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

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

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

Material Description Quantity UOM

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

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

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

NLC INDIA LIMITED (formerly Neyveli Lignite Corporation Limited) ('NAVARATNA'-Government of India Enterprise) MATERIALS MANAGEMENT COMPLEX

TECHNICAL SPECIFICATION FOR 11 KV AUTOMATIC CAPACITOR SWITCH

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

TECHNICAL SPECIFICATION FOR 11 KV CAPACITOR BANK

020: 2013 CEB SPECIFICATION MINIATURE CIRCUIT BREAKER (MCB)

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

: Material Description Quantity UOM

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

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

Dakshin Gujarat Vij Company Limited

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

: Material Description Quantity UOM

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

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

Oil India Limited (A Govt. Of India Enterprise)

Supply of 63 kva DIESEL GENERATOR SET WITH AMF

شركة كهرباء محافظة القدس المساهمة المحدودة

TECHNICAL SPECIFICATIONS FOR LT DISTRIBUTION BOX MADE FROM THERMOSETTING PLASTIC HAVING 200 /400 AMP CAPACITY.

Technical Specifications

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

013 : 2009 CEB SPECIFICATION MOULDED CASE CIRCUIT BREAKERS

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

DEWATERING PUMP. Instruction, Installation, Operation and Maintenance Manual. A Mark of Quality. ISO 9001 Certified Company

SECTION 1 SCOPE, SPECIFIC TECHNICAL REQUIREMENT AND QUANTITIES

(i) in paragraph 9, for sub-paragraph (i) the following shall be substituted, namely:-

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

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

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

Delivery Schedule. Specification. Delivery Schedule. Specification

Supply of Batteries

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

TECHNICAL SPECIFICATIONS

Reg No: 1999/027771/07 ACCREDITED AND APPROVED TEST LABORATORY IN TERMS OF ARP 0108: REGULATORY REQUIREMENTS FOR EXPLOSION PROTECTED APPARATUS

017: 1998 CEB STANDARD RING MAIN UNIT CEYLON ELECTRICITY BOARD SRI LANKA

NLC INDIA LIMITED (formerly Neyveli Lignite Corporation Limited) ('NAVARATNA'-Government of India Enterprise) MATERIALS MANAGEMENT COMPLEX

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

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

SPECIFICATION FOR AUTOMATIC PRIMING AND OPERATING SYSTEM FOR CENTRIFUGAL PUMPS.

SPECIFICATIONS FOR 50 V, 600 AH LEAD ACID BATTERY

INDIAN MARITIME UNIVERSITY KOLKATA CAMPUS

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

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

ANNEXURE XI. (Ni Cd Battery Bank) TECHNICAL SPECIFICATIONS OF 125V STATION BATTERY BANK OF GTG I.

NLC INDIA LIMITED (formerly Neyveli Lignite Corporation Limited) ('NAVARATNA'-Government of India Enterprise) MATERIALS MANAGEMENT COMPLEX

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

A. Three-phase, oil filled self-cooled, padmounted transformers are installed outdoors on pads in the EWEB distribution system.

TECHNICAL SPECIFICATIONS

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

BHARAT HEAVY ELECTRICALS LIMITED, JHANSI

56-SDMS-07 REV. 01 SPECIFICATIONS FOR

TECHNICAL SPECIFICATION

SPECIFICATIONS OF Ni-Cd BATTERY BANK

SPECIFICATIONS FOR MOTOR OPERATED VALVES

VOLUME -III TECHNICAL SPECIFICATION FOR MISCELLANEOUS PUMPS (HORIZONTAL)

Ni-HARD SUBMERSIBLE PUMP

66 kv SF6 CIRCUIT BREAKER (SPRING OPERATED)

INTER PLANT STANDARD STEEL INDUSTRY. SPECIFICATION FOR GENERAL PURPOSE SQUIRREL CAGE INDUCTION MOTORS (Fifth Revision) BASED ON IS 325:1996

OPERATION & MAINTENANCE MANUAL POLDER PUMP. A Mark of Quality

Instruction Manual PN-Z PACKED PLUNGER PUMP. This Manual should be made available to person responsible for installation, maintenance and operation.

