Anda di halaman 1dari 22

Oil India Limited

(A Govt. of India Enterprise)


P.O. Duliajan 786602, Assam
Telephone No. (91-374) 2800491
Fax No: (91-374) 2800533
Email: materials@oilindia.in ; erp_mm@oilindia.in
Tender No.

: SDG9225P13/09

Tender Fee
Bid Security

: INR
4,500.00
: Applicable

Bidding Type

: SINGLE STAGE TWO BID SYSTEM

Bid Closing on
Bid Opening on

: As mentioned in the Basic Data of the tender in OILs e-portal.


: As mentioned in the Basic Data of the tender in OILs e-portal.

Performance Guarantee

: Applicable

OR

USD

100.00

OIL INDIA LIMITED invites Global Tenders for items detailed below:
Item No. /
Mat. Code
1

Material Description

QTY.

UOM

Supply, Installation and Commissioning of Indirect Water Bath Heater


package as per the following Annexure:

10

Nos.

a) Detailed specification Annexure - I.


b) Bid Rejection Criteria (BRC) and Bid Evaluation Criteria Annexure-II.
c) Technical & Commercial Check list vide Annexure- III

Special Notes :
1.0

The tender will be governed by General Terms & Conditions for e-Procurement as per Booklet
No. MM/GLOBAL/E-01/2005 for E-procurement (ICB Tenders) including Amendments &
Addendum to General Terms & Conditions for e-Procurement.

2.0

Technical Check list and Commercial Check list are furnished vide Annexure III. Please ensure
that both the check lists are properly filled up and uploaded along with Techno-commercial
Unpriced Bid.

Tender No. SDG9225P13/09

Page 1 of 22

3.0

The item qualifies for Nil duty / Deemed Export benefits. For Deemed Export benefits, please
refer Addendum to the General terms and conditions for Global tender.

4.0

Please note that all tender forms and supporting documents are to be submitted through OILs eProcurement site only except following documents which are to be submitted manually in sealed
envelope super scribed with tender no. and due date to The Head Materials, Materials
Department, Oil India Limited, Duliajan- 786602, Assam on or before the Bid Closing Date
and Time mentioned in the Tender.
a) Original Bid Security.
b) Details Catalogue and any other document which have been specified to be submitted
in original.

5.0

In case of SINGLE STAGE-TWO BID SYSTEM, bidders shall prepare the Techno-commercial
Unpriced Bid and Priced Bid separately and shall upload through electronic form in the OILs
e-Tender portal within the Bid Closing Date and Time stipulated in the e-Tender. The Technocommercial Unpriced Bid shall contain all technical and commercial details except the prices
which shall be kept blank. Details of prices as per Bid format / Commercial bid to be uploaded as
attachment in the Attachment Tab Notes and Attachments.
A screen shot in this regard is given below.
Any offer not complying with above submission procedure will be rejected as per Bid Rejection
Criteria mentioned in the tender.
Go to this Tab Technical RFx
Response for Uploading
Techno-commercial Unpriced
Bid.

Go to this Tab Notes and


Attachments for
Uploading Priced Bid
files.

Tender No. SDG9225P13/09

Page 2 of 22

On EDIT Mode- The following screen will appear. Bidders are advised to Upload
Techno-Commercial Unpriced Bid and Priced Bid in the places as indicated above:
Bid on EDIT Mode

Area for uploading TechnoCommercial Unpriced Bid*

Area for uploading


Priced Bid**

Note :
*
The Techno-Commercial Unpriced Bid shall contain all techno-commercial details except the
prices.
** The Price bid must contain the price schedule and the bidders commercial terms and
conditions. For uploading Price Bid, first click on Sign Attachment, a browser window will open,
select the file from the PC and click on Sign to sign the Sign. On Signing a new file with
extension .SSIG will be created. Close that window. Next click on Add Atachment, a browser
window will open, select the .SSIG signed file from the PC and name the file under Description,
Assigned to General Data and clock on OK to save the File.
6.0

Bidders are requested to examine all instructions, forms, terms and specifications in the bid.
Failure to furnish all information required as per the bid or submission of offers not substantially
responsive to the bid in every respect will be at the bidders risk and may result in the rejection of
its offer without seeking any clarifications.

7.0

The Integrity Pact is applicable against this tender. OIL shall be entering into an Integrity Pact
with the bidders as per format enclosed vide Annexure XII of the tender document. This Integrity
Pact proforma has been duly signed digitally by OILs competent signatory. The proforma has to
be returned by the bidder (along with the technical bid) duly signed (digitally) by the same
signatory who signed the bid, i.e., who is duly authorized to sign the bid. Any bid not
accompanied by Integrity Pact Proforma duly signed (digitally) by the bidder shall be rejected
straightway. Uploading the Integrity Pact with digital signature will be construed that all pages
of the Integrity Pact has been signed by the bidders authorized signatory who sign the Bid.
OILs Independent External Monitors at present are as under:
(I) SHRI N. GOPALASWAMI,I.A.S ( Retd) ,
Former Chief Election Commissioner of India
E-mail Id : gopalaswamin@gmail.com
(II) SHRI RAMESH CHANDRA AGARWAL , IPS( Retd)
Former Director General of Police
E-mail Id : rcagarwal@rediffmail.com

Tender No. SDG9225P13/09

Page 3 of 22

ANNEXURE I
FABRICATION, PACKAGING, SUPPLY AND COMMISSIONING OF INDIRECT WATER BATH HEATER
PACKAGE FOR PROCESSING NATURAL GAS PRODUCED FROM HIGH-PRESSURE GAS WELLS AND AS
PER THE ENCLOSED DRAWINGS.

