Home
CDI6385P15
Contents
1. 91 374 2800548 FAX 91 374 2803549 Website www oil india com DESCRIPTION OF WORK SERVICES GENERAL CONDITIONS OF CONTRACT GCC MEMORANDUM OF AGREEMENT made this day of Between OIL INDIA LIMITED a Company incorporated under the Companies Act 1956 and having its Registered Office at Duliajan in the District of Dibrugarh Assam hereinafter called Company of the one part and Shri Smti and Shri Smti carrying on business as partners proprietor under the firm name and style of M s with the main Office at in the District of aforesaid hereinafter called Contractor on the other part WITNESSETH 1 a The contractor hereby agrees to carry out the work set down in the Schedule of work which forms part II of this Contract in accordance with the 1968 General Conditions of Contract of Oil India Limited and General Specifications read in conjunction with any drawings and Particular Specifications amp instructions which forms Part III of the contract utilizing any materials services as offered by the Company as per Part IV of the contract at Assam Field b In this Contract all words and expressions shall have the same meaning as are respectively assigned to them in the 1968 General Conditions of Contract of Oil India Limited which the Contractor has perused and is fully conversant with before entering into this Contract c The clauses of this contract and of the specifications set out hereunder shall be paramount and in the event o
2. Page1 4 Annexures e TENDER No CDI6385P15 PROFORMA II STATEMENT OF NON COMPLIANCE if any Only exceptions deviations to be rendered 1 0 The Bidder shall furnish detailed statement of exceptions deviations if any to the tender stipulations terms and conditions in respect of each Section of Bid Document in the following format Section Clause No No Page No Non Compliance Remarks Authorised Person s Signature Name Designation Seal of the Bidder NOTE OIL INDIA LIMITED expects the bidders to fully accept the terms and conditions of the bid document However should the bidders still envisage some exceptions deviations to the terms and conditions of the bid document the same should be indicated as per above format and submit along with their bids If the Statement of Non Compliance in the above Proforma is left blank or not submitted along with the technical bid then it would be construed that the bidder has not taken any exception deviation to the tender requirements kkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkk Page2 4 Annexures e TENDER No CDI6385P15 FORMAT OF BID SECURITY BANK GUARANTEE OR ANY OTHER FORMAT ACCEPTABLE TO OIL To M s OIL INDIA LIMITED For Head Contracts Duliajan Assam India Pin 786 602 WHEREAS Name of Bidder hereinafter called the Bidder has submitted their offer Dated the provision of certain service
3. mentioned elsewhere in this contract Any contractor found violating these provisions will render themselves disqualified from any future tendering As per terms of the contract if applicable the Contractor must deposit Provident Fund Contribution covering Employee s amp Employer s share with the competent authority monthly under their direct code The Contractor shall be required to submit documentary evidence of deposit of P F Contribution to the Company In case of failure to provide such documentary evidence the Company reserves the right to withhold the amount equivalent to applicable P F Contribution 21 ARBITRATION Any dispute under this contract will be settled through Arbitration as per Indian Arbitration and Conciliation Act 1996 Place of Arbitration Duliajan 22 FORCE MAJEURE Force Majeure exemption Clause of the International Chamber of Commerce ICC Publication No 421 is hereby incorporated in this contract 23 I B VERIFICATION REPORT AND SECURITY REVIEW Contractor will be required to submit the verification report to ascertain character and antecedents from the Civil Administration towards the persons engaged under this contract to the Head of the user Department before engagement 24 In case of any doubt or dispute as to the interpretation of any clause herein contained the decision of the Company s Engineer shall be final and binding on the contractor 25 SET OFF CLAUSE Any sum of money due
