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

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

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

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

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

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

Material Description Quantity UOM

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

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

Oil India Limited (A Govt. Of India Enterprise)

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

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

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

Supply of Batteries

: Material Description Quantity UOM

INDIAN INSTITUTE OF TECHNOLOGY, KANPUR DEPARTMENT OF ELECTRICAL ENGINEERING

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

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

INDIAN MARITIME UNIVERSITY KOLKATA CAMPUS

Oil India Limited (A Govt. Of India Enterprise)

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

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

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

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

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

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

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

SAVE ENERGY FOR BENEFIT OF SELF AND NATION

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

Supply of 63 kva DIESEL GENERATOR SET WITH AMF

TECHNICAL BID T 3627

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

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

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

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

(ISO 9001 CERTIFIED)

IMPORTANT NOTE BID DOCUMENT HAS BEEN DISPLAYED BELOW TO UNDERSTAND THE REQUIREMENT ONLY.

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

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

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

شركة كهرباء محافظة القدس المساهمة المحدودة

Regional Office: Vijayapura Plot No6, Trimurthy Nagar Managuli Bypass Road, Vijayapura Diesel Generator Required on Rental Basis

Section VI: List of Requirements (REVISED)

Hydraulic Fittings. Design, Manufacture, Distribution

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

MAHARASHTRA NATURAL GAS LIMITED

INVITATION FOR TENDER FOR SUPPLY OF SOLAR PV SYSTEMS

VOLUME -III TECHNICAL SPECIFICATION FOR MISCELLANEOUS PUMPS (HORIZONTAL)

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

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

TENDER. Enq. No. IIITMK/ 0648/18 Date: 07/09/18 Due on:17/09/20183pm

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


BHARAT HEAVY ELECTRICALS LIMITED, JHANSI

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

TECHNICAL SPECIFICATION FOR 11 KV CAPACITOR BANK

Section V DC Nickel Cadmium Alkaline BATTERY

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

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

SPECIFICATIONS FOR MOTOR OPERATED VALVES

TECHNICAL SPECIFICATIONS FOR STEEL PLATES

7 The revised IS 8034:2002 and revised STI be implemented w.e.f. 1 Feb 2005.

Supply & Installation of Latest Version NX CAD Academic Software (NX9)

Request for Quotation

CITY OF CHARLEVOIX REQUEST FOR BIDS WESTENBROEK SUBSTATION 48VDC BATTERY BANK

SUPPLY OF HYDRAULIC AERIAL LADDER PLATFORM

NOTICE INVITING QUOTATIONS

TECHNICAL BID T 3610

TECHNICAL SPECIFICATION FOR 11 KV AUTOMATIC CAPACITOR SWITCH

Delivery Schedule. Specification. Delivery Schedule. Specification

Department of Community Medicine

SPICES BOARD (Ministry of Commerce & Industry, Govt. of India) Palarivattom.P.O. N H By Pass Kochi

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

020: 2013 CEB SPECIFICATION MINIATURE CIRCUIT BREAKER (MCB)

File No. EL/EE/NAD/Tech/1-13/2018/822 Dated: 29/08/2018 OFFICE OF THE EXECUTIVE ENGINEER NORTH ANDAMAN DIVISION ELECTRICITY DEPARTMENT DIGLIPUR

Q10. What are the payment terms? A10. Payment terms vary per participating agency. Refer to Page 16 of bid document.

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

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

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

RAJIV GANDHI UNIVERSITY OF KNOWLEDGE TECHNOLOGIES BASAR Nirmal District, Telangana Ref: RGUKT-B/Proc/Elec,Maint/Q08/2018, dated

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

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL

BaartaIya iva&aana isaxaa EvaM AnausaMDaana samstaana paunao

Dakshin Gujarat Vij Company Limited

CITY OF HAYS, KANSAS BID PROPOSAL REQUEST FOR A COLD PLANER TABLE OF CONTENTS

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

CITY AND COUNTY OF SAN FRANCISCO. SPECIFICATION FOR Copier Lease Agreement Last revision 03/03/2016

: INR 232, OR USD (or equivalent Amount in any currency) Material Description Quantity UOM


NIT for Tender No. GCO 8644P13

TENDER DOCUMENT BHARAT HEAVY ELECTRICALS LIMITED, HEEP, RANIPUR, HARIDWAR

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

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

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

Section II -Technical Specification

NOTICE INVITING EXPRESSION OF INTEREST FOR IGBT BASED VFD

Town of Marystown. Tender For. One New 4x4 Two (2) Door Cab Chassis (19,500 KG GVWR) With 12Ft Flat Deck