TECHNICAL SPECIFICATION
1.0
The indirect water bath heater is to be used for production of non-associated gas by preheating and
expansion process. Natural gas will be heated in preheat coil and then expanded using a choke
outside the bath. After reduction of pressure, the gas stream will be again heated in the expansion coil
for further expansion.
2.0

2.1

SCOPE OF WORKS : Double Coiled Bath Type Indirect Heater of heating capacity 2.5 Million BTU/Hr.
(0.7325 X10^6 Watt) generally as per the following drawings:
i)
OIL/PDNG/01/12
ii)
OIL/PDNG/02/12
iii)
OIL/PDNG/03/12
iv)
OIL/PDNG/04/12
v)
OIL/PDNG/05/12
vi)
OIL/PDNG/06/12
The details of scope of works are as under:
Scope of works includes fabrication, packaging, testing, supply, commissioning of the indirect water
bath heater package complete with accessories and mountings for heating and expansion/pressure
reduction of well stream as per enclosed drawings. Details of the same are as under:

2.1.1

The bath type indirect heater suitably fabricated as per API Spec 12K. The heater should be complete
with the following:

2.1.2

Shell :
a) Dimension : 1524 mm (5 feet) dia. (min.) X 6000 mm (19.6 feet) long (min.)
The shell must have adequate nozzles for inlet, outlet of coils, fire tube and mounting various
equipment for burner, level gauge, drain valves etc.

2.1.3

Coils :
i) No. of Coil : 2 (two) sets of 3" (76.2 mm) NB pressure coils, each set comprising of one no. preheat
coil and one no. expansion coil
ii) No. of Pass : 8 passes for preheat coil and 2 passes for the expansion coil
iii) M.O.C. of Coil : API 5L XXS, Wall Thickness =0.6 Inches (15.24mm) seamless
iv) Coil Operating Pressure : Max: 281.6 kg/cm2 (4000 psig)
vi) Radiography of weld joints of Coil bundle : 100 %
vii) Coil Hydraulic Test Pressure : 1.5 times the maximum working pressure i.e. 422 kg/cm2 (6000psig)

2.1.4

End Connection :
Flanged, 65 mm (2.5) NB x 2500 class RTJ, conforming to ANSI B16.5, with bevel ended companion
flanges, ring joint gasket as per ANSI latest specifications and required Nos. of high tensile studs-nuts
as per ASTM A193 Gr. B-7,ASTM A194 Gr. 2H respectively.

Tender No. SDG9225P13/09

Page 4 of 22

3.0
3.1

Accessories
Positive Choke:
a) Positive Choke (as per attached drawing, OIL/PDNG/GF/P-Choke/01): Positive choke, with suitable
choke housing for holding 25.4-mm dia. choke. Housing should have provision for easy installation and
removal of Honest John bean with hammer union/bean wrench similar to bean housing installed at well
head X-mass tree manufactured as per API spec. 6A. End connection, flanged, welded, 65 mm (2.5)
NB, ANSI2500 class to be installed between preheat outlet and expansion coil inlet. Suitable 12.7 mm
NB NPT tapping should be provided up and down stream of the bean housing to measure inlet and
outlet gas pressures. One each of beans ranging from 7 mm, 8 mm, 9 mm, 10 mm, 11 mm, 12 mm, 13
mm AND 14 mm should be provided along with 1 No. of suitable bean wrench for installation and
removal of the beans. Materials for bean body ASTM A105, for bean housing and bean similar to API6A X-mass tree bean. Operating temperature range (-)10 DEG C to 150 DEG C

3.2

Fire Tube :
i) M.O.C. of Fire Tube : API 5L, Gr. B/ ASTM A 106 , Seamless
iii) Type : U Type
iv) Dia : 508 mm OD (Minimum)
v) Length : 5500 mm (Minimum)
vi) Radiography of weld joints : 100 %
vii) Half cover plate feature. Suitable roller arrangement for fire tube and coil bundle to be provided to
facilitate easy removal while dismantling.

3.3

Burner & Accessories:


a) Burner: Natural Draft Burner of heat capacity (minimum) 2.5 Million BTU/Hr. (0.7325 X 10^6 Watt)
Burner Make : Maxon / Eclipse
The data sheet for above to be forwarded along with the offer. (Gross Calorific value of burner gas is
9000 kcal / Cubic M)
b) Flame arrester :
i) O -Type (aluminum housing) with main burner and pilot burner assembly
ii) Heat Capacity: As specified in clause 3.3 (a) above.
iii) Pilot Gas : Continuous
iii) Flame Arrestor Make : Zirco / Flameco / CENatco
iv) Fuel: Natural Gas
v) Fuel Consumption: 80 -100 SCM/Hr
vi) Air Volume required for combustion: 1400 Cubic M/Hr

4.0
4.1.1

INSTRUMENTATION & CONTROL SYSTEM:


Instruments to be mounted on Shell
a) Temperature Indicators:
i) Temperature Range : 0 to 150 Deg C
ii) Thermowell Connection : 1 Inch NPT
iii) Insertion Length : 300 mm (12 Inch)
iv) Type : Bimetallic/ Mercury Filled
v) Sensing Element Connection : 1/2" NPT
vi) Material of Construction : All Stainless Steel

Tender No. SDG9225P13/09

Page 5 of 22

vii) Accuracy : +- 0.5 Deg C


viii) Make : Wika/ Odin / Waree
Two additional thermowells of 1" NPT of 300 mm length shall be fixed on the shell for provision
of insertion other instruments.
b) Liquid Level Switch :
Water bath should be equipped with low water level shut down device with the following specification:
i) Type : Pneumatic
ii) Action : ON/OFF
iii) Output : 15 psig
iv) Supply : 20 psig
v) Type: Float less pneumatic switch with differential pilot (0-500 mm WC).
v) Make : Kimray / Fisher
c) Level Gauge : The Level gauge shall be of the following specifications :
i) Type : Reflex Type
ii) Connection Size : 1/2"
iii) Isolation Valves : Required (Needle/Ball Valves)
iv) Max. working Pressure: 2 Kg/Sq.cm
v) Test Pressure: 10 Kg/Sq.cm
vi) Max. working Temperature: 100 Deg C
iv) Make : Pratolina/ Levcon/ Daniel/Chemtrol/V Automat
4.1.2

