request for quotation (rfq) - gailtenders.ingailtenders.in/writereaddata/tender/mr 7910 glycol...

28
6907_RFQ_Glycol Reboiler Package_0660 Page 1 of 3 Regd. Office: Engineers India Bhawan, 1-Bhikaiji Cama Place, New Delhi - 110 066, India. Phone No. : +91-11 2676 2121; Fax No. : + 91-11 26191714 / 26167664 REQUEST FOR QUOTATION (RFQ) *Bidding Document No. : SPL/6907-012-LZ-MR-7910/660 Dated: 26-October-2010 Client Brahmaputra Cracker & Polymer Limited, Lepetkata, Assam (India) Project Brahmaputra Petrochemical Complex MR No. 6907-012-LZ-MR-7910 Rev. B Item GLYCOL REBOILER PACKAGE Bid Due Date & Time 08-December-2010 Up to 1400 Hrs.(IST) UNPRICED BID OPENING : Public Opening at 1500 Hrs. (IST) on 08-December-2010 at Business Centre, EI Annexe, UG Floor, Bhikaiji Cama Place, RK Puram, New Delhi -110066, (India). PRICED BID OPENING : Public Opening Date, Time and Venue shall be intimated later to Technically & Commercially acceptable bidders Gentlemen, 1. Bids are requested on behalf of our client M/s. Brahmaputra Cracker & Polymer Ltd. for the captioned item in total compliance to Bidding Documents. Your offer must be complete in all respect and must contain confirmation/compliance to complete Bidding Document (Commercial & Technical) without any deviations, failing which your offer will be liable for rejection. Please note that issuance of technical and commercial queries is not envisaged and your offer will be evaluated based on input given therein. 2. Delivery / Completion period: Delivery period shall be as per Global Notice for Invitation for Bids. For Indian Bidder date of LR/GR shall be considered as date of delivery. For Foreign Bidder date of clean Billing of Lading shall be considered as date of delivery. 3. Payment Terms shall be as per clause No. 13.4 & 13.5 for foreign bidders and 13.4, 13.5 & 13.6 for Indian bidders and Mode of payment as per clause no. 16 of Special Conditions of Contract (SCC – Goods). 4. The offer should be valid for 04 (Four) months from final Bid Due Date. 5. Bidders are requested to quote their best prices considering the fact that price negotiation, if required, may be held with the lowest bidder only. 6. Bidders are not allowed to submit alternate offer. In case any alternate offer is submitted same shall not be considered. 7. Bidders shall ensure that all pages of their price bids have been signed and contain prices without any overwriting or hand corrections using correction fluid, otherwise their price bids shall be liable for rejection. In case of any discrepancy between Unit and Total prices, Unit prices shall prevail. 8. Bids complete in all respects should reach our office (as per the address mentioned on cut-out slip) on or before the BID-DUE DATE & TIME. Bids received after the due date and time will not be opened. Fax/E-Mail bids will not be accepted. 9. While mailing the bids, Foreign Bidders are required to submit their bids through their courier/ freight forwarding agents on free domicile shipment basis (where all the charges including customs duty are to be borne by the bidder) on free delivery to EIL.

Upload: trankhanh

Post on 05-Apr-2018

214 views

Category:

Documents


1 download

TRANSCRIPT

6907_RFQ_Glycol Reboiler Package_0660 Page 1 of 3  

Regd. Office: Engineers India Bhawan, 1-Bhikaiji Cama Place, New Delhi - 110 066, India.

Phone No. : +91-11 2676 2121; Fax No. : + 91-11 26191714 / 26167664

REQUEST FOR QUOTATION (RFQ) *Bidding Document No. : SPL/6907-012-LZ-MR-7910/660 Dated: 26-October-2010

Client Brahmaputra Cracker & Polymer Limited, Lepetkata, Assam (India)

Project Brahmaputra Petrochemical Complex MR No. 6907-012-LZ-MR-7910 Rev. B Item GLYCOL REBOILER PACKAGE

Bid Due Date & Time

08-December-2010 Up to 1400 Hrs.(IST)

UNPRICED BID OPENING : Public Opening at 1500 Hrs. (IST) on 08-December-2010 at Business Centre, EI Annexe, UG Floor, Bhikaiji Cama Place, RK Puram, New Delhi -110066, (India).

PRICED BID OPENING : Public Opening Date, Time and Venue shall be intimated later to Technically & Commercially acceptable bidders

Gentlemen, 1. Bids are requested on behalf of our client M/s. Brahmaputra Cracker & Polymer Ltd. for the

captioned item in total compliance to Bidding Documents. Your offer must be complete in all respect and must contain confirmation/compliance to complete Bidding Document (Commercial & Technical) without any deviations, failing which your offer will be liable for rejection. Please note that issuance of technical and commercial queries is not envisaged and your offer will be evaluated based on input given therein.

2. Delivery / Completion period: Delivery period shall be as per Global Notice for Invitation for Bids.

For Indian Bidder date of LR/GR shall be considered as date of delivery. For Foreign Bidder date of clean Billing of Lading shall be considered as date of delivery.

3. Payment Terms shall be as per clause No. 13.4 & 13.5 for foreign bidders and 13.4, 13.5 & 13.6 for Indian bidders and Mode of payment as per clause no. 16 of Special Conditions of Contract (SCC – Goods).

4. The offer should be valid for 04 (Four) months from final Bid Due Date. 5. Bidders are requested to quote their best prices considering the fact that price negotiation, if

required, may be held with the lowest bidder only.

6. Bidders are not allowed to submit alternate offer. In case any alternate offer is submitted same shall not be considered.

7. Bidders shall ensure that all pages of their price bids have been signed and contain prices without any overwriting or hand corrections using correction fluid, otherwise their price bids shall be liable for rejection. In case of any discrepancy between Unit and Total prices, Unit prices shall prevail.

8. Bids complete in all respects should reach our office (as per the address mentioned on cut-out slip) on or before the BID-DUE DATE & TIME. Bids received after the due date and time will not be opened. Fax/E-Mail bids will not be accepted.

9. While mailing the bids, Foreign Bidders are required to submit their bids through their courier/ freight forwarding agents on free domicile shipment basis (where all the charges including customs duty are to be borne by the bidder) on free delivery to EIL.

6907_RFQ_Glycol Reboiler Package_0660 Page 2 of 3  

10. The bidder shall bear all costs associated with the preparation and submission of bid, and the Purchaser/Consultant shall in no case be responsible or liable for these costs regardless of the conduct or outcome of the bidding process.