STORES/EASTERN RLY Tender Document For Tender No : Due Date/Time: 14/03/ :30

REQUEST FOR QUOTATION

/ Telefax : No: 1(2)2015-E/ Battery& Charger TVH/ Dated:

TECHNICAL SPECIFICATIONS

Transcription:

IMPORTANT NOTE BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL HAVE TO PURCHASE THE TENDER DOCUMENTS FROM ANY OF OIL S DESIGNATED OFFICES GIVEN BELOW. BID DOCUMENTS (NON- TRANSFERABLE) CAN BE PURCHASED TILL ONE DAY PRIOR TO THE RESPECTIVE BID CLOSING DATE ON PAYMENT OF TENDER FEE (NON-REFUNDABLE) OF US$ 100.00 OR RS. 4,500.00 (EXCEPTING PSUS AND SSI UNITS) FROM : (A) HEAD - MATERIALS, OIL INDIA LIMITED, P.O. DULIAJAN, ASSAM 786 602, (B) HEAD - KOLKATA BRANCH, OIL INDIA LIMITED, 4-INDIA EXCHANGE PLACE, KOLKATA 700 001, (C) SENIOR ADVISER(CONTRACT & PURCHASE), OIL INDIA LIMITED, PLOT NO. 19 SECTOR 16A NOIDA 201 301 PROOF OF PURCHASE OF TENDER DOCUMENTS MUST BE SUBMITTED ALONG WITH THE OFFER FAILING WHICH OFFERS WILL BE TREATED AS UNSOLICITED.

Page : 1 / 3 OIL INDIA LIMITED (A Govt. of India Enterprise) P.O. Duliajan-786602, Assam. Fax. 91-374-2800533, E-mail:material@oilindia.in Tender. & Date : DFD7650P08/07 29.12.2007 Tender Fee Bid Security Amount : INR : INR 4,500.00 500,000.00 OR USD OR USD (or equivalent Amount in any currency) 100.00 11,000.00 Bidding Type : Two Bid Bid Closing On Bid Opening On : 12.03.2008 at 13:00 hrs. (IST) : 12.03.2008 at 13:00 hrs. (IST) Performance Guarantee : t Applicable OIL INDIA LIMITED invites Global tenders for items detailed below: Item./ Mat. Code 10 0C000157 Material Description Quantity UOM ITEM DESCRIPTION 1000 HP DC Drilling Motor, 750 Volts, 1050 Amps, 1050 RPM as per specifications given below: 4 NO 1. Duty : Continuous 2. Insulation : Class H for both field and armature coils 3. Type : Identical in all respect (electrical and mechanical construction) to BHEL manufactured 4903 CX DC motor 4. Excitation : Separately Excited Shunt Field 5. Cable box : Pressurized type cable box on the RIGHT HAND SIDE when looking from the commutator end. One no. 20 pin control socket with male pins and two nos. single sockets for power with (female) sockets will be provided on the motor. One plug for control cable with female pins and two nos. of power plugs with male pins are to be provided separately. All plug/ sockets shall be of Pyle-National make. All control connections to be terminated on suitably rated and properly labeled TB inside the cable box. 6. Motor should be complete with the following accessories: a) 7.5 HP, 3000 RPM (synchronous), 415 VAC, 50 Hz Flameproof squirrel cage Induction motor driven blower unit mounted on DC motor body for pressurizing, cooling and purging the DC motor and cable box. Blower motor shall be approved by DGMS for use in Hazardous area Zone-1 and Zone-2, Gas groups IIA & IIB of oil mines. Make of motor: Preferably Crompton Greaves to ensure interchangeability with the existing units. b) 2 pole, 4 position rotary cut-out switch mounted inside the cable box