Instruments to be mounted on Coil Inlet & Outlet:


a) Temperature Indicator: Inlet and Outlet temperature indicators in each of the preheat and expansion
coils with suitable thermowells.
i) Temperature Range : 0 to 110 Deg C ( 6 nos.) & (-)20 Deg C to 100 Deg C (2 nos.)
ii) Thermowell connection : 1" NPT
iii) Type : Bimetallic/ Mercury Filled
iv) Sensing Element Connection : 1/2"NPT
v) Material of construction : All Stainless Steel
vi) Accuracy : +- 0.5 Deg C
vii) Make : Wika / Odin/ Waree
b) Pressure Indicators : Inlet and Outlet pressure indicators shall be provided in each of the preheat
and expansion coils as under :
i) Dial Size : 150 mm (6") Minimum
ii) Range : 0 to 425 Kg/Sq. cm ( 2 nos.)
0 to 210 Kg/Sq. cm (2 nos.)
iii) Pressure Element : SS Bourdon tube
iv) Material of construction : All SS
v) Accuracy : +- 1% of reading
vi) End Connection : 1/2" NPT
vii) Isolation Valves : Required (Needle Valve)
viii) Make : Wika/ Odin / Waree

Tender No. SDG9225P13/09

Page 6 of 22

5.3
5.3.1

FOR BURNER MANAGEMENT SYSTEM :


CONTROL PHILOSOPHY :
The Indirect Heaters shall be equipped with the pneumatic burner management system to carryout the
following functions :
a) Remote Ignition of Pilot Burner (all the systems for the remote ignition should be in Flame-proof
enclosure, which will be installed 15 mtrs away from Heaters through suitable cables)
b) Establishment of Pilot Flame and Main Flame
c) Pilot Flame Sensing
d) Shutting down of main flame in case of pilot flame failure , low liquid level and High water
temperature
e) Temperature Control of the water bath

5.3.2

BILL OF MATERIAL FOR BURNER MANAGEMENT SYSTEM


A) PILOT BURNER ASSEMBLY : Consisting of
i) Pilot Burner with mounting arrangement for ignition electrode and Pilot guard sensor (CM7
or equivalent).
ii) Ignition electrode with spark plug
iii) Ignition Transformer
iv) High Tension cable of suitable length
B) Fuel Shut-off valve
i) End Connection : 1" NPT (F)
ii) Type : ON/OFF
iii) Actuator : Diaphragm
iv) Operating Signal : 15 psig
vi) Make : Invalco/Samson/ Fisher/Invalco
vii) Gas Flow Rate: 21-100 SCM/Hr
viii) Inlet Pressure: 1.0 - 2.1 Kg/Sq.cm
ix) Design Pressure: 10 Kg/Sq.cm
x) Test Pressure: 15 Kg/Sq.cm

C) Temperature Control valve:


i) End Connection : 1" NPT
ii) Type : Proportional
iii) Actuator : Pneumatic Diaphragm Operated
iv) Operating signal : 3 to 15 psig
v) Make : Fisher /Samson/Forbes Marshall
D) Pilot Gas Regulator :
i) Input Supply : 2.1 Kg/cm2
ii) Output : 0 to 15 psig adjustable
iii) Connection : 1/4" NPT
iv) Make : Invalco/Samson/ Fisher/Invalco
E) Main Fuel Gas Regualtor :
i) Input Supply : 21 Kg/Sq.cm

Tender No. SDG9225P13/09

Page 7 of 22

ii) Output : 0 to 2.1 Kg/Sq. cm adjustable


iii) Connection : 1" NPT
iv) Flow rate of Natural Gas: 100 SCM/Hr.
v) Type: Spring Loaded
vi) Make : Invalco/Samson/ Fisher/Invalco
F) Pressure Indicators (2 nos.) in main fuel line before and after Regulator
i) Range : 0 to 3.5 Kg/Sq.cm
ii) Dial Size : 100 mm (4")
iii) Connection Size : 1/2"
iv) Material of Construction : All Stainless Steel
v) Make : Wika/ Odin / Waree
G) Pressure Indicators in pilot line after the regualtor:
i) Range : 0 to 3.5 Kg/Sq.cm
ii) Dial Size : 100 mm (4")
iii) Connection Size : 1/4"
iv) Material of Construction : All Stainless Steel
v) Make : Wika/ Odin / Waree
H) Pilot guard :
i) Function: Shut off Gas Supply to the Pilot and Main Burner in the event of Pilot Flame out
ii) Temperature Sensing : Thermocouple
ii) Supply : 20 psig
iii) Length and Cable : 3 meter (10 feet)
iv) Make & Model : FMC Invalco , CM7 or equivalent.
I) Indicating Type Tempearture Controller :
i) Type : Pneumatic Indicating PID Controller
ii) Range : 0 to 150 Deg C
iii) Sensor : Mercury Filled
iv) Sensor Connection : 1/2" NPT
v) Thermowell : Required
vi) Thermowell Connection : 1" NPT
vi) Insertion Length : 300 mm (12")
vii) Input Supply: 20-30 psig
viii) Output Signal: 3 to 15 psig
viii) Make & Model : ABB 440 R Series or equivalent.
J) Strainer:
i) Sp. Gravity of Natural Gas: 0.6
ii) Flow rate of gas: 100 SCM/Hr.
iii) Mesh: 80 Mesh SS 304
iv) End Connection: 1 NPT
v) Working Pressure: 15 Kg/Sq.cm
vi) Test Pressure: 25 Kg/Sq.cm
vii) Make: Zoloto/Leader/Sant
Tender No. SDG9225P13/09

Page 8 of 22

5.3.3

Notes
i) All the pneumatic instruments shall be suitable for operating in compressed natural gas as servo
supply.
ii) Servo Gas Pressure Regulators of Fisher Model 67 CFR shall be provided for all pneumatic
instruments requiring 20 psig supply pressure.
iii) The Temperature Control Valve and the Fuel Shut-off Valve shall have isolation and bypass
facilities.
iv) Operation and Maintenance manuals of all the instruments shall be provided along with the supply
of materials.

6.0

Earthing Provision:
Two (2) nos. of 3/4" studs with nuts (1 each at one of the legs and the vessel) to be welded for
electrical earthling.