Technical Specification. for. Supply, installation and commissioning of Diesel Generators for UNDP

SECTION GENERAL MOTOR REQUIREMENTS FOR PLUMBING EQUIPMENT

INTER PLANT STANDARD STEEL INDUSTRY. Corresponding IS does not exist

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

TECHNICAL BID T 3610

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

045 : 2000 CEB STANDARD

Section V DC Nickel Cadmium Alkaline BATTERY

INTER PLANT STANDARD STEEL INDUSTRY

Technical Specification

INVITATION FOR TENDER FOR SUPPLY OF SOLAR PV SYSTEMS

TECHNICAL BID T 3627

SAVE ENERGY FOR BENEFIT OF SELF AND NATION


SPECIFICATIONS OF SINGLE GIRDER UNDER SLUNG E.O.T. CRANE CAPACITY: 5 MT

STANDARD SPECIFICATION FOR. LIGHTING AND DC DISTRIBUTION PANELS WITH MCBs DOCUMENT NO: 44LK-5100/E.02/011

Guaranteed Technical Particulars(GTP) Deviation/Remarks Specify if any. Computerized Motor testing system suitable to test LV 3 phase motors

MAHARASHTRA NATURAL GAS LIMITED

Starters. Overview. Siemens caters with following types of starters to agricultural and industrial sector.

Technical Specification for 33 KV 200 AMPs,H.G,Fuse set.

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

GOVERNMENT APPROVED TEST LABORATORY IN TERMS OF ARP 0108: REGULATORY REQUIREMENTS FOR EXPLOSION PROTECTED APPARATUS

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

NOTICE INVITING EXPRESSION OF INTEREST FOR IGBT BASED VFD

TECHNICAL SPECIFICATIONS FOR STEEL PLATES

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

Microgeneration Installation Standard: MCS

Bharat Heavy Electricals Limited, Electronics Division, Bangalore, India.

GUWAHATI MUNICIPAL CORPORATION WATER WORKS :: PANBAZAR GUWAHATI

UNIVERSITY OF CALCUTTA Centre for Research in Nanoscience and Nanotechnology JD-2, Sector-III, Salt Lake City Kolkata

TECHNICAL SPECIFICATION FOR SUPPLY OF LT DISTRIBUTION KIOSK FOR 250/315 KVA & 63/100 KVA RATING DISTRIBUTION TRANSFORMERS AGAINST TN-2077

Scope of Supply of 11Kv Induction motor. The motor is being procured for cooling water pump. The scope of supply of motor is as given below:

Material Description Quantity UOM

026-2 : 1996 CEB STANDARD

MOTHER DAIRY A UNIT OF GUJARAT CO-OPERATIVE MILK MARKETING FEDERATION LIMITED PURCHASE ENQUIRY

Transcription:

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 : INR 0.00 OR USD 0.00 (or equivalent Amount in any currency) Bidding Type : Single Bid (Composite Bid) Bid Closing On Bid Opening On : 13.07.2016 at 13:00 hrs. (IST) : 13.07.2016 at 13:00 hrs. (IST) Performance Guarantee : Not Applicable OIL INDIA LIMITED have issued Limited tenders to following parties for items detailed below. For General Terms & Conditions, please refer to Document No. MM/GLOBAL/01/2005 available in OIL's web site: Item No./ Mat. Code 10 Material Description Quantity UOM ELECTRIC MOTOR DRIVEN, SKID MOUNTED, RECIPROCATING PLUNGER TYPE CHEMICAL DOSING PUMP. 2 NO Electric Motor Driven, Skid Mounted, reciprocating plunger type Chemical Dozing Pump with enclosed gear box, complete with variable output adjustment devices, relief valves, check valves on suction as well as delivery sides, strainer, base frame etc. as per the following specification - A. Details of Pump: Capacity: 0-40 LPH Delivery Pressure-Maximum of 10 Kg/cm2 1. Single Simplex Reciprocating Plunger type Metering Pump. 2. The suction shall be of size ½ " x ½ " Flanged to ANSI B 16.5, Flanges of SA 105. 3. Capacity of the pump shall be 0-40 LPH against dis. Pressure of 10 Kg/cm2 when run at 200 SPM with flooded suction. The pump shall have manual adjustment facility for discharge rate. 4. The pump shall have suitable check valves at suction and delivery along with a strainer at suction side. 5. The Pump shall have suitable safety valves to protect it from any abnormal pressure rise in delivery. 6. Liquid - Fluid end (wetted parts) of pump suction and discharge end shall be of SS 304. 7. The following MOC shall be used for various parts of pump body: Head: AISI 304, Plunger: AISI 304, Valves (Suction and Discharge): AISI 304, Gland Packing: PTFE. 8. The Pump shall be suitable for handling flow improver of viscosity 85 cp @ 40 C. Pump shall be suitable for operating temperature of range 40-60 C. B. Details of Motor: 1. The motor shall be 3 phase, squirrel cage, AC Induction motor. The motor shall be FLAMEPROOF type, suitable for installation in Zone 1 Hazardous