4. DGMS returns indicating Name of his firm Registration number Name and address of person heading the firm Nature of work type of deployment of work persons Number of work persons deployed how many work persons hold VT Certificate how many work persons undergone IME and type of medical coverage given to the work persons 6 9 The return shall be submitted quarterly by 10th of April July October amp January for contracts of more than one year However for contracts of less than one year returns shall be submitted monthly 6 10 It will be entirely the responsibility of the Contractor his Supervisor representative to ensure strict adherence to all HSE measures and statutory rules during operation in OIL s installations and safety of workers engaged by him The crew members will not refuse to follow any instruction given by company s Installation Manager Safety Officer Engineer Official Supervisor Junior Engineer for safe operation 6 11 Any compensation arising out of the job carried out by the Contractor whether related to pollution Safety or Health will be paid by the contractor only Contractor Page 6 of 7 Company E TENDER NO CDI6385P15 Part III SCC 6 12 Any compensation arising due to accident of the Contractor s personnel while carrying out the job will be payable by the contractor 6 13 The contractor shall have to report all incidents including near miss to Installation Manager departmental representative of the
5. Office accepts the inspection report as satisfactory 5 10 The Supervisor or In Charge of the contractors team shall report at Production Gas Field Office at 7 30 AM before carrying out the job and take necessary instruction from the authorised personnel of OIL The list of wells to be visited inspected is to be obtained from the office 5 12 Approximate distance of various sites from Duliajan are as under OCS 1 10 Km OCS 2 10 Km OCS 3 4 Km OCS 4 7 Km OCS 6 11 Km OCS 8 15 Km Jorajan 21 Km Kusijan 28 Km Nagajan 23 Km Ushapur 13 Km Joypur 15 Km Kathalguri 16 Km Hatiali 33 Km Deohal 18 Km Dirial 5 Km Sialkati 37 Km Chabua 35 Km Kathaloni 35 Km Barekuri 40 Km Dikom 40 Km 5 13 Considering the job involvement 2 vehicles should be sufficient to render the above services However the vehicle requirement is at the contractors disposal The vehicle must meet the following conditions Contractor Page 3 of 7 Company E TENDER NO CDI6385P15 Part III SCC a The vehicle should be either Mahindra Utility or Tata mobile type of not more than 03 three years old on the date of awarding the contract b The vehicle must be mechanically acceptable c The vehicle should be duly registered and insured against all risks at the contractor s cost It also must have NOC from Pollution Control Authority d The vehicle and the driver with valid papers properly updated for plying in the districts of Dibru
6. besides the legal action 21 0 In the event of awarding contract the Contractor shall have to submit Invoice of Service Tax as per the following Format Format of Invoice As per Rule 4A 1 of the Service Tax Rule s 1994 TAX INVOICE Name of the Service Provider cccccc ccc ccc ec cec eee eeeeeeeesueeeeeeeeeeeeseusegeeueeees Address of the Service Provider ccccccccccccccccceccccceecencencesceneeseeneuneuseunecs Service Tax Regn No of the service providel ce ceeeeeeeeeeeeeeeee eee eneees Name amp address of the Service Receiver Invoice Serial Oil India Limited Duliajan Assam Invoice Particulars Amount Rs Description of the service provided or agreed to be provided A e g AMC Bill against Contract No for the period Add service Tax 12 36 on A above In case of taxable value of service B is not 100 than specify the value of taxable service and apply 12 36 of the qualifying amount e g if the value of service is only 40 than service tax should be calculated at 12 36 on 40 of the value declared at A above Total amount Including service Tax A B Less Service Tax Payable by Oil India Limited under reverse charge Net Bill Amount Signature of Proprietor partner Page 7 of 7 E TENDER NO CDI6385P15 BRC BEC BID REJECTION CRITERIA BRC BID EVALUATION CRITERIA BEC 1 0 BID REJECTION CRITERIA BRC 1 1 The bid shall conform g
7. concerned department of OIL 6 14 The contractor has to keep a register of the persons employed by him her The contractor s supervisor shall take and maintain attendance of his men every day for the work punctually 6 15 If the company arranges any safety class training for the working personnel at site company employee contractor worker etc the contractor will not have any objection to any such training 6 16 The health check up of contractor s personnel is to be done by the contractor in authorized Health Centers as per OIL s requirement amp proof of such test s is to be submitted to OIL The frequency of periodic medical examinations should be every five years for the employees below 45 years of age and every three years for employees of 45 years of age and above 6 17 To arrange daily tool box meeting and regular site safety meetings and maintain records 6 18 Records of daily attendance accident report etc are to be maintained in Form B E J as per Mines Rules 1955 by the contractor 6 19 A contractor employee must while at work take reasonable care for the health and safety of people who are at the employee s place of work and who may be affected by the employee s act or omissions at work 6 20 A contractor employee must while at work cooperate with his or her employer or other persons so far as is necessary to enable compliance with any requirement under the act or the regulations that is imposed in the interest of