7.0

General Notes:
i) All valves shall be Fire safe design as per API 607
ii) The fuel gas line and controller etc should be suitably anchored / supported to the outside shell wall.
iii) The fuel gas should have preheating arrangement through the bath heater.
iv) The Indirect Heater shall have suitable lifting lugs attached for lifting and placing the same at site.
v) Materials whenever not mentioned will conform to API spec 12K standard for the vessel.
vi) The following documents of bidders shall be forwarded with the bid:
a) Process Flow Diagram
b) Process Instrumentation diagrams
c) Technical literature for all the instruments
d) General Arrangement Diagram (GAD) of the unit.
e) Sectional drawing showing the internals of their indirect heater.
f) Drawings showing details of Remote Ignition System of Pilot Burner and Flame Failure
shutdown system.
g) Drawing showing Bean housing and Bean Holder.
h) Instrument data sheets.
i) Make/ Models of bought-out items.
j) Relevant literature / catalogue and specification of bought out items.
vii) Welding shall be done as per ASME Section IX .
viii) The inner and outer surfaces of the equipment shall be given a coat of high temperature resistant
Red Oxide Primer before despatch. Outer surface shall be sand blasted before painting.
ix) Water bath outer surface and chimney to be properly insulated. Details of insulation materials to be
provided are as under:
a) 50 mm thick high temperature resistant rock wool covered with chicken wire mesh to be
fixed adequately over the surface of the chimney and water bath outer surface.
b) 24 WG aluminium plain sheet to be rolled and cover up the insulated surface with suitable
screw system. Proper care shall be taken to avoid water seepage through the aluminum cover.
x) OIL's purchase Order no. and date shall be inscribed along with Manufacturer's name, pressure
rating, capacity, code of manufacture, unit serial no. on the vessels.

Tender No. SDG9225P13/09

Page 9 of 22

8.0

Inspection :
i) Third Party inspection: The materials shall be offered for third party inspection for the following

scope:
a) Inspection of bought out items
b) Inspection of radiography of welded joints (100%)
c) Inspection of Hydraulic testing of coils and water fill test of the shell.
d) Inspection of raw materials.
e) Inspection of certificates in respect of materials, radiography etc.
ii) Third party inspection charges shall be quoted separately.
iii) The Inspector must be OIL's authorised / recognised inspecting agencies i.e. M/s RITES, M/s IRS,
M/s LLOYDS, M/s Bureau Veritas or M/s DNV.
iv) OIL's representative may inspect the materials prior to despatch at vendor's works at OILs cost.
OIL's representative shall review TPI reports and witness hydraulic testing of coils. Three weeks prior
notice to be given to OIL for pre-despatch inspection.
Third Party Inspection charges are to be indicated only in the priced bid.
9.0

INSTALLATION AND COMMISSIONING :The units shall have to be installed and commissioned
successfully at Duliajan, Assam (India) by successful bidder's competent technical personnel.
i) Commissioning of the indirect heater unit shall be in the supplier's scope. The supplier will give a
tentative period for commissioning the unit. OIL will intimate the supplier concerned before 7 days of
commissioning. The supplier will arrange for commissioning the unit within quoted time.
ii) It is the supplier's responsibility to inspect the supply at OIL's work site along with OIL's
representative(s). Accordingly, the materials will be inspected in presence of supplier's representative
at OIL's work site after delivery, but before commissioning to ensure immediate replacement of any
short supply/transit damage.
iii) OIL will provide illumination/water at site during commissioning
iv) The supplier will have to arrange for transportation, boarding & lodging and security of the supplier's
personnel(s) during their stay at Duliajan/site for commissioning the unit(s).
v) Commissioning charges should be quoted separately.

10.0

WARRANTY: The equipment/materials will be guaranteed for a period of 12 (twelve) months from the
date of commissioning. The supplier shall repair or replace any item or equipment found defective in
materials or workmanship or performance within the above period free of charge. The warranty is
applicable to bought out items also.

11.0

Recommended spares:
The bidder should provide a list of recommended spares for two (2) years trouble free operation and
maintenance of the equipment & other accessories indicating item description, part number, quantity
and price along with the priced bid (a similar list be provided in tech-commercial bid but without price).
The Prices of such spares should not change for next 2 years from the date quotation. However, the
cost of these spares will not be considered for bid evaluation purpose.

General Notes for Bidders :(Bidders should confirm each & every point clearly. Deviations, if any, should be highlighted in the quotation.)
Tender No. SDG9225P13/09

Page 10 of 22

1.0
1.1

Bidder should indicate the name of manufacturer & country of origin.


Materials shall be brand new, unused & of prime quality.

2.0

The bidders must submit a written undertaking that they would be able to supply all the requisite spares
and consumables (including bought out items) for a minimum period of 10 (ten) years from the Certified
date of completion / successful field commissioning of the unit. Original Equipment Manufacturer's
undertaking must be forwarded for the items not manufactured by the bidder.

3.0

After Sales Service :


The nature of after sales service, which the supplier can provide during initial commissioning and also
subsequently should be clearly stated.

4.0

Installation & Commissioning :

4.1

The successful bidder will be required to install and commission the Indirect Water Bath units as
indicated in the tender document vide Para 9.0 above by their competent service engineer within two
(2) months (estd.) form the date of intimation from OIL.

4.2

Installation/ Commissioning charges must be quoted separately (and should not be clubbed together
with main equipment) on lumpsum basis which shall be considered for evaluation of the offers. Total
Nos. of days required for commissioning shall also be clearly indicated by the bidders.

4.3

While quoting Installation/Commissioning charges above, bidder should take into account all charges
including to and fro fares, boarding/lodging, local transport at Duliajan, Assam and other expenses of
supplier's personnel during their stay at Duliajan. OIL may provide accommodation on Chargeable
basis subject to availability. Bidder should confirm about providing all these services in their Bid.
However, OIL reserves the right to avail such services at its own discretion.

5.0

Tax & Duties:


(i)
All taxes, stamp duties and other levies imposed outside India shall be the responsibility of the
Bidder/Seller and charges thereof shall be included in the offered rates.
(ii)
All Taxes & levies imposed in India, for the services including installation & commissioning,
shall be to the Bidder/Seller's account.
(iii)
Income Tax on the value of the Services rendered by the Bidder /Seller in connection with
installation/ commissioning etc. shall be deducted at source from the invoices at the
appropriate rate under the I.T. Act & Rules from time to time.