Page : 2 / 6 Tender No. & Date : DFD1192L17/06 20.05.2016 Item No./ Mat. Code Material Description Quantity UOM Area, Gas Group IIA and IIB of Oil Mines. The motor shall be certified by Central Industrial Mining and Fuel Research Institute (CIMFR), Dhanbad, or any government approved NABL accredited test laboratory and approved by Director General of Mines Safety (DGMS), Govt. of India, for FLP construction and use in above area. 2. Standards to be followed for motor: IS- 325, 2148. 3. The motor rating shall be minimum 10 % higher than the input shaft HP, required for running of the driven equipment at the rated continuous output. 4. The enclosure of the motor shall be TEFC with Degree of protection - IP55. 5. The insulation of the motor shall be Class F/H with temperature rise limited to that of class B. 6. Motor shall be suitable for 415 ± 6% volts, 3 Phase, 50 cycles, AC supply and should withstand high voltage fluctuation. 7. The frequency of the motor shall be 50 Hz ± 3%. 8. The motor shall be Direct Coupled with bi-directional fan at NDE. 9. Starting: DOL starting for motors up to 12.5 HP; Y/D for motor above 12.5 HP. 10. Terminal Box: Flameproof Cable termination box with brought out terminals suitable for terminating PVCA aluminium cables of proper size as per rating of motor (01 no. for DOL; 02 nos. for Y/D starter). Terminal shall be of brass with non-hygroscopic insulation support (FRP or DMC) suitable for tropical climate. 11. Glands: Adequate nos. of FLP-WP cable glands (depending on motor rating and type of starter) shall be supplied with the motor. The glands shall be double compression type and suitable for installation in Hazardous Area Zone 1 and Gas Group IIA and IIB of Oil Mines. Glands shall be certified by Central Institute of Mining and Fuel Research (CIMFR), Dhanbad, or any government approved NABL accredited test laboratory. 12. Earthing: Two nos. of earthing studs to be provided on both sides of the motor. Earthing system for the motor shall be as per the IS: 3043. 13. Lifting Eye: One no. lifting eye hook shall be provided for lifting the motor. 14. Markings: Name plate details with name of manufacturer, frame size, rated voltage, output, current, frequency, type of duty, class of insulation, no. of phases, speed in rpm at rated output, degree of protection, winding connections, ambient temp, bearing sizes, lubricant, lubrication material and year of manufacture CMRI certification details, DGMS approval details and DGMS logo as per DGMS approval. DGMS logo and approval no. shall be engraved type on a separate metallic plate (brass/ss) and fixed on the motor body in a conspicuous place, in a permanent manner (riveted on the motor body). 15. The motor shall be of Bharat Bijlee/Crompton Greaves/KEC/ Siemens/NGEF/ABB/Laxmi Hydraulic make. C. Details of Starter: Separate Flameproof starter shall be supplied with the motor. The starter shall be suitable for self-mounting with proper supports, with provisions for grouting on floor/wall. 1. The starter shall be suitable for 3 phase, 415 V, 50 Hz squirrel cage, AC Induction motor. 2. The starter shall be FLAMEPROOF and WEATHERPROOF type, suitable for installation in Zone 1 Hazardous Area, Gas Group IIA and IIB of Oil Mine.