Page : 2 / 3 Tender. & Date : DFD7650P08/07 29.12.2007 Item./ Mat. Code Material Description Quantity UOM c) Single phase, 230 VAC, 50 Hz induction space heater d) Air flow relay to monitor air flow with 1 NO + 1 NC changeover contact, 5 A, 230 VAC rated e) Coupling hub to BHEL drawing no. D4775882 7. Torque rating of motor at rated armature current and rated field current must be specified in quotation. 8. The following motor characteristics shall be submitted with the quotation: a) Shaft HP vs. Speed (rpm) b) Torque (kg-m/n-m) vs. Armature current (Amps) c) Torque (kg-m/n-m) vs. Speed (rpm) d) Speed (rpm) vs. Armature Current (Amps) e) Speed (rpm) vs. Field current (Amps) curve at rated armature voltage and at field current above and below the rated field current Special tes : 1. Motors must be new and in unused condition. reconstructed/ rebuilt motors will be acceptable. 2. Motors shall be used in parallel with the existing BHEL make CX type DC motors in 1600 HP slush pump application. 3. Motors shall be identical in all respect (electrically and mechanically) to OIL's existing 1000 HP DC shunt motors (model 4903 CX) manufactured by M/s BHEL, Bhopal. 4. Manufacturer must have adequate and self-sufficient service and repair set-up, backed up with supply of materials and technical know-how from the OEM, placed in an easily accessible and well connected (by road/ train) location in India. Also, the service set-up must have experience of servicing minimum 20 (twenty) nos. of such motors in the last 3 (three) years. Bidder/ manufacturer shall submit credentials in support of this with their quotation. 5. Detailed dimensional/ga drawings of the DC motor including foot-print, shaft height (with accessories like blower unit, coupling hub etc.), wiring diagram of the DC motor terminal block (to control plug) and DC motor characteristics shall be submitted by the bidder along with the quotation. Drawings shall be approved by OIL before actual assembly/ manufacturing. 6. Motors will be inspected in stages by OIL's representatives during manufacture. Bidder/ manufacturer shall submit the inspection schedule along with the quotation. Motors will be tested according to IS: 9320-1979 in presence of OIL's representative at manufacturer's works. 7. Test certificates/reports and valid DGMS approval letter copies for the blower motors shall be submitted at the time of final inspection by OIL's representative failing which despatch clearance will not be given. 8. Packing should be adequate to avoid transit damage and water/ moisture ingress. 9. Operation and Maintenance manuals for the motors (for both the DC & AC blower motors)

Page : 3 / 3 Tender. & Date : DFD7650P08/07 29.12.2007 shall be submitted along with the supply of motors (3 copies for each of the motors). Total 4 (four) sets of soft copies (in compact disc format) of the manuals shall also be submitted along with the motors. 10. General Terms & conditions for Global tender (Document no. MM/GLOBAL/01/2005)is enclosed. 11.This tender is invited under Single Stage Two Bid System. For submission procedure, please refer Para 12.0 of General Terms & conditions for Global tender (Document no. MM/GLOBAL/01/2005). Any offer not complying with the above will be rejected straightway. 12. Clause. 9.8.2 (under Exemption of Bid Security) of Section A of the General Terms & Conditions for Global Tender (Refer Document. MM/GLOBAL/01/2005) stands deleted. 13. Bid Rejection Criteria / Bid Evaluation Criteria is attached vide Annexure - A 14. Technical Check list & Commercial Check list are attached vide Annexure-B & C. Bidders are requested to submit the filled up Check lists duly signed and stamped along with the Technical Bid. 15. Oil India's purchase order no. should be engraved on the body of the item. Bidder must confirm the same categorically in their quotation. 16. To ascertain the substantial reponsiveness of the bid OIL reserves the right to ask the bidder for clarification in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in toto must be received on or before the deadline given by the company, failing which the offer will be summarily rejected. ***************

ANNEXURE-A TO TENDER NO. DFD7650P08/07 BID REJECTION CRITERIA (BRC) / BID EVALUATION CRITERIA (BEC) (I) BID REJECTION CRITERIA (BRC) The bids must conform to the specifications and terms and conditions given in the enquiry. Bids shall be rejected in case the item(s) offered do not conform to the required minimum/maximum parameters stipulated in the technical specifications and to the respective international / national standards wherever stipulated. twithstanding the general conformity of the bids to the stipulated specifications and terms and conditions, the following requirements shall have to be particularly met by the bidders, without which the offer will be considered as nonresponsive and rejected: (A) TECHNICAL : The offer will be rejected if they are found: 1. offering motors which are not identical in all respect (electrically and mechanically) to 1000 HP DC separately excited shunt motors (model 4903 CX) manufactured by M/s BHEL, Bhopal will be rejected. 2. not submitting credentials in support of having an adequate and self-sufficient service and repair set-up, backed up with supply of materials and technical know-how from the OEM, placed in an easily accessible and well connected (by road/ train) location in India; in addition, credentials in support of the service set-up having serviced minimum 20 (twenty) nos. of such motors in the last 3 (three) years 3. not submitting the following drawings/documentation a) Detailed dimensional/ga drawing including motor foot print, shaft height (with accessories like coupling hub, ducting and blower motor unit) etc. b) Wiring drawings of the DC motor (from motor TB to control plug) c) Motor characteristic curves (as detailed in ITEM DESCRIPTION Sl. no. 8) 4. not agreeing to the following clauses: a) Approval of drawings by OIL before actual assembly/ manufacturing b) Inspection of motors in stages by OIL's representatives during manufacture. Also, load testing of the same in presence of OIL's representative at manufacturer's works. c) Submission of test certificates/reports and valid DGMS approval letter copies for the blower motors at the time of final inspection by OIL s representative and to the clause that failing which despatch clearance will not be given.