11. Bidder shall submit along with unpriced bid duly filled in signed and stamped Agreed Terms & Conditions (ATC).

12. EIL reserves the right to use in house information for assessment of Bidder’s capabilities for consideration of bid.

13. The Un-priced Bid shall be opened in the presence of attending representative of Bidders, having authorisation letter from their competent authority as per proforma enclosed. The Bidder's representative who is present shall sign a Bid opening statement evidencing their attendance. Bidders, whose bids are not opened for any reasons, will not be allowed to be present during bid opening. During opening Bidder's names shall only be announced.

14. Clause No. 9.7.3 (Page No. 6 of 16) of the Instructions to Bidder stands deleted and replaced as follows:

“Owner/EIL reserves the right to place the order on any of the above specified price basis. In case of award, initially the Purchase Order (PO) shall be placed on FOB basis and Owner reserves the right to convert the same to CFR basis within 6 Months from date of Fax of Acceptance (FOA), or minimum 45 days from the date of receipt of complete shipping details. Seller shall furnish all the requisite shipping details like (Volume, Size etc of the consignment) within 15 days of issue of FOA. In case all requisite documents / information is not received within 15 days of issue of FOA, 45 days time for conversion from FOB to CFR shall be reckoned from the date of receipt of all requisite data”.

15. Order Of Precedence

In case of an irreconcilable conflict between RFQ Covering Letter, Instructions to Bidders, Special Conditions of Contract (Goods) & General Conditions of Contract (Goods) the following shall prevail to the extent of such irreconcilable conflict in order of precedence:

i) RFQ Covering Letter ii) Instructions to Bidders iii) Special Conditions of Contract (Goods) iv) General Conditions of Contract (Goods)

16. Seller requiring dispatches from multiple dispatch points should be restricted to maximum three dispatch points unless advised otherwise by EIL.

17. We reserve the right to make any changes in the terms and conditions of purchase and to reject any or all the bids without giving any reasons.

18. In case of any query following may be contacted: i) Mr. S.P. Laumas Asstt. General Manager (C&P) Ph. No. 91-11-2676 2091 E-mail : [email protected]

ii) Mr. Rakesh Kumar Engineer (C&P) Ph. No. 91-11-2676 3091 E-mail: [email protected]

* Please specify Bidding Document No. in all correspondence

THIS IS NOT AN ORDER Very truly yours,

For & on behalf of Client

(S.P. LAUMAS) Asstt. General Manager (C&P)

Engineers India Limited

Enclosures: AS PER LIST ATTACHED

6907_RFQ_Glycol Reboiler Package_0660 Page 3 of 3  

LIST OF ENCLOSURES

DOCUMENT WITH RFQ IN HARD COPY FILE NAME Applicability for this RFQ

1.0 Cut-out Slips Attached Applicable

2.0 Price Schedule Attached Applicable

3.0 Global Notice for Invitation for Bids Attached Applicable

4.0 CD– Commercial (Rev E.)

i) Acknowledgement Letter Acknowledgement Letter Applicable

ii) Agreed Terms & Conditions for Indian Bidders

ATC- Indian Bidder Applicable

iii) Agreed Terms & Conditions for Foreign Bidders

ATC Foreign Bidder Applicable

iv) Instructions To Bidders (ITB) Instructions To Bidders Applicable

v) Forms & Formats Forms & Formats Applicable

vi) General Conditions of Contract (Goods). GCC - Goods Applicable

vii) Special Conditions of Contract (Goods). SCC-Goods Applicable

viii) Packing, Marking, Shipping& Documentation Specifications for Indian Bidders

PMS-Indian Bidder Applicable

ix) Packing, Marking, Shipping& Documentation Specifications for Foreign Bidders.

PMS-Foreign Bidder Applicable

x) Special Packing Requirements SPR Applicable

xi) Vendor performance evaluation criteria. Vendor Performance Evaluation

Applicable

xii) Enterprise Information with respect to Micro, Small and Medium Enterprises Development Act, 2006 (to be submitted by Indian Bidder along with offer duly filled, signed & stamped)

Enterprise Information Applicable

xiii) Terms & Conditions for Supervision T & C Supervision Applicable

xiv) Terms & Conditions for Site Work T & C Site Work Not Applicable

5.0 CD – Technical Material Requisition No. 6907-012-LZ-MR-7910 Rev. B

Refer MR Applicable

Cut‐Out‐Slips      Page 1 of 4  

DO NOT OPEN - THIS IS A QUOTATION

PART- I (UN-PRICED BID)

Client : Brahmaputra Cracker and Polymer Ltd. Lepetkata, Assam (India)

Project : Brahmaputra Petrochemical Complex

Bidding Document No : SPL/6907-012-LZ-MR-7910/660

Item : GLYCOL REBOILER PACKAGE

Due Date : 08-December-2010 Upto 1400 Hrs (IST)

From: To :

Mr. S.P. LAUMAS AGM (C&P) Engineers India Limited EI Annexe, 2nd Floor, 1, Bhikaiji Cama Place, New Delhi – 110066, (India) Phone: +91-11-26762091, 26762090 Fax No. +91-11-26191714, 26167664 Email: [email protected]

{To be pasted on the envelope containing PART-I (UNPRICED BID)}

Cut‐Out‐Slips      Page 2 of 4  

DO NOT OPEN - THIS IS A QUOTATION

PART- II (PRICED BID)

Client : Brahmaputra Cracker and Polymer Ltd. Lepetkata, Assam (India)

Project : Brahmaputra Petrochemical Complex

Bidding Document No : SPL/6907-012-LZ-MR-7910/660

Item : GLYCOL REBOILER PACKAGE

Due Date : 08-December-2010 Upto 1400 Hrs (IST)

From : To :

Mr. S.P. LAUMAS AGM (C&P) Engineers India Limited EI Annexe, 2nd Floor, 1, Bhikaiji Cama Place, New Delhi – 110066, (India) Phone: +91-11-26762091, 26762090 Fax No. +91-11-26191714, 26167664 Email: [email protected]

{To be pasted on the envelope containing PART-II (PRICED BID)}

                                                                                                                                

Cut‐Out‐Slips      Page 3 of 4  

DO NOT OPEN - THIS IS A QUOTATION

PART- III (BID SECURITY / EMD)

Client : Brahmaputra Cracker and Polymer Ltd. Lepetkata, Assam (India)

Project : Brahmaputra Petrochemical Complex

Bidding Document No : SPL/6907-012-LZ-MR-7910/660

Item : GLYCOL REBOILER PACKAGE

Due Date : 08-December-2010 Upto 1400 Hrs (IST)