8.0

Payment : Payment shall be released as follows:


i) 80 % of the Indirect Water Bath units value shall be released on supply of Indirect Water Bath units
against proof of despatch/shipment of the goods.
ii) Remaining 20 % of Indirect Water Bath units value along with installation & commissioning charges
shall be paid after successful commissioning and acceptance of the Indirect Water Bath units by
OIL at site.
OIL may consider making 100 % payment of the Indirect Water Bath units value towards supply of the
Indirect Water Bath units against proof of dispatch/shipment provided bidders agree to pay interest @
1% above prevailing Bank Rate (CC rate) of State Bank of India for 20 % of the Indirect Water Bath

Tender No. SDG9225P13/09

Page 11 of 22

units value and also submit Bank Guarantee for the equivalent amount plus interest valid till successful
commissioning of Indirect Water Bath units at site. This is in addition to the 10 % of the order value
towards Performance Security as per the NIT requirement.
Offers not complying with the payment terms as indicated above shall be loaded with one percent
above the prevailing Bank rate (CC rate) of State Bank of India for duration of commissioning time
indicated in the tender plus transit time (3 months) for evaluation purpose.
9.0

Oil India Purchase Order No. must be engraved on the body of the item. Bidder must confirm the
same categorically in their quotation.

9.1

The items covered by this enquiry shall be used by Oil India Limited in the PEL/ML areas which are
issued/renewed after 01/04/99 and hence Nil Customs Duty during import will be applicable.
Indigenous bidder shall be eligible for Deemed Export Benefit against this purchase. Details of Deemed
Export are furnished vide Addendum to MM/GLOBAL/E-01/2005 attached.

9.2

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.

9.3

Other terms and conditions of the tender shall be as per General Terms & Conditions for eProcurement as per Booklet No. MM/GLOBAL/E-01/2005 for E-procurement (ICB Tenders). However,
if any of the Clauses of the Bid Rejection Criteria (BRC) / Bid Evaluation Criteria (BEC) mentioned here
contradict the Clauses in the General Terms & Conditions for e-Procurement as per Booklet No.
MM/GLOBAL/E-01/2005 for E-procurement (ICB Tenders) of the tender and/or elsewhere, those
mentioned in this BEC / BRC shall prevail.

Tender No. SDG9225P13/09

Page 12 of 22

ANNEXURE- II
Bid Rejection Criteria (BRC) & Bid Evaluation Criteria (BEC)
(I)

BID REJECTION CRITERIA (BRC)


The bid must conform to the specifications and terms and conditions given in the tender.
Bid will be rejected in case the items offered do not conform to all the required technical
parameters stipulated in the technical specifications and to the respective international /
national standards wherever stipulated. Notwithstanding the general conformity of the
bids to the stipulated specifications and terms 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.
Bid evaluation will be done only for those bids that pass through the Bid rejection criteria
(BRC) as stipulated in this document.

A.

Technical

1.0

BIDDERS' EXPERIENCE

1.1

The bidder must have experience in Manufacturing/Fabrication, Packaging, Supply &


Commissioning of Indirect type Water Bath Heater (WBH) having coil working pressure of 210
kg/cm2 (3000 psig) and above prior to the bid closing date of the tender. Necessary experience
documents along with list of past customers should be submitted along with the bid. In absence of
the same, the offers will summarily be rejected. At least one similar unit manufactured/fabricated,
supplied and installed / commissioned by the bidder should be in operation for minimum one year
prior to the bid closing date of the tender. Documentary evidence to this effect must be submitted
along with the bid.

1.2

The Bidder who does not meet the experience criteria as set forth in Para 1.1 above, but has at
least 2 (Two) years work experience of manufacturing/fabrication and supply of fired/non fired
pressure vessels may also apply on the strength of collaborator / joint venture partner to cover
the shortfall in experience mentioned in Para 1.1 above. Documentary evidence of the said
experience of the bidder must be submitted along with the bid.

1.3

(a)
Collaboration to cover the shortfall in experience mentioned in Para 1.1 above shall be
through a pre-tender bi-partite Agreement or Memorandum of Understanding (MOU) between the
primary bidder and the collaborator. The pre tender by-partite agreement or MOU has to be valid
until the commissioning of the unit. The collaborator must have the full experience in respect of
Water Bath Heater Unit as set forth in Para 1.1. More than one collaborator in such Agreement/
MOU shall not be admissible.
Duly attested documentary evidences in support of experience of the collaborator (as mentioned in
Para 1.1) must be submitted along with the bid.
(b)
The pre-tender bi-partite Agreement / MOU between the primary bidder & its collaborator
for Water Bath Heater must be submitted along with the bid. Such MOU inter-alia must include the
following role & responsibility of the collaborator:

Tender No. SDG9225P13/09

Page 13 of 22

i)
ii)

To provide complete services for Manufacturing /fabrication Assembly, Supply as


well as Installation, Testing & Commissioning of the Water Bath Heater.
To undertake process & equipment guarantee for the WBH, which shall be
endorsed on back-to-back basis to the primary bidder & OIL.

1.4

Collaboration / Joint Venture Partnership with a firm that also submits offer as an independent
Bidder against this tender shall not be accepted.

2.0

The technical specifications in general must conform to the requirements as mentioned in


Annexure - I and relevant national /international code of practice / standards.

3.0

For any bought out item, their Catalogue/ technical literature etc. showing sectional drawing of
each component along with the necessary maintenance spare parts, identification no. shall be
provided.

4.0

The bids and the accompanied technical documentation must be in English language only. The
bids with other than English language must have an English version.

5.0

The bidders must provide one (1) year guarantee, after successful commissioning, for all the
equipment including bought out equipment/ items, if any for trouble free operation.