(B) COMMERCIAL : Commercial Bid Rejection Criteria will be as per Section D of General Terms & Conditions of Global Tender (MM/GLOBAL/01/2005) with following Special Bid Rejection Criteria. 1.0 Bids are invited under Single Stage Two Bid System. Bidders shall quote accordingly under Single Stage Two Bid System. Bidder not complying with submission procedure mentioned in Para 12.2 of Section A of General Terms & Conditions of Global Tender (MM/GLOBAL/01/2005) will be rejected. 2.0 Bid security of US $ 11,000.00 or Rs. 5,00,000.00 shall be furnished as a part of the TECHNICAL BID. Any bid not accompanied by a proper bid security in ORIGINAL will be rejected without any further consideration. For exemption for submission of Bid Security, please refer Clause. 9.8(Section A) of General Terms and Conditions for Global Tender vide MM/GLOBAL/01/2005(enclosed). The Bid Security shall be valid for 240 days from the date of bid opening. 3.0 Bidders are required to submit the summary of the prices in their commercial bids as per Price Schedule enclosed vide Annexure IIA & IIB of General Terms & Conditions of Global Tender (MM/GLOBAL/01/2005). 4.0 Validity of the bid shall be minimum 180 days. Bids with lesser validity will be rejected. 5.0 Bidders must confirm that Goods, materials or plant(s) to be supplied shall be new of recent make and of the best quality and workmanship and shall be guaranteed for a period of eighteen months from the date of shipment/dispatch or twelve months from the date of commissioning whichever is earlier against any defects arising from faulty materials, workmanship or design. Defective goods/materials or parts rejected by OIL shall be replaced immediately by the supplier at the supplier s expenses at no extra cost to OIL. 6.0 Successful bidder will be required to furnish a Performance Bank Guarantee @10% of the order value. The Performance Bank Guarantee must be valid for one year from the date of receipt/acceptance of goods 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. (II) BID EVALUATION CRITERIA (BEC) : 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 mentioned in Section D of General Terms & Conditions of Global Tender (MM/GLOBAL/01/2005) **************

ANNEXURE B TO TENDER NO. DFD7650P08/07 The check list must be completed and returned with the offer. Bidder is to ensure that all the following points are covered in the offer. This will ensure proper evaluation of the offer. Bidder is to tick-mark "yes" or "no" to the following questions in the right hand column. TECHNICAL CHECK LIST 1 Do you confirm that motors shall be identical in all respect (electrically & mechanically) to DC shunt motors (1000 HP, model 4903 CX) manufactured by M/s BHEL? 2 Have you submitted full technical specifications for the motors (both DC motor & AC blower motors) and accessories? 3 Have you attached detailed dimensional/ga drawings of the DC motor (including accessories like blower unit, coupling hub etc.), wiring diagram of the DC motor terminal block (to control plug) and DC motor characteristics along with the quotation? Please note that Drawings shall be approved by OIL before actual assembly/ manufacturing. 4 Have you attached technical literature/ catalogue with the offer? 5 Do you agree to the conditions that motors will be inspected in stages by OIL s representatives before despatch and these will be tested in presence of OIL s representative at manufacturer s works? 6 Do you agree to submit Test certificates/reports for the motors including valid DGMS approval letter copies for the blower motors at the time of final inspection by OIL s representative? Please note that despatch clearance will not be given unless these are submitted properly. Yes/ Yes/ Yes/ Yes/ Yes/ Yes/

7 Have you offered guarantee for the motors for 12 (twelve) months from the date of commissioning? 8 Have you confirmed that you have adequate and selfsufficient service and repair set-up, backed up with supply of materials and technical know-how from the OEM, placed in a easily accessible and well connected (by road/ train) location in India (In case of agency, your principal/manufacturer must have the above)? 9 Have you submitted credentials in support of point 8 above with your quotation? 10 Have you separately highlighted any deviation from the technical specifications? 11 Have you mentioned any other items/ points not indicated /included in the specifications but deemed necessary for Installation/ Commissioning and efficient control, operation and protection of the motors? Yes/ Yes/ Yes/ Yes/ Yes/ Offer Ref... Dated... OIL's Tender..... Signed... For & on behalf of...designation......