From: To:

Mr. S.P. LAUMAS AGM (C&P) Engineers India Limited EI Annexe, 2nd Floor, 1, Bhikaiji Cama Place, New Delhi – 110066, (India) Phone: +91-11-26762091, 26762090 Fax No. +91-11-26191714, 26167664 Email: [email protected]

{To be pasted on the envelope containing PART- III (BID SECURITY/EMD)}

 

 

 

Cut‐Out‐Slips      Page 4 of 4  

 

 

DO NOT OPEN - THIS IS A QUOTATION

PART- I, II & III

Client : Brahmaputra Cracker and Polymer Ltd. Lepetkata, Assam (India)

Project : Brahmaputra Petrochemical Complex

Bidding Document No. : SPL/6907-012-LZ-MR-7910/660

Item : GLYCOL REBOILER PACKAGE

Due Date : 08-December-2010 Upto 1400 Hrs (IST)

From: To :

Mr. S.P. LAUMAS AGM (C&P) Engineers India Limited EI Annexe, 2nd Floor, 1, Bhikaiji Cama Place, New Delhi – 110066, (India) Phone: +91-11-26762091, 26762090 Fax No. +91-11-26191714, 26167664 Email: [email protected]

{To be pasted on the outer envelope containing PART- I (UNPRICED BID), PART-II (PRICED BID) & PART-III (BID SECURITY / EMD)}

1

GLOBAL NOTICE FOR INVITATION FOR BIDS (IFB) FOR

GLYCOL REBOILER PACKAGE AT BRAHMAPUTRA PETROCHEMICAL COMPLEX PROJECT, ASSAM

(BIDDING DOCUMENT NO. SPL/6907-012-LZ-MR-7910/660) (INTERNATIONAL COMPETITIVE BIDDING)

1.0 PROJECT DETAILS 1.1 M/s Brahmaputra Cracker and Polymer Limited (BCPL) a Public Sector Undertaking and

a Joint Venture Company of M/s GAIL (India) Ltd., M/s Oil India Ltd., M/s Numaligarh Refinery Ltd. and Government of Assam is putting up a grass root petrochemical complex at Lepetkata, Dibrugarh, Assam, involving Ethylene Cracker Unit designed for production capacity of 220,000 TPA of polymer grade Ethylene and 60,000 TPA of polymer grade Propylene in 8,000 operating hours per annum, Down Streams, Utilities and Offsite.

1.2 Engineers India Limited (EIL) on behalf of M/s Brahmaputra Cracker and Polymer Limited invites sealed Bids for above mentioned item as per scope mentioned in the Bidding Documents.

2.0 BRIEF SCOPE OF WORK AND SUPPLY INCLUDING BRIEF DESCRIPTION OF SYSTEM The Fired tube type Glycol Reboiler Pacakge Supplier shall meet the following minimum qualification and experience criteria as applicable for the scope of work briefly outlined below JOB DESCRIPTION

Supply of Fire tube type Glycol Reboiler Package having design heat duty of 0.9 MM Kcal/hr on Single Point Responsibility Vendor (SPRV) basis generally comprising of , but not limited to, the following major parts including piping, structural work, electrical and instrumentation within the package battery limit.

S. No. Description

1 Reboiler shell with supports 2 Fire tube, burners with flame arrester and Burner Management System 3 Exhaust piping

4 Skid structural complete with mounted electrical, instrumentation and piping within battery limit

2.1 The brief scope of work envisaged under this MR involves the following:

(i) Complete Design ( Process, Thermal and mechanical) and engineering

(ii) Procurement of materials and bought out components

(iii) Manufacturing, assembly at shop.

(iv) Inspection and testing

(v) Mounting on skid

(vi) Insulation and painting

(vii) Packing and forwarding

2

(viii) Furnishing Performance guarantee

(ix) Supervision of erection, Commissioning and Performance Guarantee Test

Run. 3 DELIVERY / COMPLETION PERIOD FOR SUPPLY AS PER MR

a. Indian Bidder: Delivery Period: Within 9(Nine) Months on FOT Dispatch Point Basis from the Date of Issue of Fax of Acceptance

b. Foreign Bidder: Delivery Period: Within 8 (Eight) Months on FOB International Port of Exit Basis from the Date of Issue of Fax of Acceptance

4 SALIENT FEATURES OF BID DOCUMENTS

a) BID Document No. : SPL/6907-012-LZ-MR-7910/660

b) BID Document on Sale : From 26-10-2010 to 07-12-2010

(1400 Hrs.(IST) to 1600 Hrs(IST).)

c) BID Document Fee (Non Refundable)

: For Foreign Bidders: USD 100/- or INR 4,500/- (Foreign Bidders can purchase the Bidding Document directly or through their authorised Indian Representative)

For Indian Bidders: INR 4,500/- Small Scale Industries registered with NSIC and Public Sector Undertakings in India are not required to pay the Bidding Document Fee. However, Industries registered with NSIC shall provide necessary documentary evidence that they are registered for the items they intent to quote

d) Bid Security / Earnest Money Deposit

: Indian Bidder : INR 4,00,000.00

Foreign Bidder: USD 9,000.00 Small Scale Industries registered with NSIC & Public Sector Undertakings in India are exempted from submitting Bid Security/ EMD.

e) Last date of Receipt of Bidder's Queries for Pre-Bid Conference

: 10-11-2010

f) Pre-Bid Conference : At 1100 Hrs (IST) on 11-11-2010 at EIL’s office in New Delhi.

g) Last Date and time for submission of Bids

: Upto 1400 Hrs(IST) on 08-12-2010

h) Opening of Techno-Commercial (Unpriced) Bids

: At 1500 Hrs(IST) on 08-12-2010

(In presence of authorised representative of attending bidders).

3

i) Place of submission of bids : Receipt Section, Engineers India Limited EI Annexe, 1, Bhikaiji Cama Place, R.K. Puram, New Delhi-110066

If any of the cut off date identified above happens to be EIL holiday, the next working day shall be implied.

4.1 Small scale Industries registered with NSIC and Government PSUs are not required to pay the bid document Fee. However, Industries registered with NSIC shall provide necessary documentary evidences that they are registered for the items they intend to quote, whereas PSUs shall submit declaration to this effect that they are PSU and are eligible for getting bid documents free of cost.