8. cost of damaged lost company material shall be recovered from the contractor b If the contractor fails to carry out the job as per terms and condition of the contract the contractor will be penalized for the jobs not done as under Item 1 and 2 Recovery of 1 5 times of cost of 40 jobs if the contractor fails to carry out jobs for 2 days continuously and 2 times of cost of 20 jobs for each day thereafter up to maximum of 5 days absence continuously Item 3 Recovery of 1 5 times of cost of 20 jobs if the contractor fails to carry out jobs for 2 days continuously and 2 times of cost of 10 jobs for each day thereafter up to maximum of 5 days absence continuously c The company reserves the right to terminate the contract if the contractor fails to provide services for more than 5 days in a month without any valid reason or if the jobs carried out are found to be unsatisfactory d The penalty under clause no 5 19 b above shall not be applicable in case of extra ordinary situation like bandh strike natural calamities terrorist acts e Since the jobs will not be carried out in situations stated under clause No 5 19 d no charge will be paid for such shut down Also no standby charge will be paid on such occasion 6 0 HSE Health Safety amp Environment 6 1 It will be solely the Contractor s responsibility to fulfill all the legal formalities with respect to the Health Safety and Environmental aspects of the entire job n
9. folder under the tab Amendments The company may at its discretion extend the deadline for bid submission for any reason Bidders shall also check OIL s E Tender portal C folder under the tab Amendments for any amendments to the bid documents before submission of their bids 5 0 PREPARATION OF BIDS 5 1 LANGUAGE OF BIDS The bid as well as all correspondence and documents relating to the bid exchanged between the Bidder and the Company shall be in English language except that any printed literature may be in another language provided it is accompanied by an English translated version which shall govern for the purpose of bid interpretation 5 2 DOCUMENTS COMPRISING THE BID A UN PRICED TECHNO COMMERCIAL BID i Bid Documents duly filled up as indicated ii Complete technical details specifications of the equipment with catalogue etc as per tender requirement iii Documentary evidence established in accordance with BRC BEC part iv Statement of Non Compliance if any v Bid Security scanned copy Hard copy of Bid Security should be sent separately to reach on or before Bid opening date and time Fetes Peet B PRICED BID The Priced Bid shall contain the rates prices along with the currency and any other commercial information pertaining to the rates prices Bidder shall quote their rates prices in the PRICE BIDDING FORMAT attached under Notes and Attachments tab in the
10. health safety and welfare of the employee or any other person 6 21 Contractor s arrangements for health and safety management shall be consistent with those for the mine owner 6 22 In case Contractor is found non compliant of HSE laws as required company will have the right for directing the contractor to take action to comply with the requirements and for further non compliance the contractor will be penalized prevailing relevant Acts Rules Regulations 6 23 When there is a significant risk to health environment or safety of a person or place arising because of a non compliance of HSE measures company will have the right to direct the contractor to cease work until the non compliance is corrected 6 24 The contractor should prevent the frequent change of his contractual employees as far as practicable 6 25 The contractor should frame a mutually agreed bridging document between OIL amp the contractor with roles and responsibilities clearly defined 6 26 For any HSE matters not specified in the contract document the contractor will abide the relevant and prevailing Acts rules regulations pertaining to Health Safety and Environment Contractor Page 7 of 7 Company E TENDER NO CDI6385P15 SAFETY MEASURE SM PART V To HEAD CONTRACT OIL INDIA LIMITED DULIAJAN 786602 SUB SAFETY MEASURES Description of work service Sir We hereby confirm that we have fully understood the safety measures to be adopted during executio