ANNEXURE C TO TENDER NO. DFD7650P08/07 COMMERCIAL CHECK LIST THE CHECK LIST MUST BE COMPLETED AND RETURNED WITH YOUR OFFER. PLEASE ENSURE THAT ALL THESE POINTS ARE COVERED IN YOUR OFFER. THESE WILL ENSURE THAT YOUR OFFER IS PROPERLY EVALUATED. PLEASE TICK MARK 'YES' OR 'NO' TO THE FOLLOWING QUESTIONS, IN THE RIGHT HAND COLUMN. 1. Please sign each sheet. 2. The check-list duly filled in must be returned along with the offer. COMMERCIAL (A) Applicable to both Foreign Bidders and Indigenous Bidders 1 Whether proof of purchasing tender documents has been enclosed with the offer? 2 Has the offer been submitted in triplicate? 3 Whether Original Signed quotation submitted? 4 Has it been ensured that there are no over-writings in the offer? Have corrections been properly attested by the person signing the offer? 5 Are the pages of the offer consecutively numbered and an indication given on the front of the offer as to how many pages are contained in the offer? 6 Whether quoted as Manufacturer? 7 Whether quoted as Supply House/distributor? 8 In case the Bidder is a supply house/distributor, (a) Whether valid authorisation from the manufacturer, authorising him to bid, has been enclosed with the offer? (b) Whether manufacturer s back-up Warranty/Guarantee certificate submitted?

9 Whether bid submitted under Two bid system? 10 Whether Priced bid submitted as per Price Schedule (Refer para 6.0 (Commercial) of Bid Rejection Criteria) 11 Whether quoted all the items of tender? 12 Have you offered Firm prices? 13 Have you indicated Currency of the quoted price? 14 Whether the period of validity of the offer is as required in bidding document i.e. 6 months? 15 Have you indicated Firm Delivery? 16 Whether gross weight/volume of the consignment has been furnished? 17 Whether Original Bid Security has been enclosed with the offer? (a) Amount (b) Name of issuing Bank : (c) Validity of Bid Bond : 18 Whether confirmation regarding submission of Performance Security as per tender has been furnished? 19 Whether agreed to submit Performance Security within 30 days of placement of order? 20 Whether agreed to the guarantee/warranty Clause as per tender? 21 Whether quoted as per tender without any deviation? 22 Whether quoted any deviation? 23 Whether deviation has been separately highlighted? 24 Has the Exceptions/Deviations Proforma (Annexure-III) as per Clause 18.1 in Section A of General Terms & Conditions of Tender has been enclosed with the offer? 25 Whether all BRC/BEC clauses accepted?

(B) Applicable to Foreign Bidders only : 1 Whether firm FOB/FCA price (Port of Shipment) including sea/air worthy packing & forwarding has been quoted by foreign bidders 2 In case of Air shipment, have you indicated FCA charges up to Gateway airport? 3 Whether Port of shipment has been indicated? 4 Whether firm C&F prices (Calcutta Port) has been quoted by foreign bidders 5 Whether Indian Agent is involved? 6 If yes, whether following details of Indian Agent provided? (a) Name & address of the Indian agent (b) Amount of Agency Commission payable in non-convertible Indian currency consequent to this tender (c) Whether the agency commission is included in the price or payable extra has been highlighted? (d) If the Indian agent is to receive annual retainer fee, the details about the quantum has been furnished? 7 Has the country of origin of the items being offered, indicated? (C) Applicable to indigenous Bidders only : 1 Whether firm Ex-works price including packing packing/forwarding charges has been quoted? 2 Whether firm FOR destination price has been quoted? 3 Whether all applicable Taxes & duties have been quoted? 4 Have you indicated Despatching point? 5 Have you indicated import content in your offer?

6 Have you indicated factory address and other Excise information sought vide Para 2.0, Section C of the General Terms & Conditions of Global Tender (MM/GLOBAL/01/2005)? Offer Ref... Dated... OIL's Tender..... Signed...... For & on behalf of...designation...