Page : 3 / 6 Tender No. & Date : DFD1192L17/06 20.05.2016 Item No./ Mat. Code 20 30 40 Material Description Quantity UOM The starter shall be certified by Central Industrial Mining and Fuel Research Institute (CIMFR), Dhanbad, or any government approved NABL accredited test laboratory and approved by Director General of Mines Safety (DGMS), Govt. of India, for FLP-WP construction and use in above area. Standards: IS-13947, 2148. Enclosure: FLP with Degree of protection #IP65 3. Starter shall be suitable for 415 ± 6% volts, 3 Phase, 50 cycles, AC supply and should withstand specified voltage fluctuation. Freq.: 50 Hz ± 3%. 4. There shall be a power isolator built-in with the FLP enclosure for isolating the power supply to the starter. Alternately, a separate FLP-WP box with isolator, mounted with the main starter enclosure, can also be provided. However, the complete enclosure shall be certified for flameproof quality and approved by DGMS. 5. The starter shall have Power contactor(s) with auxiliary contacts. The Power Contactor(s) normal current rating shall be selected for long life operation of the contactors. One bimetallic thermal overload relay with AUTO/ MANUAL reset (reset button to be mounted on door of the starter and shall be accessible from front) shall be provided for overload protection of the motor. 6. Start/stop push button shall be provided on the front of the starter. 7. Control circuit of the starter shall operate on 240/415v AC. 8. In case of Y/D starter Electronic timer for Y/D delay shall be provided. 9. Make of Contactor, Relay, timer: Siemens/GE/Schneider/L& T/ABB/Indo-Asian. 10. Terminal Box: Cable termination box with brought out terminals suitable for terminating PVCA aluminum/copper cables of proper size as per rating of motor (01 no. incoming; outgoing 01 no. for DOL or 02 Nos. for YD starter). Terminal shall be of brass with non-hygroscopic insulation support (FRP or DMC) suitable for tropical climate. 11. Glands: Adequate nos. of FLP-WP glands (depending on rating and type of starter and cable rating) shall be supplied with the starter. The FLP glands shall be double compression type suitable for installation in Hazardous Area Zone 1 and Gas Group IIA and IIB of Oil Mines. The glands shall be certified by Central Institute of Mining and Fuel Research (CIMFR), Dhanbad, or any government approved NABL accredited test laboratory for FLP construction and use in above area. 12. Earthing: Two nos. of earthing studs to be provided on both sides of the enclosure. Earthing system for the starter shall be as per the IS: 3043. 13. Markings: Name plate details with name of manufacturer, type, rated voltage, rated output CIMFR/other certification details, DGMS approval details and DGMS logo as per DGMS approval.dgms logo and approval no. shall be engraved type on a separate metallic plate (brass/ss) and fixed on the motor body in a conspicuous place, in a permanent manner (riveted on the motor body). 14. Make of Starter shall be FCG/Baliga/Flexpro/FEPL/ExEc/Sudhir/Laxmi Hydraulic. SAME AS ITEM NO. 10. 2 NO SAME AS ITEM NO. 10. 2 NO SAME AS ITEM NO. 10. 2 NO

Page : 4 / 6 Special Notes : SPECIAL NOTES 1. The Bidder shall be an Original Equipment Manufacturer (OEM) or its authorized agent / dealer. Bidders other than Original Equipment Manufacturer (OEM) shall submit a valid Authorization Certificate along with warranty / guarantee back-up from the OEM along with the bid. 2. The Pump and motor shall be unitized on a common MS skid base plate by a Pin bush type / lovejoy coupling having coupling guard and foundation bolts. 3. The bidder must submit necessary drawings and literatures, catalogues, operating manual along with the bid for technical evaluation. 4. The FLP motor, starter & FLP gland(s) must be suitable for installation in Hazardous Area Zone 1, Gas Groups IIA and IIB, of Oil Mines. These items shall be certified by Central Institute of Mining and Fuel Research (CIMFR), Dhanbad, or any government approved NABL accredited test laboratory for FLP & WP construction and approved by DGMS for use in above area. 5. Valid DGMS approval no. & mark shall be fixed on the motor and starter body as per guidelines mentioned in the DGMS approval. 6. DGMS approval certificate copy and test laboratory certificate copies of the motor, starter and glands shall be submitted along with the bid. 7. Motor/starter shall be guaranteed for one year after date of commissioning and tested for routine tests at factory. Guarantee certificate & the factory test report of the motor should be submitted with the pump unit. 8. Frame size & make of the offered motor should be mentioned in the offer. 9. All unused cable entries holes of the starter/motor must be plugged with CIMFR/test laboratory certified FLP-WP sealing plugs. 10. Packing shall be adequate to avoid transit damage & protection against tropical rains. 11. Bidder shall categorically mention that their offer complies with all the features mentioned in the Motor specification & all the relevant documents required as per above points are enclosed in their offer. 12. The bidder has to submit the following documents along with their offer for evaluation purpose: a. Detailed layout drawing with detailed equipment sizing calculation b. Detailed technical literature for all equipment c. Detailed Electrical schematic and component layout Diagram of the starter panel d. Detailed drawings of the offered FLP Motor and starter enclosure showing terminal box & cable entry arrangement with double compression cable glands e. Categorical confirmation of submission of valid DGMS approval letter and test laboratory Certification for all equipment used in the unit 13. The bidder shall, in the event of an order, agree to submit the following documents prior to dispatch of the unit & only after receipt of categorical approval from OIL; the unit is to be dispatched from their plant: a. Detailed Foundation Drawing of the unit. b. Detailed Operation & Maintenance (O&M) Manual. c. Guarantee Certificate.