11. not withdraw modify the deviation when as advised by the Company The loading so done by the Company will be final and binding on the Bidders No deviation will however be accepted in the clauses covered under BRC 1 4 2 To ascertain the substantial responsiveness of the bid the Company reserves the right to ask the Bidder for clarification in respect of clauses covered under BRC also and such clarification fulfilling the BRC clauses must be received on or before the stipulated date from the date of clarification sought by the Company failing which the bid will be summarily rejected 1 4 3 In case any of the clauses in the BRC contradict with other clauses of Bidding Document elsewhere then the clauses in the BRC shall prevail 1 4 4 Unconditional discounts rebates if any given in the bid or along with the bid will be considered for evaluation Post bid or conditional discounts rebates offered by any bidder shall not be considered for evaluation of bids However if the lowest bidder happens to be the final acceptable bidder for award of contract and if they have offered any discounts rebates the contract shall be awarded after taking into account such discounts rebates 1 4 5 OIL will not be responsible for delay loss or non receipt of applications for bidding documents sent by mail and will entertain any correspondence in this regard 2 0 BID EVALUATION CRITERIA 2 1 Bidder must include all liabilities including statutory liabili
12. of Signature of witness Date S nnn nnn nnn nnn mmm Full Name of Signatory Address Signature of Acceptor SIGNED amp DELIVERED FOR amp ON BEHALF OF OIL INDIA LIMITED Designation Date Contractor Page No 6 6 Company E TENDER NO CDI6385P15 OIL INDIA LIMITED A GOVT OF INDIA ENTERPRISE CONTRACTS DEPARTMENT DULIAJAN PART II SOQ Part II SOQ Schedule of Work Unit and Quantity Description of Work Service tem Description of Services UOM Fstimateg No Quantity 10 Check amp measure FTHP of Gas Wells NO 20 000 20 Inspection of shut in Gas wells NO 4 500 30 Measure SITP CHP amp Annulus Pressure NO 3 000 40 Greasing amp Jungle Cutting NO 500 50 Mobilization charge NO 1 Details of Scope of Work for each item can be found in Part II SCC Bidder must include all liabilities including statutory liabilities but excluding Service Tax in their quoted rates Service Tax if applicable shall be to the Company s account However Service Tax portion payable directly by the Service Provider if applicable shall be reimbursed to the Contractor on the basis of the documentary evidence Page 1 of 1 E TENDER NO CDI6385P15 Part III SCC OIL INDIA LIMITED A Govt of India Enterprise DULIAJAN ASSAM SPECIAL TERMS amp CONDITIONS 1 0 The job involvement is as under Item 1 Checking and measurement of tubing pressure of flowing amp standby
13. prejudice to any other right or remedy cancel his Bid or Contract and hold the Bidder liable to the Company OIL for all costs and damages arising from the cancellation of the Bid or Contract including any loss which the Company OIL may sustain on account thereof 8 3 Timely submission of the bids is the responsibility of the Bidder and Bids should be submitted before the bid closing date and time Company shall not be responsible for any delay 8 4 E mail Fax Telex Telegraphic Telephonic offers will not be accepted 8 5 Bidder shall submit the Bid duly completed in terms of the Bid Document 8 6 Before submission of Bids Bidders are requested to make themselves fully conversant with all Conditions of the Bid Document and other relevant information related to the works to be executed under this contract 9 0 DEADLINE FOR SUBMISSION OF BIDS 9 1 Bids should be submitted on line up to 11 00 AM IST Server Time on the Bid Closing date mentioned in the Forwarding Letter Bidders will not be permitted by System Page 3 of 7 E TENDER NO CDI6385P15 INSTRUCTION TO BIDDERS to make any changes in their bid after the bid has been uploaded by the bidder Bidder may however request the administrator through the system for returning their bids 03 three days before the bid closing date and time for re submission except in condition mentioned in clause 12 1 But no such request would be entertained once the due date for submission of bids has b