4.2 Bidding document can be purchased by interested Bidder on any working day (Monday to Friday) during sale period from Cashier (Cash & Bank), Engineers India Ltd., EI Annexe, UG Floor, 1, Bhikaiji Cama Place, New Delhi-110066 on written request and upon payment of non-refundable Document Fee in Indian Rupees (INR) for Indian bidder and US Dollar (USD) or Indian Rupees (INR) for foreign bidder payable through crossed demand draft from a first class International Bank or an Indian Nationalised Bank, in favour of Brahmaputra Cracker & Polymer Limited payable at Dibrugarh (Assam), India. Request for sending Bidding Document by Post/ Courier or any other mode shall not be entertained. The complete Bidding document is also available on the website of EIL www.indianprocessplants.com Bidders desirous to submit their bid on the basis of downloaded document shall pay cost of Bidding document by crossed demand draft from a first class International Bank or an Indian Nationalized Bank, in favour of Brahmaputra Cracker & Polymer Ltd. payable at Dibrugarh (Assam), India along with the Techno-Commercial Bid, failing which their Bid shall not be considered for opening/ evaluation.

4.3 Bids must be accompanied with the Bid security as mentioned above in the form of Demand draft or non-revocable Bank Guarantee in favour of Brahmaputra Cracker & Polymer Ltd. payable at Dibrugarh (Assam), India. The bank guarantee in case of Indian Bidder should be from any Indian Scheduled Bank or a branch of any International Bank situated in India and registered with Reserve Bank of India as scheduled foreign bank and in case of Foreign Bidder, from any reputed International Bank or Indian Schedule Bank. However, other than the Nationalised Indian Banks, the banks whose BGs are furnished, must be commercial banks having net worth in excess of Rs. 1000 millions or US $ 22 million and a declaration to this effect should be made by such commercial bank either in the bank guarantee itself or separately on a letter head.

.

4.4 Bids not accompanied with requisite Bid Security /EMD or Bid Security/EMD not in the requisite form shall be considered as non–responsive and such Bids shall be rejected. However, Small scale Industries registered with NSIC and Government PSUs are exempted from furnishing Bid Security / EMD. Small scale industries registered with NSIC shall provide necessary documentary evidences that they are registered for the items they intend to quote .

5 BIDDER’S QUALIFICATION CRITERIA (BQC)

A TECHNICAL CRITERIA: EXPERIENCE / FACILITIES REQUIRED

5.1 Bidder shall be a regular and reputed designer and supplier of fired tube type Glycol Reboilers Package and presently continuing the same.

5.2 Bidder shall have experience of design and supply of at least two numbers of fired tube type

Glycol Reboiler Packages of minimum 0.54 MM Kcal/hr duty in the last seven years out of

4

which at least one should be in successful operation for last two years. These should have been supplied based on Single Point Responsibility Vendor (SPRV)

5.3 The model of burner proposed to be used for this job shall be from a regular suppler of

burner having a Proven Track Record (PTR) of having supplied two burners of same model for similar applications in last seven years out of which at least one should be operating for last two years.

5.4 The pressure vessel shall be fabricated in a shop having “U” code stamp or which has been approved by EIL. Alternatively, the pressure vessel for this job should be fabricated in the shop which had manufactured the pressure vessels of the qualifying jobs as per para 5.2 above.

B FINANCIAL CRITERIA: 6.1 Minimum Annual Turnover achieved by the bidder in any of the preceding Three (3)

financial years shall be

MINIMUM ANNUAL TURNOVER REQUIREMENT

For Indian Bidders (In Lakhs INR)

For Foreign Bidders (In Thousand USD)

100.00 222.00

6.2 The Net Worth of the Bidder during the last Financial Year shall be positive.

6.3 The bidder should have minimum working capital as mentioned below during the last financial year. If the bidder’s working capital is inadequate, the bidder shall supplement this with a letter issued by his Banker having net worth not less than Rs.100 Crore or US $ 22 Million conforming the availability of line of credit to meet the specified working capital.

MINIMUM WORKING CAPITAL REQUIREMENT

For Indian Bidders (In Lakhs INR)

For Foreign Bidders (In Thousand USD)

20.00 44.44

7.0 SUBMISSION OF DATA ALONG WITH OFFER

i) Bidder shall submit reference list (identifying the qualifying job as per para 5 above)

which should be filled up for each Fired tube type Glycol Reboiler Package designed and supplied by him. For all design and supplies on SPRV basis which meet the qualifying criteria as per para 5 above, data should be furnished in TABLE 1 pro forma attached and should cover Client/Plant, duty, metallurgy, year of supply, year of commissioning and adequately addressing the requirements of experience criteria stated in para 5 above.

ii) Bidders shall also submit all documentary evidences in support of the qualifying jobs e.g. copy of work orders, detailed scope, extent of subcontracting any portion of work, User Client’s certificate for successful operation, etc.

iii) Bidder shall submit the details of burner model proposed for this job along with the documents (including User Client’s certificate for satisfactory operation ) to establish the PTR requirements as given in para 5.3 above.

iv) Bidder shall submit the details of the shop proposed for pressure vessel fabrication as per para 5.4 above

v) The Bidder must furnish documentary evidence such as Purchase Order, Completion / Satisfactory Operation Certificate & other necessary details / documents along with

5

Audited Balance Sheets or Audited Financial Statements including Profit & Loss Account, Auditor Reports etc. with the Bid in support of their meeting Bidder Qualification Criteria (Technical & Financial). Bidders should ensure submission of complete information /documentation in first instance itself. In case of Foreign Bidder, all the supporting documents pertaining to qualification criteria, submitted as evidence shall be certified true copies duly signed, dated and stamped by an official authorised for this purpose in Indian embassy/High Commission in Bidder’s country. Bidders should ensure submission of complete information /documentation in first instance itself. BCPL/EIL reserve the right to complete the evaluation based on the details furnished without seeking any additional information.