6.0

The bidders must provide the commissioning spares at their cost along with the Equipment. They
must submit a list of such spares.
NOTE :
i)
List of Commissioning Spares indicating the qty, description and unit prices must be shown
separately.
ii)
Bidder shall clearly mention the names of the Original equipment Manufacturer (OEM) of all the
bought out items.
iii)
Relevant technical brochure, drawings for all the equipment shall be furnished.
iv)
The following documents shall be forwarded with the bid :
a) Process Flow Diagram
b) Process Instrumentation diagrams
c) General Arrangement Diagram (GAD) of the unit
d) Drawings showing details of Remote Ignition System of pilot burner and Flame
Failure shutdown system.
e) Drawing showing Bean housing and Bean Holder
f) Instrument data sheets
g) Make/Models of bought out items

(B)

COMMERCIAL :
Commercial Bid Rejection Criteria will be as per Section D of General Terms & Conditions of Global
Tender (MM/GLOBAL/E-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. Please note that no price details should be furnished in the Technical

Tender No. SDG9225P13/09

Page 14 of 22

(i.e. Unpriced) bid. The Unpriced Bid shall contain all techno-commercial details except the
prices which shall be kept blank. The Priced Bid must contain the price schedule and the bidders
commercial terms and conditions.
Bidder not complying with above submission procedure will be rejected.
2.0

Bid security of US $27,100.00 or ` 12,19,500.00 shall be furnished as a part of the TECHNICAL


BID (refer Clause Nos.9.0 & 12.0 (Section A) of General Terms & Conditions for e-Procurement
as per Booklet No. MM/GLOBAL/E-01/2005 for E-procurement (ICB Tenders)). Any bid not
accompanied by a proper bid security in ORIGINAL will be rejected without any further
consideration. For exemption for submission of Bid Security, please refer Clause No. 9.8 (Section
A) of General Terms & Conditions for e-Procurement as per Booklet No. MM/GLOBAL/E-01/2005
for E-procurement (ICB Tenders). Bank Guarantee towards Bid Security shall remain valid till 19th June
2014.

3.0

Validity of the bid shall be minimum 6 months (180 days). Bids with lesser validity will be rejected.

4.0

Bidders must confirm that Goods, materials or plant(s) to be supplied shall be new of recent make
and of the best quality and workmanship and shall be guaranteed for a period of twelve (12)
months from the date of commissioning 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 suppliers expenses at no extra cost to OIL.

5.0

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 successful
commissioning of the complete package at site. Bidder must confirm the same in their Technical
Bid. Offers not complying with this clause will be rejected.

6.0

Bidders are required to submit the summary of the prices in their Price Bid as per bid format
(Summary ), given below :
(i)
(A)
(B)
(C)
(D)
(E)
(F)
(G)
(H)
(I)
(J)
(K)
(L)
(M)

Price Bid Format ( SUMMARY ) for Foreign Bidders :


Total Material value of all the units including commissioning spares
Third Party Inspection charges
Packing & FOB Charges
Total FOB Port of Shipment value
Ocean Freight upto Kolkata port, India
Insurance Charges
Total CIF Kolkata value, ( D + E + F )
Pre- despatch/shipment Inspection & Testing charges by OIL, if any
Installation / Commissioning charges
Total Value, ( G + H + I ) above
Total value in words :
Gross Weight :
Gross Volume :

Tender No. SDG9225P13/09

Page 15 of 22

(ii)

Price Bid Format ( SUMMARY ) for Indigenous Bidders :


(A)
(B)
(C)
(D)
(E)
(F)
(G)
(H)
(I)
(J)
(K)
(L)
(M)
(N)
(O)
(P)

Total Material value of all the units including commissioning spares


Third Party Inspection charges
Packing and Forwarding Charges
Total Ex-works duly packed value
Sales Tax, (Please indicate applicable rate of Tax)
Total FOR Despatching station value, ( D + E ) above
Road Transportation charges to Duliajan
Insurance Charges
Assam Entry Tax
Total FOR Duliajan value, ( F + G + H + I ) above
Pre- despatch/shipment Inspection & Testing charges by OIL, if any
Installation / Commissioning charges
Total Value, ( J + K + L ) above
Total value in words :
Gross Weight :
Gross Volume :
NOTE :
1. Cost of individual items must be quoted separately.
2. The commissioning spares should also be quoted separately indicating the unit price and
quantity quoted.
3. The items covered under this enquiry shall be used by OIL in the PEL/ML areas
issued/renewed after 01/04/99 and hence, applicable Customs Duty for import of goods
shall be ZERO. Indigenous bidders must quote Deemed Export prices. Excise Duty under
Deemed Export exempted.
4. Banking charges in the country of the foreign bidder shall be borne by the bidder.

7.0

Installation/Commissioning charges must be quoted separately on lumpsum basis which shall be


considered for evaluation of the offers. These charges should include amongst others to and fro
fares, boarding/lodging, local transport at Duliajan and other expenses of suppliers commissioning
personnel during their stay at Duliajan, Assam(India).
Bidders must categorically indicate the above charges in their Price Bid and must confirm the same
in their Technical Bids.

8.0

Offers received without Integrity Pact duly signed by the authorised signatory of the
bidder will be rejected.

9.0

The prices offered will have to be firm through delivery and not subject to variation on any account.
A bid submitted with an adjustable price will be treated as non-responsive and rejected.

10.0

Bids received after the bid closing date and time will be rejected. Similarly, modifications to bids
received after the bid closing date & time will not be considered.

Tender No. SDG9225P13/09

Page 16 of 22

11.0

Bids containing incorrect statement will be rejected.

(II)

BID EVALUATION CRITERIA (BEC) :


The Bids conforming to the specifications, terms and conditions stipulated in the tender
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:

1.0

All materials as indicated in the material description of the tender should be offered. If any of the
items are not offered by the bidders, the offer will not be considered for evaluation.

1.1

The evaluation of bids will be done as per the Priced Schedule (SUMMARY) detailed vide Para 6.0
of BRC (Commercial).

2.0

If there is any discrepancy between the unit price and the total price, the unit price will prevail and
the total price shall be corrected. Similarly, if there is any discrepancy between words and figure,
the amounts in words shall prevail and will be adopted for evaluation.

3.0

For conversion of foreign currency into Indian currency, B.C. selling (Market) rate declared by State
Bank of India, one day prior to the date of price bid opening shall be considered. However, if the
time lag between the opening of the bids and final decision exceed 3(three) months, then B.C.
Selling(Market) rate of exchange declared by SBI on the date prior to the date of final decision shall
be adopted for conversion and evaluation.

4.0

Offers not complying with the payment terms indicated in the enquiry shall be loaded with one
percent above the prevailing Bank rate (CC rate) of State Bank of India for duration of
commissioning time indicated in the tender plus transit time (3 months) for evaluation purpose.