14. Bidder s send their application for Bid Documents in sealed envelopes the following must be super scribed on the envelope along with the name amp registered postal address of the bidder in typed format or in clear legible handwriting Application amp Tender Fees IFB No Description of Services CHECKING OF GAS WELLS AND DOCUMENTATION AS PER OIL MINES REGULATIONS 1984 OMR 1984 REQUIREMENTS IN PRODUCTION GAS MINES OF OIL ASSAM On receipt of requisite Bid Document Cost USER_ID and initial PASSWORD will be communicated to the bidder through e mail at the e mail address provided along with request for Bid documents and will be allowed to participate in the bidding through OIL s E Procurement portal No physical Bid documents will be provided PSU s and SSI units registered with NSIC claiming exemption from payment of tender fee should submit their request with all credentials at least 7 days in advance to get access for participation in the tender The details of the IFB can be viewed using Guest Login provided in the E Procurement Portal provided through OIL s website www oil india com The link to OIL s E Procurement portal has also been provided through OIL s web site www oil india com Details of process for submission of Tenders Fees amp Bid Security EMD through the online payment gateway are available in Vendor User Manual under E procurement portal Note Important Points for online Payment can be vi
15. E TENDER CDI6385P15 E TENDER NOTICE OIL INDIA LIMITED A GOVT OF INDIA ENTERPRISE P O DULIAJAN 786602 ASSAM E TENDER NOTICE OIL INDIA LIMITED OIL invites Bids from experienced Service Providers through its E Procurement Portal https etender srm oilindia in irj portal for the following services under Sale of Bid Document IFB No g Earnest Money Document Service Requirements 5 p Cost Bid Closing Opening Date amp Time CHECKING OF GAS WELLS AND DOCUMENTATION CDI6385P15 AS PER OIL MINES REGULATIONS 1984 OMR 1984 REQUIREMENTS IN PRODUCTION GAS MINES OF OIL ASSAM 27 02 2015 To 30 03 2015 Rs 23 500 00 07 04 2015 11 00 Hrs 14 00 Hrs Rs 2000 00 For participation the interested Bidder s should submit send application along with the requisite Cost of Bid Document Non Transferable and non refundable by way of Demand Draft Banker s Cheque from any Nationalised Scheduled Bank in favour of OIL INDIA LIMITED and payable at Duliajan to reach the following address within the period of sale inclusive both the days i e start date amp end date of Bid document Head Contracts Contracts Department Oil India Limited DULIAJAN DISTRICT DIBRUGARH PIN 786 602 ASSAM Alternatively applicants already having User ID amp Password for OIL s e portal can pay the requisite Bid Document cost amp Bid security against the IFB through the online payment gateway In case the
16. TENDER No CDI6385P15 PROFORMA I BID FORM To THE HEAD CONTRACTS OIL INDIA LIMITED A Govt of India Enterprise P O DULIAJAN DIST DIBRUGARH ASSAM 786 602 Sub IFB No CDI6385P15 Dear Sir Having examined the General and Special Conditions of Contract and the Terms of Reference including all attachments thereto the receipt of which is hereby duly acknowledged we the undersigned offer to perform the services in conformity with the said conditions of Contract and Terms of Reference for the sum of ___ Price not to be typed stated below or such other sums as may be ascertained in accordance with the Price Bid Form attached herewith and made part of this Bid We undertake if our Bid is accepted to commence the work within days calculated from the date of issue of Company s LOA We agree to abide by this Bid for a period of 180 days from the date fixed for Bid opening and it shall remain binding upon us and may be accepted at any time before the expiration of that period Until a formal Contract is prepared and executed this Bid together with your written acceptance thereof in your notification of award shall constitute a binding Contract between us We understand that you are not bound to accept the lowest or any Bid you may receive Dated this day of 2014 Signature and seal of the Bidder In the capacity of Name of Bidder kkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkk
17. actual cost of the items by deducting from Contractor s Bill However it will be the Contractor s sole responsibility to ensure that the persons engaged by him in the mines use the proper PPE while at work All the safety gears mentioned above are to be provided to the working personnel before commencement of the work 3 The Contractor shall prepare written Safe Operating Procedure SOP for the work to be carried out including an assessment of risk wherever possible and safe methods to deal with it them The SOP should clearly state the risk arising to men machineries amp material from the mining operation operations to be done by the contractor and how it is to be managed 4 The contractor shall provide a copy of the SOP to the person designated by the mine owner who shall be supervising the contractor s work 5 Keep an up to date SOP and provide a copy of changes to a person designated by the Mine Owner Agent Manager 6 Contractor has to ensure that all work is carried out in accordance with the Statute and SOP and for the purpose he may deploy adequate qualified and competent personnel for the purpose of carrying out the job in a safe manner For work of a specified scope nature he should develop and provide to the mine owner a site specific code of practice in line 7 All persons deployed by the contractor for working in a mine must undergo Mines Vocational Training initial medical examination PME They should be issued ca