Page : 5 / 6 d. Valid test laboratory certification & DGMS approval letter for all flameproof equipment used in the unit. 14. The bidder shall quote for recommended spares along with price, part nos. of individual items for two (02) years trouble free operation of the dozing unit. While quoting for these spares, the bidder shall take into account the consumption pattern as deemed fit. The price of these spares shall not be considered for evaluation. However, procurement of these spares shall be at the discretion of OIL. 15. The bidders shall also confirm availability of all the spares quoted, for a period of five (05) years from the date of supply of the dozing unit. 16. In the event of an order, first fill of lubricant shall be within the scope of supply of the bidder. GENERAL NOTES 1. The items 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 ordered specifications. This clause shall be valid for 18 months from date of despatch/shipment or 12 months from date of receipt/commissioning of the items at site whichever is earlier. The defective materials, if any, rejected by us shall be replaced by the supplier at their own expense. Bidders must confirm the same while quoting. 2. 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. 3. The General Terms & Conditions for Global Tenders (MM/GLOBAL/01/2005) has been amended and the amendement dated 25.04.2016 has been issued in this regard which is uploaded in OIL Website. Bidders to note the changes made to "The General Terms & Conditions for Global Tenders(MM/GLOBAL/012005)" and to submit their offers complying with the same. 4. Performance Security clause(clause no. 10.0 of section -A) of General Terms and Conditions for Global Tenders (MM/GLOBAL/01/2005) has been amendedand new clause is detailed in the Amendment dated 25.04.2016 issued to MM/GLOBAL/01/2005. Bidders to note the same and to confirm its acceptance in their offers. 5. Bidders to take note of clause no.10.1.3 which has been added in section- C, Special Terms and conditions for Indian bidders of General Terms & Conditions for Global Tender (MM/GLOBAL/E-01/2005) regarding transportation of consignment. 6. Payment : Payment shall be released as follows : a) Goods supplied with valid DGMS Approval : i) 90% of the supply value shall be released against proof of despatch/shipment of the Goods and submission of valid DGMS Certificate. ii) Remaining 10% of the supply value shall be paid after receipt and acceptance by OIL. b). Goods supplied without DGMS approval, but with Field Trial Permissions only : i) 50% of the supply value shall be released against proof of despatch/shipment of the Goods and submission of valid DGMS Field Trial permission Certificate. ii). 50% of the supply value shall be released on receipt of valid DGMS Certificate.

Page : 6 / 6 7. Bidders to note that Govt. of India under Micro, Small and Medium Enterprises Development (MSMED) Act. 2006, has proclaimed the Public Procurement Policy, 2012 with effect from 1st April, 2012 in respect of procurement of goods and services, produced and provided by micro and small enterprises, by its Ministries, Department and Public Sector Undertakings for promotion and development of Micro and Small Enterprises. A new clause on applicability of Public Procurement Policy for procurementof goods from Micro, Small and Medium Enterprises (MSME)in the tender is furnished vide Amendment to General Terms and Conditions for Global Tender(MM/GLOBAL/E-01/2005). Bidders are requested to take note of the same and to submit their offer accordingly. 8. Bidders are required to quote with minimum validity of 90 days from thebid Closing Date as per NIT requirement. BIDS with lesser validity shall be rejected. 9. Quotation must be submitted in triplicate. 10. 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. However, deemed export benefit for domestic bidders is not applicable against this tender. Domestic bidders to quote their prices without considering the deemed export benefit. Domestic bidders to also quote the applicable rate of excise duty in their price bid. If a domestic bidder emerges L1 after loading of applicable rate of excise duty, order shall be placed upon the bidder inclusive of the excise duty amount.

Tender No. Tender Date Bid Closing On Bid Opening On : DFD1192L17/06 : 20.05.2016 : 13.07.2016 at 13:00 hrs.(ist) : 13.07.2016 at 13:00 hrs.(ist) Tender issued to following parties only: Slno V_Code Vendor Name City/Country 1 100085 BEAUMONT ITALIA SRL PRODOTTI CHIMIC 2 100138 SONAL ENTERPRISES NEW YORK 10956-5538 3 100196 WHEATLEY GASO INC, OKLAHOMA 4 100506 MILTON ROY COMPANY IVYLAND 5 100684 AKV ENTERPRISES(CANADA) ONTARIO 6 100732 PETRO MECH COMPANY INC KATY 7 100754 CVS CONTROLS LTD CANADA T6E0A9 8 100755 ZICOM EQUIPMENT PTE LTD SINGAPORE 9 102009 DOSEURO(UK) LIMITED 10 102177 NATIONAL OILWELL VARCO 11 201220 V K PUMPS INDUSTRIES PVT.LTD. MUMBAI 12 201656 SHAPO TOOLS MUMBAI 13 201657 METACHEM CORPORATION MUMBAI - 400 058 14 202892 MATZ PUMPS PRIVATE LIMITED AHMEDABAD