8 PRE-BID MEETING: a. Pre-bid Meeting shall be held at Engineers India Limited, Engineers India

Bhawan, 1, Bhikaiji Cama Place, New Delhi– 110066. Bidders or their authorized representatives are requested to attend the Pre-Bid Meeting so that their queries, if any related to the Bid Document and Scope of Work can be addressed during the meeting.

b. The bidders are requested to send their queries, if any on the BID Document, by courier or by Fax/ e-mail to reach EIL well before the pre-bid meeting. The clarifications shall be provided during the pre-bid meeting.

c. Non attendance of the pre-bid meeting shall not be a cause of disqualification of

the bidder. 9 GENERAL:

d. BCPL/EIL reserves the right to assess Bidder's capability to execute the work using in house information and by taking into account various aspects such as concurrent commitments and performance during evaluation of bids.

e. Late Bid(s) shall not be accepted.

f. BCPL/EIL shall not be responsible for any costs or expenses incurred by Bidder

in connection with the preparation or delivery of Bids, site-visit and other expenses incurred during bidding process.

g. Bidder is to ensure compliance of all provisions of the BID Document and submit their bid accordingly. Bids with any deviation to the bid conditions shall be liable for rejection.

h. Bidder shall purchase BID document in his own name and submit the bid directly. The BID document is non-transferable. Bid submitted by Bidder who has not purchased the BID document directly will be rejected.

i. Sealed Bids shall be received upto the last date and time as specified above Time and date of opening of Price Bids shall be intimated only to qualified and techno-commercially acceptable Bidder(s) at a later date. Incomplete offers shall not be considered for evaluation.

j. BCPL/EIL shall follow purchase preference policies as per prevailing guidelines of the Govt. of India.

k. Bidder should not be black listed with any PSU and should not be on holiday list of BCPL/EIL/GAIL

l. Bidder should not be under liquidation, court receivership or similar proceedings.

6

m. Bids sent through Fax/ E-Mail shall not be accepted. n. Bids from Consortium/ Unincorporated Joint Venture shall not be accepted. . o. BCPL/EIL reserve the right to reject any or all Bids received without assigning

any reason. p. Bidders quoting for the subject work & not enlisted with EIL may like to get

enlisted with EIL. Details of enlistment are available on EIL website www.indianprocessplants.com

q. Contact person: AGM (C&P), Engineers India Limited, EI Annexe-2ND floor, 1, Bhikaiji Cama Place, New Delhi-110066. Telephone: 91-11-26762091, 26763091, Telefax: +91-11-26167664 E-mail: [email protected] / [email protected]

ASSTT. GENERAL MANAGER(C& P) . ENGINEERS INDIA LIMITED – NEW DELHI

.

GLOBAL NOTICE FOR INVITATION FOR BIDS (IFB)

BIDDING DOCUMENT NO. SPL/6907-012-LZ-MR-7910/660 Engineers India Limited (EIL) on behalf of Brahmaputra Cracker and Polymer Limited (BCPL) invites sealed bids for the following works:

Name of Item Cost of Bid Document Sale Period of Bid Document

Bid due date/Time

GLYCOL REBOILER PACKAGE FOR BRAHMAPUTRA PETROCHEMICAL COMPLEX

For Foreign Bidders: USD 100/-(US Dollars One Hundred only) or INR 4,500/- (Indian Rupees Four Thousand Five Hundred only) For Indian Bidders: INR 4,500/- (Indian Rupees Four Thousand Five Hundred only) Mode of Payment: Demand Draft in favour of M/s Brahmaputra Cracker & Polymer Ltd. payable at Dibrugarh (Assam), India.

From:

26-10-2010 to

07-12-2010 [1400 Hrs(IST)

to 1600 Hrs. (IST)]

On 08-12-2010 Up to

1400 Hrs (IST)

Contact person: AGM (C&P), Engineers India Limited, EI Annexe-2ND floor, 1, Bhikaiji Cama Place, New Delhi-110066. Telephone: 91-11-26762091, 26763091, Telefax: +91-11-26167664 E-mail: [email protected] / [email protected] For detailed IFB and BID Documents, visit website www.indianprocessplants.com

ASSTT. GENERAL MANAGER (C& P)

. ENGINEERS INDIA LIMITED – NEW DELHI

Format No. EIL 1641-1924 Rev. 1

BIDDER’S QUALIFICATION CRITERIA (TECHNICAL) FOR

GLYCOL REBOILER PACKAGE

DOCUMENT No. 6907-012-05-42-MD-92 Rev. A

Page 1 of 8

Copyright EIL – All rights reserved

TABLE-1

SUBJECT: EXPERIENCE DETAILS OF DESIGN AND SUPPLY (ON SPRV BASIS) BY

GLYCOL REBOILER PACKAGE VENDOR SL. NO.

SUBJECT DETAILS

1. Name of Work

2. Details of User Client and Consultant/ Buyer

USER CLIENT CONSULTANT/BUYER

2.1 Name

2.2 Name of Officer In-charge, Designation

2.3 Postal Address

2.4 Phone, Fax, e-mail Phone : Fax : e-mail :

Phone : Fax : e-mail :

3. Work Details 3.1 Scope of Work

(Refer Clause 2.0 of BQC)

3.2 Contract Value Awarded - Executed -

3.3 Time Schedule Date of Award of Work - Time Schedule - Months Schedule Date of Delivery - Actual Date of Delivery - Actual Date of commissioning -

3.4 Inspection Agency Name of the Agency :

3.5 Erection and commissioning

Whether included in scope (yes/no) -

BIDDER’S QUALIFICATION CRITERIA (TECHNICAL) FOR

GLYCOL REBOILER PACKAGE

DOCUMENT No. 6907-012-05-42-MD-92 Rev. A

Page 2 of 3

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

SL. NO.

SUBJECT DETAILS

4.0 Technical Parameter A. Duty in MM Kcal/hr :

B. Glycol Flow rate and % evaporation -:

C. Skid Size Supplied (LxWxH) :

Skid Weight :

D. Pressure Vessel - 1. Design Pressure 2. Design temp 3. MOC 4. Diameter 5. Length E. Fire tube

1. Dia x Thk 2. MOC

3. Length.

F. Burner Details

Model number

Duty

Fuel

Number of burners

Whether with Burner Management System (yes / no)

G. Whether with PLC ( yes / no)

5. Details of Sub-Contractor / sub orders

Furnish Details of Sub-Contractor/ sib orders engaged in this work Sl. No.

Scope Name, and details ( address , contact person and telephone) of agency

1. Pressure vessel fabrication

2. Burner design and supply 3. Instrumentation engineering

BIDDER’S QUALIFICATION CRITERIA (TECHNICAL) FOR

GLYCOL REBOILER PACKAGE

DOCUMENT No. 6907-012-05-42-MD-92 Rev. A

Page 3 of 3

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

SL. NO.

SUBJECT DETAILS

4. Others (Specify activity)

6. Satisfactory Completion

Whether the work has been in successful operation for last two years as indicated in Qualification Criteria:- YES NO

7. Documentary Supports

Confirm that following documents have been submitted :

(a) Copy of Work Order and / or relevant pages of Contract document mentioning scope of work, time schedule.

