATION FOR HARDWARE FITTINGS SUITABLE FOR TENSION STRING TO BE USED FOR 11KV/22KV LINE The hardware fittings suitable for tension string to be used for 11KV / 22 KV consisting of following components.

More information

ANNEX 2. Scope of Works 1.0. Introduction. The United. joint pipes and lengths, iv items. and testing. all tests and 2.0.

ANNEX 2. Scope of Works 1.0. Introduction. The United. joint pipes and lengths, iv items. and testing. all tests and 2.0. ANNEX 2 Pre Shipment Inspectionn and Testing of Ductile Iron Pipes Scope of Works 1.0 Introduction The United Nation intends to procure ductile iron pipes, fittings and valves from China and Italy. The

More information

Model GP5128HS. Hydraulic Drive Pump. Triplex Ceramic Plunger Pump Operating Instructions / Manual

Model GP5128HS. Hydraulic Drive Pump. Triplex Ceramic Plunger Pump Operating Instructions / Manual Model GP5128HS Hydraulic Drive Pump Triplex Ceramic Plunger Pump Operating Instructions / Manual Contents: Installation Instructions: page 2 Pump Specifications: page 3 Exploded View: page 4 Parts List:

More information

Air Operated Double Diaphragm Pump. M-Pump ½ Metallic Non Metallic Pump INSTALLATION, OPERATION & MAINTENANCE MANUAL

Air Operated Double Diaphragm Pump. M-Pump ½ Metallic Non Metallic Pump INSTALLATION, OPERATION & MAINTENANCE MANUAL Air Operated Double Diaphragm Pump M-Pump ½ Metallic Non Metallic Pump INSTALLATION, OPERATION & MAINTENANCE MANUAL 0.5 I.O.M rev 05. 12/2015 INDEX Title Section Introduction.1 Safety.2 Warranty, General

More information

MAHARASHTRA NATURAL GAS LIMITED

MAHARASHTRA NATURAL GAS LIMITED Replies to Queries of the Bidders Date: 15.09.2018 SUB: Replies to queries of the bidders against Tender for Procurement of Natural Gas RPD & Turbine Meters with EVC for CGD Network of MNGL, Pune REF:

More information

TECHNICAL MANUAL OPERATOR'S, ORGANIZATIONAL, DIRECT SUPPORT AND GENERAL SUPPORT MAINTENANCE MANUAL

TECHNICAL MANUAL OPERATOR'S, ORGANIZATIONAL, DIRECT SUPPORT AND GENERAL SUPPORT MAINTENANCE MANUAL TECHNICAL MANUAL OPERATOR'S, ORGANIZATIONAL, DIRECT SUPPORT AND GENERAL SUPPORT MAINTENANCE MANUAL COMPRESSOR, ROTARY; AIR, SKID MOUNTED; DIESEL ENGINE DRIVEN, 125 CFM, 100 PSIG (DAVEY MODEL 6M125) NSN

More information

CITY OF DUBUQUE VEHICLE BID BID DATE: 08/26/2016 BID DUE DATE: 09/12/2016 PURCHASING COORDINATOR'S OFFICE FINANCE DEPARTMENT 50 WEST 13TH STREET

CITY OF DUBUQUE VEHICLE BID BID DATE: 08/26/2016 BID DUE DATE: 09/12/2016 PURCHASING COORDINATOR'S OFFICE FINANCE DEPARTMENT 50 WEST 13TH STREET CITY OF DUBUQUE VEHICLE BID FOR: Two (2) 2016 or 2017 Crew Cab, Short Box Pickup Trucks, With Four Wheel Drive Minimum 9000 pound GVW BID DATE: 08/26/2016 BID DUE DATE: 09/12/2016 PURCHASING COORDINATOR'S

More information

Series CP200. Triplex Ceramic Plunger Pump Operating Instructions/ Repair and Service Manual. For Models: CP218 CP219 CP220 CP230

Series CP200. Triplex Ceramic Plunger Pump Operating Instructions/ Repair and Service Manual. For Models: CP218 CP219 CP220 CP230 Series CP200 Triplex Ceramic Plunger Pump Operating Instructions/ Repair and Service Manual For Models: CP218 CP219 CP220 CP230 Updated 10/02 Contents: Installation Instructions: page 2 Pump Specifications:

More information

Central Electronics Limited Materials Management Division

Central Electronics Limited Materials Management Division Central Electronics Limited Materials Management Division CORRIGENDUM-I August 26, 2016 Ref: Tender notice no. C-2(b)/RC/7500/0087/2016 dated August 26, 2016 Sub: Tender Notice for Design, Supply and Testing

More information

TECHNICAL BID T

TECHNICAL BID T ` TECHNICAL BID T - 3878 Subject : Supply of Various Measuring Instruments for TMD-I,UKAI TPS Due on Date : At 3.30 P.M. (if Possible) EMD paid YES / NO EMD Demand Draft No. Date : OR SSI / NSIC Certification

More information

532: 2006 Bicycle tube valves and valve tubing Specification (third revision) 2414: 2005 Cycle and rickshaw pneumatic tyres (fourth revision)

532: 2006 Bicycle tube valves and valve tubing Specification (third revision) 2414: 2005 Cycle and rickshaw pneumatic tyres (fourth revision) For BIS use only Draft Indian Standard CYCLE RUBBER TUBES (MOULDED/JOINTED) SPECIFICATION (fourth revision of IS 2415) Not to be reproduced without the permission Last date for receipt of comments is of

