Professional Documents
Culture Documents
1.invitation To Bid
1.invitation To Bid
MUMBAI REGION,
DRONAGIRI BHAVAN, URAN PLANT, URAN,
DIST. RAIGAD, MAHARASHTRA 400702, Fax No. 022-2722 2811
111, Facility Engineering Group (FEG),
Dronagiri Bhavan
FILE.NO: MR/URAN/28/C/CC/92P/2015-16/UP14C15018
Date: 05.02.2016
To,
_______________________________________
_______________________________________
_______________________________________
INVITATION TO BID
OPEN INDEGENOUS E-TENDER UNDER TWO BID SYSTEM
1.0 Bids are invited in the prescribed bid forms and Proforma through e-procurement for
the scope of work described in the bidding documents. The details of the tender are
given below:
Tender No.
UP14C15018
Brief Description
Performance
Security/Performance
Bond/Security Deposit
Group
Tender Originating
1|Page
UP14C15018
Location
Type of Tender
Cost of Tender Document
/Tender Fee (In INR)
Earnest Money
Deposit(EMD)/
bid security/ bid bond
(In INR)
Date of issue of Tender
Document
Tender Document
selling/issuing office
Opening of Tender
Place of Opening of Tender
Date of Opening of pricebid
Date of submission of
Physical Documents
2|Page
No Pre-Bid Conference
No Pre-Bid Conference
25/02/2016 at 1600 hrs
The tender is to be submitted in ONGCs e-procurement
site i.e. https://etender.ongc.co.in. However, certain
documents are required to be submitted in physical form
also in a sealed envelope super-scribed as "Physical
documents against e-procurement Tender No.-________,
opened on ________ , to be opened by only Tender
Opening Officers at 17:00 Hrs, on________ [As indicated
below, the documents should reach to the purchasers
office before 16:00 Hrs. of the 7th calendar day after
opening of bids].
25/02/2016 at 1700 hrs
Office of DGM (P)- Facility Engineering Group (FEG), ONGC,
MR, Dronagiri Bhavan, Uran Plant, Uran-400702
To be intimated later, after evaluation and short-listing of
un-priced techno-commercial bids.
03/03/2016 before 16:00 Hrs. [i.e. 7th calendar day after
opening of bids].
UP14C15018
K.A.Katyari, DGM(P)
022-27234752/9969228559
Tender receiving leave
V.K.Gupta, DGM(Elect.)
reserve officer
022-27234751/9969228244
Essential
Qualification The bidder must have the experience of having
Criteria
successfully completed at least one Fabrication / Repair
job of pressure vessel such as Column, Vessel, Heat
Exchangers, boilers, in either of Oil & Gas / Hydrocarbon /
Petrochemical / Chemical / Fertilizer / Power Plant /
Refineries during last 7 (Seven) years prior from the date
of closing/opening of the bid, should be either of the
following:The bidder must have successfully executed three jobs of
Fabrication/repair and the value of the each work must
not be less than the amount equal to Rs.15,46,980/(Rupees Fifteen Lakh Forty Six Thousand Nine hundred
Eighty Only).
OR
The bidder must have successfully executed two jobs of
Fabrication/repair and the value of the each work should
not be less than the amount equal to Rs.19,33,725/(Rupees Nineteen Lakh Thirty Seven Thousand Seven
Hundred Twenty Five Only).
OR
The bidder must have successfully executed one job of
Fabrication/repair and the value of the work should not
less than the amount equal to Rs.30,93,960/- (Rupees
Thirty Lakh Ninety Three Thousand Nine Hundred Sixty
Only).
To this effect, Bidder should submit copies of respective
contracts/PO, along with documentary evidence in respect
of satisfactory execution of each of those contracts/PO, in
the form of copies of any of the documents (indicating
respective contract number and type of services),such as;
(i)
Satisfactory completion / performance report (OR)
(ii)
proof of release of Performance Security after
completion of the contract (OR)
(iii) Proof of settlement / release of final payment
against the contract (OR)
(iv) Any other documentary evidence that can
substantiate the satisfactory execution of each of
the contracts cited above before the date of
tender opening.
3|Page
UP14C15018
4|Page
UP14C15018
Sr. No.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.
34.
35.
5|Page
INDEX
Clause
Eligibility & Experience of the Bidder
Cost of Tender Document /Tender Fee
Transfer of Bidding Document
Cost of Bidding
Content of Bidding Document
Pre-Bid Conference/Amendment to Bidding Documents
Language and Signing of Bid
Compliance with the requirements of Bid Evaluation Criteria (BEC) and
all other tender conditions
Documents comprising the Bid
Price Bid
Bid Currencies
Mode of payment
Concessional rate of customs duty/excise duty/ sales tax
Vague and Indefinite Expressions
Period of Validity of Bids
Earnest Money Deposit (EMD)/Bid Security/Bid Bond
Submitting Copies Of Documents Through ONGCs e-procurement site,
Followed By Originals
Telex / Telegraphic / Telefax / E-Mail / Xerox /Photocopy Bids
and the bids containing scanned signature
Marking and Submitting of Bids
Deadline for submission of Bids
Late Bids
Modification and Withdrawal of Bids
Opening of Bids
Evaluation and Comparison of Bids
Unsolicited Post tender Modifications
Examination of Bids
Specifications
Purchase preference
Contacting the ONGC
Award Criteria
ONGCs Right to Accept any Bid and to reject any or all Bids
Notification of Award (NOA)
Signing of Contract Agreement
Performance Security/Performance Bond/Security Deposit
Correspondence
UP14C15018
Page
No.