YES NO (b) User Client’s certificate that the unit has been in

successful operation for last two years or alternative documentary evidence for successful operation

YES NO

Bidder’s Name: _________________________________________ Name and Designation of Signatory : _________________________ Signature with Date: ____________________________________

INSTRUCTIONS TO BIDDERS

1. This Pro-forma duly filled in, stamped & signed shall be submitted along with the bid. 2. Since the information requested in this Pro-forma shall be utilized to assess the Bidder’s

capability, it is in the interest of the Bidder to pick those cases out of total list of references which must closely match with the bid requirement. The Bidder shall also ensure that all information asked for is furnished and the same is correct and complete in all respects. Incorrect information furnished in this Pro-forma shall render the bid / order liable for rejection at any stage of evaluation/ work execution, at the risk and cost of the Bidder.

3. For the referred installations, the Bidder shall indicate the name of the user’s contact

person (along with his address, telephone no., fax no., e-mail id, etc.) who may be contacted by the Purchaser/ his representative, if felt necessary.

4. The Bidder may also furnish along with the bid his standard reference list for the offered equipment / package.

BIDDING DOCUMENT  NO. SPL/6907‐1012‐LZ‐MR‐7910/0660

ITEM : GLYCOL REBOILER PACKAGE

OFFER Ref No  _________________________ Dated 

NAME OF BIDDER: M/S __________________________MR ITEM S. NO. BRIEF DESCRIPTION  {AS PER MATERIAL REQUISITION (MR) & SUBSEQUENT 

AMENDMENT(S), IF ANY} / DATA SHEET / TAG NOS.QTY  (AS PER MR) UNIT/TOTAL  PRICES ON FOT  

DESPATCH POINT BASIS(INCLUDING P& F )(Rs)

 UNIT/ TOTAL FREIGHT CHARGES UP TO SITE(INCL SERVICE TAX  AND EDU CESS 

THEREUPON)(RS)

01.00 SUPPLY OF FOLLOWING ITEMS  AS PER SCOPE MENTIONED IN MR. NO.6907‐012‐LZ‐MR‐7910 REV B, COMPLETE IN ALL RESPECTS

0 1.01 GLYCOL REBOILER PACKAGE (TAG NO 012‐E‐003) 1 No

0 5.00 SPARES FOR TWO YEARS NORMAL OPERATION AND MAINTENANCE, (RECOMMENDED BY THE BIDDER) (OPTIONAL FOR PURCHASER)

1 LOT

0 8.00 SUPERVISION OF ERECTION , PHYSICAL  CHECKLISTING /CERTIFICATION & START UP,PRE COMMISSIONING   & COMMISSIONING AT SITE AS PER MR  PER DIEM RATE 

1

2

The prices quoted above are for complete scope strictly as per Material Requisition and there are no exclusions. 

DETAIL OF BUILT IN CIF VALUE  OF IMPORT  CONTENT  FOR  SUPPLY (INDIAN BIDDERS)

Quoted prices are inclusive of all Drawings, Documentation, Inspection & Testing charges,Commissioning  spares ,Mandatory spares  ,  Special tools & tackles  etc  as per MR.

TO BE FURNISHED IN FORMAT 1‐D

TO BE FURNISHED IN FORMAT 1‐E

PRICE SCHEDULE FOR SUPPLY (INDIAN BIDDERS)

NOTES :

DETAIL OF BUILT IN CIF VALUE  OF IMPORT  CONTENT  FOR  2 YEARS  OPERATION & MAINTENANCE SPARES (INDIAN BIDDERS)

TO BE FURNISHED IN FORMAT 1‐B

TO BE FURNISHED IN FORMAT 1‐C

BIDDING DOCUMENT  NO. SPL/6907‐1012‐LZ‐MR‐7910/0660

ITEM : GLYCOL REBOILER PACKAGE

OFFER Ref No  _________________________ Dated 

NAME OF BIDDER: M/S __________________________

PRICE SCHEDULE FOR SUPPLY (INDIAN BIDDERS)

3

4

5

6

7

8

9

10

12

13

Name of Bidder_________________ Bidder’s signature _______________________

Un‐priced copy of this price schedule indicating “Quoted / Not Appliacble” against each item has been furnished with un‐priced bid.

For evaluation purpose, 10 mandays for Tag no 012‐E‐003  shall be considered for supervision / assistance.  If bidder quotes different per manday charges for different supervisory personnel, then maximum per manday charges quoted shall be considered for evaluation. 

Bidder must quote the price in enclosed Price Schedule formats only.  The formats shall not be changed and/or retyped.  For any deviation to the formats, offer may be rejected.

Quoted prices are firm and fixed till complete execution of the entire order and no variation on any account is allowed.

 List of  Commissioning    Spares , Mandatory spares , and Special tools & tackles, if,any, to be attached as a separate Annexure to this Price Schedule indicating item description and quantity. 

Bidder to confirm that he has noted the contents of  Price Schedule, RFQ , Material Requisition and quoted his prices accordingly without any deviation.

Bidder must submit this document duly signed & stamped  with both unpriced & priced offer 

Recommended Spares for two years normal operations are not included in the quoted supply price. These are quoted in a separate Format 1‐B with  validity of one year over & above the bid validity.

Bidder must quote   Freight charges in the space provided in the price schedule.

Bidder shall furnish prices/details as above, in accordance with Instructions To Bidders.

Bidder shall quote supervision charges in accordance with the "Terms & Conditions for Supervision of Erection, Testing & Commissioning" enclosed with the RFQ Document. 

11

BIDDING DOCUMENT  NO. SPL/6907‐1012‐LZ‐MR‐7910/0660

ITEM : GLYCOL REBOILER PACKAGE

BID Ref No  _________________________ Dated 

NAME OF BIDDER: M/S __________________________

MR ITEM S. NO.

BRIEF DESCRIPTION  {AS PER MATERIAL REQUISITION (MR) & SUBSEQUENT AMENDMENT(S), IF ANY} / DATA SHEET / TAG NOS.