More information

THE TECHNICAL STANDARDS AND SAFETY ACT 2000, S. O. 2000, c and -

THE TECHNICAL STANDARDS AND SAFETY ACT 2000, S. O. 2000, c and - TECHNICAL STANDARDS & SAFETY AUTHORITY 4 th Floor, West Tower 3300 Bloor Street West Toronto, Ontario Canada M8X 2X4 IN THE MATTER OF: THE TECHNICAL STANDARDS AND SAFETY ACT 2000, S. O. 2000, c. 16 - and

More information

SPARE PARTS CATALOGUE

SPARE PARTS CATALOGUE SPARE PARTS CATALOGUE Shrachi Petrol Power [For Models - 75Z, 100 & 100H] Engine Parts I. Assembly Cylinder Head: 75Z Power 100/100H Power Quantity for One Unit 1 SPWDS75E010010 SPMTHCEN010010 DOWEL PIN/10*16

More information

INVITATION FOR QUOTATION. TEQIP-III/2017/uiet/Shopping/35

INVITATION FOR QUOTATION. TEQIP-III/2017/uiet/Shopping/35 INVITATION FOR QUOTATION TEQIP-III/2017/uiet/Shopping/35 09-Jan-2018 To, Sub: Invitation for Quotations for supply of Goods Dear Sir, 1. You are invited to submit your most competitive quotation for the

More information

THE LF-690 SERIES. Operating and Service Manual. Series includes all variants of LF-690/691 and 692

THE LF-690 SERIES. Operating and Service Manual. Series includes all variants of LF-690/691 and 692 THE LF-690 SERIES Operating and Service Manual Series includes all variants of LF-690/691 and 692 Issue C March 2014 1 TABLE OF CONTENTS 1. Description... 3 2. Installation... 3 3. Operation... 4 4. Special

More information

DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise) DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED (A Govt of West Bengal Enterprise) CHIEF ENGINEER (PROCUREMENT), VIDYUT BHAVAN NOTICE INVITING TENDERS For CONSTRUCTION

More information

BID DOCUMENT FOR PURCHASE OF STATION WAGONS

BID DOCUMENT FOR PURCHASE OF STATION WAGONS IGAD-Office of Special Envoys for South Sudan BID DOCUMENT FOR PURCHASE OF STATION WAGONS DATE 21/07/2014 Addis Ababa, Ethiopia 1 IGAD-OFFICE OF THE SPECIAL ENVOYS FOR SOUTH SUDAN (OSESS) ETHIOPIA, ADDIS

More information

Tender Enquiry No: BCL / PUR / ARC / AC&DC Motors/ CW / 2019 Dated: Due on:

Tender Enquiry No: BCL / PUR / ARC / AC&DC Motors/ CW / 2019 Dated: Due on: MINISTRY OF RAILWAYS HEAD OFF. & REGD. OFF. : 5, HIDE ROAD, KOLKATA 700 043 TEL: +91 33 2439-7415, 2439-4114, 2439-6613, 2439-7413, FAX: +9133 2439 7632/ 5607 E-mail: purchase@braithwaiteindia.com Website:

More information

PENBERTHY MODELS GL AND GH GAS OPERATED JET PUMPS INSTALLATION, OPERATION AND MAINTENANCE INSTRUCTIONS

PENBERTHY MODELS GL AND GH GAS OPERATED JET PUMPS INSTALLATION, OPERATION AND MAINTENANCE INSTRUCTIONS Before installation, these instructions must be read carefully and understood. PRODUCT WARRANTY Emerson warrants its Penberthy products as designed and manufactured to be free of defects in the material

More information

EDS REPLY. Point No.2 Past-production details duly authenticated by DMG since Reply

EDS REPLY. Point No.2 Past-production details duly authenticated by DMG since Reply INDEX S. No. PARTICULARS PAGE NO. A EDS REPLY 1-3 ANNEXURE I ESSENTIAL DETAILS SOUGHT (EDS) 4-5 ANNEXURE II LEASE DOCUMENTS 6-58 ANNEXURE III AUTHENTICATED PAST PRODUCTION DATA 59 ANNEXURE IV CTE (AIR)

More information

TITLE: SPECIFICATION FOR BENCH VICE & BENCH GRINDER TABLE OF CONTENTS. 0.1 Circulation List. 0.2 Amendment Record

TITLE: SPECIFICATION FOR BENCH VICE & BENCH GRINDER TABLE OF CONTENTS. 0.1 Circulation List. 0.2 Amendment Record Page 1 of 10 TABLE OF CONTENTS 0.1 Circulation List 0.2 Amendment Record FOREWORD 1. SCOPE 2. REFERENCES 3. TERMS AND DEFINITIONS 4. REQUIREMENTS 5. TESTS AND INSPECTION 6. MARKING AND PACKING 7. DEMONSTRATION

More information

Petrol chainsaw----p File: Version: 1.0 Ihr Ersatzteilspezialist im Internet

Petrol chainsaw----p File: Version: 1.0 Ihr Ersatzteilspezialist im Internet Petrol chainsaw----p File: Version: 1.0 Spare Parts list File: 0040100903BD Version: 1.0 Petrol chainsaw----pcs46b Pos. No Part code English QTY 1 905207 front handle assy 1 B350012 2 Hexagon lobular

More information