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

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

Material Description Quantity UOM

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

Supply of Batteries

: Material Description Quantity UOM

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

Oil India Limited (A Govt. Of India Enterprise)

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

NIT for Tender No. GCO 8644P13

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

TECHNICAL BID T 3627

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

Oil India Limited (A Govt. Of India Enterprise)

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

Material Description Quantity UOM

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

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

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

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

Tamil Nadu Handicrafts Development Corporation Ltd, Chennai. (Government of Tamil Nadu Undertaking)

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

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

SAVE ENERGY FOR BENEFIT OF SELF AND NATION

TECHNICAL SPECIFICATION FOR 11 KV AUTOMATIC CAPACITOR SWITCH

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

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

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

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

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

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

TECHNICAL BID T 3610

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

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

SECTION 1 SCOPE, SPECIFIC TECHNICAL REQUIREMENT AND QUANTITIES

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

INDIAN INSTITUTE OF TECHNOLOGY, KANPUR DEPARTMENT OF ELECTRICAL ENGINEERING

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

University of Peradeniya INVITATION FOR BIDS

(ISO 9001 CERTIFIED)

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

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


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

Dakshin Gujarat Vij Company Limited

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

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

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

DETAILS OF THE EXPRESSION OF INTEREST(EOI) NO.: PL.G03.EOI


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

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

TECHNICAL SPECIFICATION FOR 11 KV CAPACITOR BANK

SUPPLY OF HYDRAULIC AERIAL LADDER PLATFORM

SPECIFICATIONS FOR MOTOR OPERATED VALVES

CENTRAL UNIVERSITY OF JHARKHAND, RANCHI

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

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

INVITATION FOR TENDER FOR SUPPLY OF SOLAR PV SYSTEMS

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

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

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

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

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

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

: Material Description Quantity UOM

Section V DC Nickel Cadmium Alkaline BATTERY

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

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

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

REQUEST FOR QUOTATION

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

Fabrication and Supply of MPFT

Schedule No.: 13. Diesel Engine Driven Monoset Pumps for Agricultural Purposes

Tender Document for. NAME OF THE SUPPLIER / MANUFACTURER: NREDCAP Registration No: /

Delivery Schedule. Specification. Delivery Schedule. Specification

MAHARASHTRA NATURAL GAS LIMITED

OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

Department of Community Medicine

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

ii) PC based works station with monitor and printer having below mentioned specifications:

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

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

HARYANA POWER GENERATION CORPORATION LIMITED Regd. Office C-7, Urja Bhawan, Sector-6, Panchkula Corporate Identity Number: U45207HR1997SGC033517

City of Storm Lake Fire Department Heavy Rescue Specifications

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

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

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

INVITATION TO BID. January 10, 2018

GUWAHATI MUNICIPAL CORPORATION WATER WORKS :: PANBAZAR GUWAHATI

Central Electronics Limited Materials Management Division

ASSAM POWER GENERATION CORPORATION LIMITED. NOTICE INVITING TENDER

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

FREQUENTLY ASKED QUESTIONS ON AC REPLACEMENT SCHEME

01. Name of work : Hiring of A/C luxury cars and passenger Vans (As and when required) 02. Tender No. : BHE/M&S/TPT/ AC LUXURY CARS/11-12

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

INDIAN MARITIME UNIVERSITY KOLKATA CAMPUS

DISTRICT RURAL DEVELOPMENT AGENCY, SIVAGANGA SIVAGANGA DISTRICT. TENDER NOTICE NO.1287/2009/JDO Dated

Transcription:

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. B. C. Date Material Description GOD6396P13/1L 09.08.2012 Portable Fire Pump 2.0 Bid documents (Non transferable) can be purchased from till one day prior to the respective B.C. Dates on payment of tender fee of Rs.1,000.00 (excepting for PSUs and SSI units registered for the item) each through Crossed Demand Draft in favour of M/s. Oil India Limited payable at the place of purchase of tender document from a. Head - Materials, Oil India Limited, P.O. Duliajan, Assam -786602 b. Head -Calcutta Branch, Oil India Limited, 4,India Exchange Place, Kolkata - 700001 c. Senior Adviser(Contract & Purchase), Oil India Limited, Plot No. 19, Sector- 16 A, NOIDA-201301 d. Addl. Chief Materials Manager (Pipeline), Oil India Limited,PO: Udayan Vihar, Guwahati - 781171. 3.0 Detailed tender document will be available in OIL's website www.oil-india.com 4.0 To be eligible for issue of tender documents, the applicant must meet the following qualifying criteria (documentary evidence to be provided) : i. Successful execution of a single order of vlaue not less than the amount shown below for supply of similar items during last five years: Tender No. Single Order Value in Lakhs (Rs.) GOD6396P13/1L 7.18 ii. Annual turnover of the firm in any of the last three financial years or current financial year should be more than the amount as below : Tender No. Annual Turnover in Lakhs (Rs.) GOD6396P13/1L 14.35