QTY  (AS PER MR) UNIT/TOTAL PRICES ON FOB INTERNATIONAL SEAPORT OF EXIT BASIS AS PER INCOTERMS 2000 (CURRENCY ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐)

01.00 SUPPLY OF FOLLOWING ITEMS  AS PER SCOPE MENTIONED IN MR. NO.6907‐012‐LZ‐MR‐7910 REV B, COMPLETE IN ALL RESPECTS

0 1.01 GLYCOL REBOILER PACKAGE (TAG NO 012‐E‐003) 1 No

% _____________________% OF  TOTAL FOB  PRICE 

0 5.00 SPARES FOR TWO YEARS NORMAL OPERATION AND MAINTENANCE, (RECOMMENDED BY THE BIDDER) (OPTIONAL FOR PURCHASER)

LOT TO BE FURNISHED IN FORMAT II‐B

0 8.00 SUPERVISION OF ERECTION , PHYSICAL  CHECKLISTING /CERTIFICATION & START UP,PRE COMMISSIONING   & COMMISSIONING AT SITE AS PER MR 

PER DIEM RATE  TO BE FURNISHED IN FORMAT II‐C

1

2

3

4

PRICE SCHEDULE FOR SUPPLY (FOREIGN BIDDERS)

TOTAL OCEAN  FREIGHT CHARGES UP TO KOLKATA PORT.

The prices quoted above are for complete scope strictly as per Material Requisition and there are no exclusions. 

 List of  Commissioning    Spares , Mandatory spares , and Special tools & tackles, if,any, to be attached as a separate Annexure to this Price Schedule indicating item description and quantity. 

NOTES :

Quoted prices are inclusive of all Drawings, Documentation, Inspection & Testing charges,Commissioning  spares ,Mandatory spares  ,  Special tools & tackles  etc  as per MR.

No additional freight charges shall be payable for Commissioning & start up  spares , mandatory spares and special tools & tackles etc  , since the same if applicable, be dispatched with main equipment(s) / item(s) and shall be deemed to be included in quoted freight charges.

BIDDING DOCUMENT  NO. SPL/6907‐1012‐LZ‐MR‐7910/0660

ITEM : GLYCOL REBOILER PACKAGE

BID Ref No  _________________________ Dated 

NAME OF BIDDER: M/S __________________________

PRICE SCHEDULE FOR SUPPLY (FOREIGN BIDDERS)

5

6

7

8

9

10

11

12

14

15

16

Name of Bidder_________________ Bidder’s signature _______________________

Recommended Spares for two years normal operations are not included in the quoted supply price. These are quoted in a separate Format 1‐B with  validity of one year over & above the bid validity.

Bidder must submit this document duly signed & stamped  with both unpriced & priced offer 

13

Bidder must quote  Ocean Freight charges in the space provided in the price schedule, failing which their  offer will be rejected.

Bidder shall furnish prices/details as above, in accordance with Instructions To Bidders.

Un‐priced copy of this price schedule indicating “Quoted / Not Appliacble” against each item has been furnished with un‐priced bid.

For evaluation purpose, 10 mandays for Tag no 012‐E‐003  shall be considered for supervision / assistance.  If bidder quotes different per manday charges for different supervisory personnel, then maximum per manday charges quoted shall be considered for evaluation. 

Prices at FOB International Port of Exit  shall be all‐inclusive and nothing extra shall be payable by the Purchaser.

Bidder shall quote supervision charges in accordance with the "Terms & Conditions for Supervision of Erection, Testing & Commissioning" enclosed with the RFQ Document. 

Quoted prices are firm and fixed till complete execution of the entire order and no variation on any account is allowed.

Bidder must quote the price in enclosed Price Schedule formats only.  The formats shall not be changed and/or retyped.  For any deviation to the formats, offer may be rejected.

Bidder to confirm that he has noted the contents of the Preamble to the Price Schedule, Price Schedule, RFQ , Material Requisition and quoted his prices accordingly without any deviation.

 Foreign Bidder shall quote either in US Dollars or in his Home Currency only.

BIDDING DOCUMENT  NO. SPL/6907‐1012‐LZ‐MR‐7910/0660 FORMAT IDITEM : GLYCOL REBOILER PACKAGEOFFER Ref No  _________________________ Dated NAME OF BIDDER: M/S __________________________

For Item SL. No. as per MR

Description of Imported Items

Qty. (Unit____) *(1)

CUSTOM TARRIF NO.

BASIC CUSTOMS DUTY (%)

CVD + EDU. CESS ON CVD (%)

EDU. CESS ON CUSTOM DUTY 

(%)

SAD (%) TOTAL CUSTOM DUTY (%)

1 2 3 4 5 6 7 8 9i)_____

ii)_____

iii)______

iv)______

BIDDER'S SIGNATURE:COMPANY'S NAME:SEAL:

DESCRIPTION CIF value of Import Content included in quoted supply prices for column (2) Qty. 

(Rs.)

RATE OF CUSTOM DUTY INCLUDED IN QUOTED SUPPLY PRICES

DETAILS OF BUILT‐IN‐CIF VALUE OF IMPORT CONTENT, ITEM DETAILS OF IMPORT CONTENT AND RATES OF IMPORTS DUTY CONSIDERED AND INCLUDED IN QUOTED FOT DESPATCH POINT PRICES UNDER PRICE SCHEDULE

DETAIL OF BUILT IN CIF VALUE OF IMPORT  FOR SUPPLY (INDIAN BIDDERS) 

NOTE:  *(1) Unit to be specified by the Bidder.TOTAL CIF VALUE

For Item SL. No. 01.01    of MR

FORMAT - IC

BIDDING DOCUMENT NO. SPL/6907-1012-LZ-MR-7910/0660

ITEM : GLYCOL REBOILER PACKAGE

OFFER Ref No NAME OF BIDDER: M/S __________________________

For Item SL. No. as per MR

Description of Imported Items

Qty. (Unit____) *(1)

CUSTOM TARRIF

NO.

BASIC CUSTOMS DUTY (%)

CVD + EDU. CESS ON CVD

(%)

EDU. CESS ON

CUSTOM DUTY (%)

SAD (%) TOTAL CUSTOM DUTY (%)

1 2 3 4 5 6 7 8 9

i)_____

ii)_____

iii)______

iv)______

BIDDER'S SIGNATURE:COMPANY'S NAME:SEAL:

DETAILS OF BUILT-IN-CIF VALUE OF IMPORT CONTENT, ITEM DETAILS OF IMPORT CONTENT AND RATES OF IMPORTS DUTY CONSIDERED AND INCLUDED IN QUOTED FOT DESPATCH POINT PRICES UNDER PRICE SCHEDULE FOR 2 YEARS OPERATION AND MAINTENANCE SPARES

DESCRIPTION CIF value of Import Content included in

quoted supply prices for column

(2) Qty. (Rs.)

RATE OF CUSTOM DUTY INCLUDED IN QUOTED SUPPLY PRICES

TOTAL CIF VALUE

For Item SL. No. 05.00 OF

MR

NOTE: *(1) Unit to be specified by the Bidder.