9
9
9
9
9
9
10
11
12
13
16
16
17
18
18
18
18
18
18
19
19
21
21
21
22
22
22
22
22
23
23
23
23
23
23
36.
37.
38.
39.
40.
41.
42.
43.
44.
45.
46.
47.
48.
49.
50.
51.
52.
53.
Sr.
No.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
Definitions
Scope of Work/ Contract
Notices and Addresses
Duties and Power/ Authority
Contract Document
Claims/ Taxes & Duties, fees and Accounting
Import and Import Clearance
Performance Security/Performance Bond/Security Deposit
Additional Terms and Conditions
Discipline
Safety and Labour Laws
Secrecy
Statutory Requirements
Insurance
Indemnity Agreement
Failure and Termination
Liquidated Damages
6|Page
UP14C15018
24
24
25
25
27
28
29
31-32
33-35
36
37
38
39
40
41
42-43
44-48
49
50
Page No.
51
57
57
57
58
60
68
68
68
69
69
70
70
70
76
77
79
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
41.
42.
43.
44.
45.
46.
47.
48.
49.
50.
51.
52.
53.
54.
Severability
Change in Law
Liability of the Government of India
Force Majeure
Employment by Firms to Officials of ONGC
Preference to Local Companies
Jurisdiction and Applicable Law
Arbitration
Continuance of the Contract
Interpretation
Entire Agreement
Patent Indemnity
Independent contractor status
Export/ re-export control restrictions
Integrity Pact
Limitation of liability
Submission of forged documents
General Obligations
Site Pollution Responsibility
Waste Management & Housekeeping
Safety And Security Code for ONGC
Health, Safety & Environment (HSE) Management During Contracts
Certificate of Completion and Acceptance of the Work
Discharge Certificate
Amendment to the Contract
Port/Customs/Excise Clearance Assistance
Compliance with Laws
Ownership & Custody of Materials Delivered to the Contractor
Alteration/ Variations
Firm Rates
Additional Terms and Conditions
Centralization of the Jurisdiction and Filing of Returns of Income Tax
etc. with the Dy. Commissioner, Special Range, Dehradun
Engineering
Design, Patents and Royalties
Duration Of The Contract & Job Completion Period
Guarantee/ Warranty
Remuneration and Terms of payment
80
80
82
82
83
83
83
83
88
88
88
89
89
90
90
90
90
91
96
96
97
100
106
107
107
108
109
110
111
115
115
115
115
116
116
116
117
INDEX
ANNEXURE III- Scope of Work (SOW)
ANNEXURE IV- Bid Evaluation Criteria (BEC)
ANNEXURE V- BEC Matrix
CHECK LIST
ANNEXURE VI- Price Bid (Bidders Confirmation Sheet)
ANNEXURE VI- Price Bid (Bidders Price Filling Sheet)
7|Page
UP14C15018
Page No.
121-134
135-144
145-156
157-158
159-161
162-164
3.0 E-Procurement under Two Bid System shall be followed for this tender. Bidders should
take due care to submit tenders in accordance with the requirements in separate
folders. Bid Evaluation Criteria at Annexure-IV of the Bidding Documents shall be the
basis for evaluation of tenders.
Bidders will have to download the tender document within the time specified for
tender closing/opening date and use the same for participating in the tender.
4.0 Offer sent without having the prescribed Bidding Documents of ONGC and without
complying with the terms and conditions of Bidding Documents for submitting the
offer, will be ignored.
5.0 Please note that all tender forms and supporting documents are to be submitted
through ONGCs E-procurement site only except the following documents, which are to
be submitted in physical form also in a sealed envelope superscribed as "Physical
documents against e-procurement Tender No: UP14C15018, opened on 25/02/2016,
to be opened by only Tender Opening Officers at 17:00 Hrs, on 03/03/2016 [As
indicated in Invitation to Bid, the documents should reach to the purchasers office
before 16:00 Hrs. of the 7th calendar day after opening of bids submitted through the
e-bidding portal. Hence, bidder should indicate the date falling on 7th calendar day
after opening of bids submitted through ONGCs E-procurement site]."
(i) The original bid security.
(ii) The Power of Attorney or authorization, or any other document consisting of
adequate proof of the ability of the signatory to bind the bidder, in original, when
the power of attorney is a special Power of Attorney relating to the specific
tender of ONGC only.
(OR)
A notarized true copy of the Power of Attorney shall also be accepted in lieu of
the original, if the power of attorney is a general Power of Attorney. However,
photocopy of such notarized true copy shall not be accepted.
(iii) Any other document required to be submitted in physical form as per tender
requirement.
These documents to be submitted at the Office of DGM(P)- Facility Engineering
Group (FEG), ONGC, MR, Dronagiri Bhavan, Uran Plant, Uran-400702.
NOTE: The scanned Copy of the above documents (which are to be submitted in
physical) are also to be uploaded on ONGCs E-procurement site along with other
documents of technical bid.
Yours faithfully
DGM(P)
Facility Engineering Group (FEG)
8|Page
UP14C15018