Page : 1 / 6 OIL INDIA LIMITED Fax-91 0361 2643686 (A Govt. of India Enterprise) Email-oilmatpl@oilindia.in Udyan Vihar, Narengi, Guwahati, Assam Tender Fee Bid Security Amount : INR : INR 1,000.00 29,000.00 Bidding Type Bid Closing On Bid Opening On : Single Bid (Composite Bid) : 09.08.2012 at 13:00 hrs. (IST) : 09.08.2012 at 13:00 hrs. (IST) Performance Guarantee : Applicable OIL INDIA LIMITED invites Press tenders for items detailed below: Item No./ Mat. Code 10 0C000197 Material Description Quantity UOM PORTABLE FIRE PUMP 1. Capacity: 1600 LPM at 7 kg/cm2 2. Standard to be followed: IS:12717-1989/ Latest 3. Weight: The total weight of the unit with fuel shall not exceed 130 kg. 4. Material: Pump Casing, Delivery Outlets and Impeller: Aluminium alloy Grade 4600, of IS 617 :1975, Pump Shaft, Delivery Valve, Spindle and Wear Rings, Stainless steel Grade VII Cr 13 Ni 9 of IS 6603 : 1972, Fuel Tank, mild steel sheet conforming to IS 513 : 1986. Tubular Frame, mild steel tubes conforming to IS 3601 : 1984. Exhaust Gas Ejector Primer: Valve Body Aluminium alloy Grade 4600, of IS 617:1975 Priming Lever, Aluminium alloy Grade 4600, of IS 617 :1975, Priming Pipe, brass conforming to IS 407 :1981. Ejector Nozzle, Stainless steel Grade VII Cr 13 Ni 9 of IS 6603: 1972. 1 NO 5. Engine: The engine shall conform to IS 10004: 1981 and shall have sufficient power to give the required output. The engine shall be electric start with 12 V battery of 92 A capacity and be provided with a well designed hand starting back up device, preferably of the recoil rope type. The engine shall be fitted with generator/alternator for charging 12 volt battery. The cooling system, fuel tank, exhaust, etc. to be kept as per the standard. 6. Spark Arrestor: A spark arrestor to be provided to the engine exhaust. 7. Pump: The pump shall be single stage centrifugal type directly mounted to the engine and driven preferably through a flexible coupling. A drain plug shall be provided at the bottom of the pump casing/volute. The pump suction shall have round threads as per IS 902 : 1974. The delivery shall be fitted with two numbers of instantaneous couplings as per IS 902 : 1974 with screw down valves. The pump suction and delivery outlets shall be provided with blank caps. 8. Primer: The primer shall be preferably exhaust gas ejector type operated by the priming lever.

Page : 2 / 6 Item No./ Mat. Code Material Description Quantity UOM 9. Control Panel: The control panel shall include the following: a) Throttle control. b) Cold start control-choke, c) Primer control (lever), d) Ignition interrupter switch, e) Pump suction compound gauge, f) Pump delivery pressure gauge, g) Engine oil pressure gauge, h) Flood light, j) Engine water temperature gauge, and k) Engine battery condition indicator/meter. 10. Frame: It shall be fitted with 4 numbers (two forward and two rear) spring loaded lifting handle capable of folding inside when not in use. A pair of detachable wheels may be provided. 11. Workmanship and Finish: All parts of the unit shall have good workmanship. The frame and fuel tank shall be painted in fire red colour except the parts built of stainless steel namely, fuel tank, tubular frame work, etc. 12. Instruction Book and Equipment: a. Instruction book including both operating and normal maintenance procedures shall be provided for the guidance of the user. The book shall include an itemized and illustrated spare parts giving reference numbers of all the parts. b. Two sets of all books to be supplied with each pump 13. Marking: Each pump unit shall be clearly and permanently marked with the following information: a) Manufacturer's name and trade name, b) The output capacity of pump in 1/min, c) Weight of the pump set, d) Year of manufacture, e) Serial nos. and type of engine and pump, and f) Short instructions for operation of the pump set. 14. Tests: a. The impeller shall be dynamically balanced and the pump shall be hydraulically tested to a pressure of 16.5 kgf/cm2 for a period of 2 minutes. b. The pump shall be tested for its performance duties with only internal and suction strainer fitted at suction lift of 3 m. i) Output at pressure 7 kgf/cm2 : The rated value, (that is 1600 LPM) ii) Output at pressure 8.5 kgf/cm2 : 70 percent of rated Min Value c. Primer Test: Primer should be capable of lifting water from a depth of 7.0 m in 30 seconds when connected by 4 lengths of suction house of 2.5 m each (100 mm dia) (the depth measurable from the eye of the impeller). 20 0C000197 Specification same as Item No. 10. 1 NO Commisioning Charges