DETAIL OF BUILT IN CIF VALUE OF IMPORT CONTENT FOR 2 YEARS OPERATION & MAINTENANCE SPARES (INDIAN BIDDERS)

FORMAT IEBIDDING DOCUMENT  NO. SPL/6907‐1012‐LZ‐MR‐7910/0660ITEM : GLYCOL REBOILER PACKAGEOFFER Ref No NAME OF BIDDER: M/S __________________________

% Amount (Rs.)

0 8.00 SUPERVISION OF ERECTION , PHYSICAL  CHECKLISTING /CERTIFICATION & START UP,PRE COMMISSIONING   & COMMISSIONING AT SITE AS PER MR 

0 8 .01 Tag no {08}012‐E‐003

Note1

2

BIDDER'S SIGNATURE:COMPANY'S NAME:SEAL:

Bidder shall quote supervision charges in accordance with the "Terms & Conditions for Supervision of Erection, Testing & Commissioning" enclosed with the RFQ Document. 

For evaluation purpose, 10 mandays for Tag no 012‐E‐003  shall be considered for supervision / assistance.  If bidder quotes different per manday charges for different supervisory personnel, then maximum per manday charges quoted shall be considered for evaluation. 

PRICE SCHEDULE FOR SUPERVISION (INDIAN BIDDERS) 

Item SL. No. as per MR

Description  of Items  as per MR No. of  Personnel Required

Per Manday charges (Per person)for 8 hours work on normal working day(including income tax ) excluding Service Tax & Edu. Cess .(Rs.)

Maximum Estimated Time (number of days) for job completion.

Service Tax & Edu. Cess thereon (applicable extra on  Per M d h

 Format II‐B

MR SL.NO. QTY. (BIDDER TO SPECIFY) UNIT PRICE ON  FOB INTERNATIONAL SEAPORT OF EXIT BASIS AS PER INCOTERMS 2000 

TOTAL  AMOUNT  ON  FOB INTERNATIONAL SEAPORT OF EXIT BASIS AS PER INCOTERMS 2000 

 OCEAN FREIGHT CHARGES UPTO SEAPORT OF ENTRY I.E. KOLKATA SEAPORT IN INDIA 

(Nos.) (Currency‐‐‐‐‐‐‐‐‐) (Currency‐‐‐‐‐‐‐‐‐‐‐‐)

(i) Description of spares __________ __________ __________

(ii) Description of spares __________ __________ __________

(iii) Description of spares __________ __________ __________

1.3

Name of Bidder_________ Bidder’s signature ___________ Seal_____________

In case of discrepancy between unit price and total prices of 2 years spares , the unit price(s) shall prevail.

BRIEF DESCRIPTION

1 Two years normal sparesrecommended by the bidder forthe subject MR. Please furnishitemized details in this format

PRICE SCHEDULE (FOREIGN BIDDER )For 2 Years spares of normal operation & maintenance (PLEASE FURNISH DETAILS FOR ALL ITEMS OF MR AS PER FORMAT GIVEN BELOW)

BIDDING DOCUMENT  NO. SPL/6907‐1012‐LZ‐MR‐7910/0660ITEM : GLYCOL REBOILER PACKAGEOFFER Ref No NAME OF BIDDER: M/S __________________________

% OF QUOTED FOB PRICES.

1.1  Purchaser reserves the right to select & order 2 years’ spares quoted by Bidder. Prices of Spares shall be additionally valid for a period of one year over & above bid validity.

0 5.00

FORMAT II C

BIDDING DOCUMENT  NO. SPL/6907‐1012‐LZ‐MR‐7910/0660

ITEM : GLYCOL REBOILER PACKAGEOFFER Ref No NAME OF BIDDER: M/S __________________________

1 2 3 4 56

08.00 SUPERVISION OF ERECTION , PHYSICAL  CHECKLISTING /CERTIFICATION & START UP,PRE COMMISSIONING   & COMMISSIONING AT SITE AS PER MR 

0 8.01 Tag no {08}012‐E‐003

NOTES

1

2

BIDDER'S SIGNATURE:COMPANY'S NAME:SEAL:

Indian Income tax as currently applicable & deductible at source based on double taxation avoidance agreement, if any on supervision charges to be specified.(in %)

PRICE SCHEDULE FOR SUPERVISION ( FOREIGN BIDDERS)

For evaluation purpose, 10 mandays for Tag no 012‐E‐003  shall be considered for supervision / assistance.  If bidder quotes different per manday charges for different supervisory personnel, then maximum per manday charges quoted shall be considered for evaluation. 

Per manday charges quoted by the bidder at Col 5 shall be in accordance with the "Terms & Conditions for Supervision of Erection, Testing & Commissioning" enclosed with the RFQ Document 

Item SL. No.as per MR

Brief Description  of Items  as per MR No. of  Personnel Required

Per Manday charges (Per person) for 8 hours work on normal working day excluding Indian Income Tax and Service 

Tax & Edu. Cess thereon.(Currency_____________)

Maximum Estimated Time (number of days) for job 

completion.

FORMAT I B BIDDING DOCUMENT  NO. SPL/6907‐1012‐LZ‐MR‐7910/0660ITEM : GLYCOL REBOILER PACKAGE

OFFER Ref N_________________________ Dated NAME OF BIDDER: M/S __________________________

% Amount(Rs.) 

% Amount(Rs.) 

1 2 3 5 6 9 10

i)_____

ii)______

iii)_____

iv)_____

Total

BIDDER'S SIGNATURE:COMPANY'S NAME:SEAL:

4

For Item SL. No. as per MR

Unit  Freight extra(Incl 

Service Tax and Edu. cess 

thereon ) upto respective 

Project site(s) (Rs.)

PRICE SCHEDULE FOR 2 YEARS OPERATION & MAINTENANCE SPARES (INDIAN BIDDER) 

FOR ITEM NO 05.00  OF MR 

CST (with concessional form) / 

VAT (Without concessional form) (applicable extra on 

Col. 6+7)

Unit FOT Despatch point Price including  

P&F  (Rs.)

Total FOT Despatch point Price including 

P&F Col. (4x5)(Rs.)               

7

Excise Duty (Applicable extra on 

Col. 6)

Unit of Measureme

nt

8

Item Tag Nos.

Qty   Total  Freight (Incl Service Tax and Edu. cess thereon )upto respective Project site(s) Col. (4x9)

(Rs.)

Description of Spare Part

Note:-

The above information is general in nature for wide spread awareness of the Bidder visiting the

Subject website. For all purpose including conducting pre-bid conference if any, bidder to refer

EIL website as above.