5.0

Other terms and conditions of the enquiry shall be as per General Terms and Conditions for Global
Tender. However, if any of the Clauses of the Bid Rejection Criteria / Bid Evaluation Criteria (BEC /
BRC) mentioned here contradict the Clauses in the General Terms & Conditions of Global Tender
of the tender and/or elsewhere, those mentioned in this BEC / BRC shall prevail.

Tender No. SDG9225P13/09

Page 17 of 22

ANNEXURE- III

CHECK LIST
( A) TECHNICAL 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.
Sl
No.
1

Description
IH is manufactured to handle
a) Coil inlet pressure
b) Gas outlet pressure
c) Gas Inlet Temp (min)
d) Water Bath Temp
e) Heat Duty (minimum)
Shell:
a) Design standard
b) Size (min)
c) Additional thermowell (2 no)
d) Nozzles for coil inlet, outlet,
fire tube etc
e) Test

Coils:
a)
b)
c)
d)
e)
f)
g)
h)
i)

Number of coils
Number of passes per coil
Coil size
M.O.C. of Coil
Wall Thickness
Coil Operating Pressure
Radiography
Coil Hydro test Pressure
End Connection

Coil accessories: Choke


a) Choke with housing
b) Choke Size (OD)
c) Housing end connection
d) Bean of various sizes
e) MOC of bean housing
f) Make

Fire Tube :
a) M.O.C. of Fire Tube
b)
c)
d)
e)
f)

Half cover plate feature


Type
Diameter
Length
Radiography

Tender No. SDG9225P13/09

NIT requirement
2

Yes/No

281.6 kg/cm
70 kg/cm2
15 Deg C
80 Deg C
2.5 Million BTU/Hr

Yes
Yes
Yes
Yes
Yes

No
No
No
No
No

API Spec 12 K
1524 mm dia. (min.) X 6000
mm long (min.)
1" NPT, 300 mm length each
As per Requirement

Yes
Yes

No
No

Yes
Yes

No
No

Water Fill Test

Yes

No

2 (Two)
Split, 8 x 2
3 (76.2 mm) NB
API 5L XXS, seamless
0.6 Inches (15.24mm)
2
Max: 281.6 kg/cm
100%
2
422 kg/cm ( 6000psig)
Flanged, 65 mm NB x
2500class RTJ, ANSI B16.5,
BE companion flanges, RTJ,
studs-nuts

Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes

No
No
No
No
No
No
No
No
No

Positive Fixed choke


25.4 mm NB
Flanged, welded, 65mm
(2.1/2) NB, ANSI, 2500 class
As per NIT Specification
As per API 6A
Masterflo/BHEL/JVS/WKM

Yes
Yes
Yes

No
No
No

Yes
Yes
Yes

No
No
No

API 5L, Gr. B/ ASTM A106,


Seamless
As per NIT Specification
U Type
508 mm OD (Minimum)
5500 mm (Minimum)
100%

Yes

No

Yes
Yes
Yes
Yes
Yes

No
No
No
No
No

Remarks

Page 18 of 22

Sl
No.
6

Description
Burner and accessories:
a) Data Sheet
b) Burner capacity/size
c) Flame arrester
Type
Housing
Pilot Gas
Flame Arrestor Make

7
7.1

7.2

7.3

7.4

NIT requirement

Yes/No

Submitted
50% more than that of heat
duty requirement

Yes
Yes

No
No

O
Aluminimium
Continuous
Enardo / Zirco /Flameco

Yes
Yes
Yes
Yes

No
No
No
No

As per NIT Specification


As per NIT Specification
As per NIT Specification

Yes
Yes
Yes

No
No
No

As per NIT Specification

Yes

No

As per NIT Specification

Yes

No

As per NIT Specification


As per NIT Specification
As per NIT Specification
As per NIT Specification
As per NIT Specification

Yes
Yes
Yes
Yes
Yes

No
No
No
No
No

As per NIT Specification

Yes

No

As per NIT Specification

Yes

No

As per NIT Specification

Yes

No

Instrumentation & Control System:


Instrumentation for Shell:
a) Temperature indicator
b) Liquid level switch
c) Level Gauge
Instrumentation for Coil:
a) Temperature indicators
(8nos.)
b) Pressure indicators (4 nos.)
Burner Management System:
a) Fuel Shut off Valve
b) Temp. Control Valve
c) Pilot Gas Regulator
d) Main Fuel Gas Regulator
e) Pressure Gauges (3 nos.)
Additional Instrumentation:
a) Pilot Guard, CM-7 or
equivalent
b) Temp. Controller ABB 440R
or equivalent
c) Portable Igniter ARC start
440

7.6

Suitability of pneumatic instruments


to operate in natural gas

To be confirmed

Yes

No

7.7

Servo gas pressure regulators for all


pneumatic instruments Fisher
model 67 CFR

To be provided

Yes

No

7.8

Isolation and Bypass facility for


Shutoff Valve & Temperature
Control Valve

To be provided

Yes

No

Remarks

General Notes:

8.1

All requisite and standard


accessories quoted

As per NIT

Yes

No

8.2

All valves of fire safe design as per


API 607

To be confirmed

Yes

No

Tender No. SDG9225P13/09

Page 19 of 22

Sl
No.
8.3

Description

NIT requirement

Documents to be forwarded along


with the bid
a) Process flow diagram
b) Process Instrumentation
diagrams
c) Technical literature for all
the instruments
d) GAD of the unit
e) Skid details with drawing
f) Instrument data sheets
g) Make/model of all the items
h) Sectional drawing of the IH
i) Drawing of bean housing
and bean holder

As per NIT point 6.0 (c)

8.4

Yes/No

To be supplied
To be supplied

Yes
Yes

No
No

To be supplied

Yes

No

To be supplied
To be supplied
To be supplied
To be supplied
To be supplied
To be supplied

Yes
Yes
Yes
Yes
Yes
Yes

No
No
No
No
No
No

Welding shall be done as per ASME


Section IX

To be confirmed

Yes

No

8.5

Inner and outer surfaces painting


with a coat of high temperature
resistant red oxide primer. Outer
surface should be sand blasted
before application of paint