Page : 3 / 6 10 Commisioning at Johat Pump Station no.3, Jorhat P.O. Chengeligaon Dist.-Jorhat-781 010 Phone no. 0376-2350765 Pin-785 010 Phone No.-0376-2350765 20 Commissioning at Sonapur Pump Station No.8, Sonapur P.O. Haptiagach (Via Islampur) Dist.: Uttardinajpur, West Bengal Pin-733 202 Phone No.03526-268190 (O) 1 AU 1 AU Standard Notes: 1. In the event of an order following items should be provided alongwith each of the Pump units. Unit Cost of these spares, if any, shall be quoted Separately and the same will be considered for bid evalutation. a) 100 mm suction hose 2.5 m length with 100 mm suction hose couplings as per IS 902:1974/ Latest = 4 Nos b) Suction wrenches for 100 mm suction hose couplings as peris 4643 : 1968 ) = 2 pairs c) Suction strainer for 100 mm suction hose as per IS 907 : 1955 d) Basket strainer suitable for 100 mm suction hose; e) Adapter of size 65 mm (male) instantaneous coupling 100 mm female suitable for RT (right hand threads) f) Tools: A tool kit comprising all essential tools required for normal maintenance. 2. Bidders other than OEM must submit valid authorized dealership/authorization certificate from OEM along with their offer. 3. To evaluate the inter-se ranking of the offers, Assam Entry Tax on purchase value will be loaded as per prevailing government of Assam Guidelines as applicable on bid closing date. Bidders may check this With the appropriate authority, while submitting their bids. 4. Bidder should quote transportation charges on actual separately if not included in basic price. Transportation charges have to be quoted for transmportation by mode as below:- i) For consignments weighing around 50 Kgs, Actual transportation charge to be quoted for transportation by courier service (Air/Road). s ii) For consignment weighing more than the weight mentioned in Sl.No.(i), actual transportation cost shall be quoted for transportation by Road transport. 5. Please confirm acceptance of NIT payment terms. 6. Terms and conditions applicable to this tender is enclosed vide Annexure-II to VI. 7. Any sum of money due and payable to the contractor (including Security Deposit refundable to them under this or any other contract may be appropriated by Oil India Limited and set off against any claim of Oil India Limited (or such other person or persons contracting through Oil India Limited) for payment of a sum of money arising out of this contract or under any

Page : 4 / 6 other contract made by the contractor with Oil India Limited (or such other person or persons contracting through Oil India Limited. 8. Any statutory variation (increase /decrease )in the rate of excise duty /sales tax/customs Duty or any statutory levy after the closing date of tenders/revised priced bid, as the case may be, but within the contractual delivery /completion period will be to the account of OIL subject to documentary evidence. However,any increase in excise duty /sales tax /Customs Duty or any statutory levy after the expiry of the scheduled date of delivery shall be to the supplier's account. Special Notes : 1. Bid document has also been displayed in OIL's Website (www.oil-india.com) 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 mentioned in the tender notification. PSUs and SSI units are provided tender document free of cost, however they have to apply to OIL's designated office to purchase the tender documents before the last date of sale of tender document mentioned in the tender. On fulfillment of eligibility criteria the tender documents are provided free of cost to PSUs and SSI units. Proof of purchase of tender document must be submitted along with the offer, failing which offers will be treated as unsolicited. 2. Spares: Spares for a period of two years shall be quoted separately indicating unit rate. However, this will not considered bid evaluation. The procurement of the spares will be solely at OIL's discretion. 3. Pre dispatch Prior to dispatch from supplier's works all the performance tests shall be carried out by the vendor in presence of OIL The supplier has to intimate at least two weeks in advance. However all to and fro fares, boarding, lodging etc. of OIL's personnel will be to OIL's account. Pre despatch inspection charge if any shall be quoted separately which will be considered for bid evaluation. Bidder must take note of the same. 4. In the event of an order, the successful bidder has to deliver the material at the following staions : i) Pump Station -3, Jorhat, in Assam,Pin - 781 010 ii) Pump Station -8, Sonapur in West Bengal, around 55 Km from New Jalpaiguri. Pin - 733 202 5. Installation and commissioning has to be done by successful bidder at Pump station no 3 & pump station no 8 (address as indicated above) Installation & commissioning charges shall be quoted separately and the same will be considered for bid evaluation. While quoting Installation & Commissioning charges above, bidder should take into account all charges including to and fro fares, boarding/lodging, local transport and other expenses of supplier's personnel during their stay at various locations mentioned above. All Personal, Income, Service, Corporate Taxes etc. towards the services provided under installation/commissioning shall be borne by the supplier. 6. In the event of order, the pump to be supplied conforming to IS:12717-1989/ Latest. 7. The bidder must specify the brand name of the item in the offer. 8. The Vendor should submit the following documents along with the offer:

Page : 5 / 6 a) Catalogue/ brochures b) Details and drawings of the offered Portable Fire Pump c) Performance charts/ curves. 9. Any deviations from the above specification may be clearly and separately mentioned in the offer. 10. GUARANTEE : In the event of an order,successful bidder shall provide guarantee for the supplied materials for a period of 12 months from the date of installation or 18 months from the date of supply, whichever is earlier. 11. Oil reserves the right to seek clarification on BRC points also. 12.BID REJECTION CRITERIA (BRC) / BID EVALUATION CRITERIA (BEC) In addition to BEC / BRC as per General Terms and Conditions vide annexure-ii of General Terms and conditions,the following clause will be applicable against this tender. 13. BID REJECTION CRITERIA (BRC) The bid must conform to the specifications, terms and conditions given in the enquiry. Bid will be rejected in case the items offered do not conform to all the required technical National and International Standards wherever stipulated. Notwithstanding the general conformity of the bids to the stipulated specifications, terms and conditions. The following requirements shall have to be particularly met by the bidders, without which the offer will be considered as non responsive and rejected. (A) TECHNICAL: i) The offered pump must be conforming to IS:12717-1989/ Latest meeting delivery parameters 1600 LPM at 7 kg/cm2 ii) The bidder should be an OEM or Authorized Dealer of OEM of the pump or an OEM approved Assembler of Pump Sets. In all cases the bidder has to purchase the engine from an OEM or their Authorized Dealer. Documentary evidence in this regard must be enclosed with the offer. iii) If the bidder is an OEM approved assembler of pump sets, he must purchase the pump and the engine from OEM or their authorized dealer. Documentary evidence in this regard must be enclosed with the offer.oem approved Assembler should indicate that necessary infra structural facilities for fabrication and load testing of the pump set are available with them. iv) Bidders other than the OEM must furnish the following undertaking from the OEM. "Date of manufacture, make, model, serial no., test certificate, literatures and parts book of the pump will be supplied if order is placed on the bidder." (B) COMMERCIAL : i) Bid Security: All Bids must be accompanied by Bid Security of Rs 29,000.00 Please refer annexure-ii of General Terms and conditions for Indigenous Tenders for details. Any bid not accompanied by a proper Bid Security (in Original) in conformity with Clauses 12.0 and 12.1 of Annexure-II of General Terms and conditions will be rejected outright without any further reference. For exemption for submission of Bid Security, please refer Clause No. 14.0 of annexure-ii of General Terms and conditions. The Bid Security shall be valid for six months from the date of bid

Page : 6 / 6 opening. ii) Performance Bank Guarantee : In the event of an order,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 arrival of goods at site / successful commissioning of the equipment, where commissioning is involved 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. iii) Validity of the bid shall be minimum 120 days. Bids with lesser validity will be rejected. 14. 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 : All materials as indicated in the indent should be offered. If any of the items not offered by the bidder, the offer will not be considered for evaluation. (B) COMMERCIAL : As given in Annexure-II to Annexure-VI. 15. Other terms and conditions of the enquiry shall be as per annexure-ii of General Terms and conditions. However, if any of the Clauses of the Bid Rejection Criteria / Bid Evaluation Criteria (BEC / BRC) contradict the Clauses of the tender or annexure-ii of General Terms and conditions elsewhere, those in the BEC / BRC shall prevail.