To be confirmed

Yes

No

8.6

Insulation of water bath and


chimney at site
a) Insulation material: 50 mm
thick high resistant rock
wool covered with chicken
wire mesh
b) 24 WG Aluminium plain
sheet to be rolled and cover
up the insulated surface

To be confirmed

Yes

No

8.7

Inscription on the vessel

As per NIT

Yes

No

As per NIT
AS per NIT

Yes
Yes

No
No

To be confirmed

Yes

No

3 year minimum
To be confirmed

Yes
Yes

No
No

10

11

INSPECTION :
a) Third party inspection
b) Third party inspection
charges shall be quoted
separately
c) Name of Third party
inspector
d) OILs inspection included
COMMISSIONING:
a) Commissioning included
b) Inspection of material at site
by the supplier
c) Commissioning quoted
separately.
EXPERIENCE:
a) Experience details
b) Collaboration details for
bidders with 2 years
experience

Tender No. SDG9225P13/09

Remarks

As per NIT
As per NIT

Lloyds/ IRS /RITES /BV


To be confirmed

Page 20 of 22

Sl
No.
13

Description
WARRANTY:
18 months from the date of receipt
of the materials at OILs depot or
12 months from the date of
commissioning whichever is earlier

NIT requirement
To be confirmed

Yes/No
Yes

Remarks

No

Offer Ref ............................ Dated ................................................

( B ) COMMERCIAL CHECK LIST


THE CHECK LIST MUST BE COMPLETED AND RETURNED WITH YOUR OFFER. PLEASE ENSURE THAT ALL
THESE POINTS ARE COVERED IN YOUR OFFER. THESE WILL ENSURE THAT YOUR OFFER IS PROPERLY
EVALUATED. PLEASE SELECT "Yes" OR "No" TO THE FOLLOWING QUESTIONS, IN THE RIGHT HAND
COLUMN.
COMPLIANCE

Sl#
1.0

REQUIREMENT
Whether bid submitted under Single Stage Two Bid System?

2.0
2.1
2.2

Whether quoted as manufacturer ?


Whether quoted as Supply House / Distributor. To SpecifyIf quoted as Supply House / Distributor,

Yes / No

(a) Whether submitted valid and proper authorization letter from manufacturer
confirming that bidder is their authorized Supply House for the product offered ?
(b) Whether manufacturers back-up Warranty/Guarantee certificate submitted?

Yes / No

3.0

Yes / No

Yes / No
Yes / No

Yes / No

3.4

Whether ORIGINAL Bid Bond (not copy of Bid Bond) Sent separately? If YES, provide
details
(a) Amount :
(b) Name of issuing Bank :
(c) Validity of Bid Bond :
Whether offered firm prices ?
Whether quoted offer validity of Six months from the date of closing of tenders ?
Whether quoted a firm delivery period?
Delivery - _________________To specify
Whether agreed to the NIT Warranty clause ?

3.5

Whether confirmed acceptance of tender Payment Terms.

Yes / No

3.6
3.61
3.7
3.71
3.72
6.73

Whether confirmed to submit PBG as asked for in NIT ?


Whether agreed to submit PBG within 30 days of placement of order ?
Whether Price submitted as per Price Schedule (refer Para 6.0 of BRC vide Annexure-II)?
Whether the quoted price is inclusive of Commissioning spares?
Whether all the items of tender quoted?
Whether confirmed that all spares & consumables will be supplied for a minimum period of
10 years ?

Yes / No

3.1
3.2
3.3

Tender No. SDG9225P13/09

Yes / No
Yes / No
Yes / No
Yes / No

Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Page 21 of 22

3.74
3.8
3.81
3.82
3.9
3.91
3.92
4.0

Whether cost of Recommended Spares for 2 years of operations quoted ?


Whether quoted as per NIT (without any deviations)?
Whether quoted any deviation?
Whether deviation separately highlighted?
Whether indicated the country of origin for the items quoted?
Whether technical literature / catalogue enclosed?
Whether weight & volume of items offered indicated?
For Foreign Bidders - Whether offered FOB / FCA port of despatch including sea / air
worthy packing & forwarding ?

Yes / No

4.1

For Foreign Bidders Whether port of shipment indicated. To specify:


For Foreign Bidders only - Whether indicated ocean freight up to Kolkata port (Excluding
marine insurance ) ?
Whether Indian Agent applicable ?
If YES, whether following details of Indian Agent provided?
(a) Name & address of the agent in India To indicate
(b) Amount of agency commission To indicate
(c) Whether agency commission included in quoted material value?

Yes / No
Yes / No

For Indian Bidders Whether indicated the place from where the goods will be
dispatched. To specify :
For Indian Bidders Whether road transportation charges up to Duliajan quoted?
For Indian Bidders only - Whether offered Ex-works price including packing/forwarding
charges?
For Indian Bidders only - Whether indicated import content in the offer ?
For Indian Bidders only - Whether offered Deemed Export prices?
For Indian Bidders only Whether all applicable Taxes & Duties have been quoted ?
Whether all BRC/BEC clauses accepted ?
Whether confirmed to offer the equipment for Pre-despatch/shipment Inspection & testing?
Whether Pre-despatch/shipment inspection & testing charges applicable?
If Pre-despatch/shipment inspection & testing charges applicable, whether quoted
separately on lumpsum basis?
Whether confirmed to carry out Installation & Commissioning of the equipment at
Duliajan(Assam) ?
Whether Installation & Commissioning charge applicable?
If Installation/ Commissioning charges applicable, whether separately quoted on lumpsum
basis?
Whether to & fro air fares, boarding/lodging of the commissioning personnel at Duliajan,
Assam(India) included in the quoted charges ?
Whether confirmed that all Service, Income, Corporate tax etc. applicable under
Installation/ Commissioning & Training (as applicable) are included in the prices quoted ?
Whether Integrity Pact with digital signature uploaded?

Yes / No

4.2
4.3

5.0
5.1
5.2
5.3
5.4
5.5
6.0
7.0
7.1
7.2
7.3.
7.4
7.5
7.6
7.7
8.0

Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No

Yes / No

Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No

Offer Ref ............................ Dated ................................................


Tender No. SDG9225P13/09

Page 22 of 22

Anda mungkin juga menyukai