18. affect the relative ranking of any Bidder 14 0 EVALUATION AND COMPARISON OF BIDS 14 1 OIL will evaluate and compare the bids as per Bid Evaluation Criteria BEC of the bidding documents Page 5 of 7 E TENDER NO CDI6385P15 INSTRUCTION TO BIDDERS 14 2 DISCOUNTS REBATES Unconditional discounts rebates if any given in the bid or along with the bid will be considered for evaluation 14 3 Post bid or conditional discounts rebates offered by any bidder shall not be considered for evaluation of bids However if the lowest bidder happens to be the final acceptable bidder for award of contract and if they have offered any discounts rebates the contract shall be awarded after taking into account such discounts rebates 14 4 Conditional bids are liable to be rejected at the discretion of the Company 15 0 CONTACTING THE COMPANY 15 1 Except as otherwise provided in Clause 14 0 above no Bidder shall contact OIL on any matter relating to its bid from the time of the bid opening to the time the Contract is awarded except as required by OIL vide sub clause 13 5 15 2 An effort by a Bidder to influence OIL in the bid evaluation bid comparison or Contract award decisions may result in the rejection of their bid 16 0 AWARD CRITERIA 16 1 OIL will award the Contract to the successful Bidder whose bid has been determined to be substantially responsive and has been determined as the lowest evaluated bid provided further that the B
19. amely the person employed by him the equipment the environment etc under the jurisdiction of the district of that state where it is operating Ensure that all sub contractors hired by him comply with the same requirement as the contractor himself and shall be liable for ensuring compliance all HSE laws by the sub or sub sub contractors 6 2 Every person deployed by the contractor in a mine must wear safety gadgets Required safety gadgets to be provided by the contactor as per the following schedule a Protective footwear Once in a year b Safety helmet Once in three years c Full body harness As and when required d Safety googles As and when required The Contractor shall provide proper Personnel Protective Equipment as per the hazard identified and risk assessed for the job and conforming to statutory requirement and company PPE schedule All Safety appliances has to be DGMS approved Necessary Contractor Page 5 of 7 Company E TENDER NO CDI6385P15 Part III SCC supportive document shall have to be submitted as proof If the Contractor fails to provide the safety items as mentioned above to the working personnel the Contractor may apply to the Company OIL for providing the same OIL will provide the safety items if available But in turn OIL will recover the actual cost of the items by deducting from Contractor s Bill However it will be the Contractor s sole responsibility to ensure that the persons engaged by hi
20. and certified correct by the Company s Engineer before any such final payment is made 11 The contractor employing 20 twenty or more workmen on any day preceding 12 months shall be required to obtain requisite licence at his cost from the appropriate Licensing Officer before undertaking any Contract work The Contractor shall also observe the rules amp regulations framed under the Contract Labour Regulation amp Abolition Act 12 Wages shall be paid by the Contractor to the workmen directly without any intervention of any Jamadars or Thekaders and that the Contractor shall ensure that no amount by way of commission or otherwise be deducted recovered by the Jamadar from the wages of the workmen 13 The Company for any reason whatsoever and of which the company shall be sole judge may terminate this Contract with a 24 hours notice in writing to the Contractor and in the event of Company s so doing the clause 5 here of shall prevail and the accounts between the parties will be in accordance therewith finalised 14 The Contractor will not be allowed to construct any structure for storage housing purpose with thatch bamboo or any other inflammable materials within any company s fenced area 15 The Contractor shall ensure that all men engaged by him her are provided with appropriate protective clothing and safety wear in accordance with regulation 89 a and 89 b in the Oil mines Regulations 1984 The Company s representative shall
21. and payable to the contractor including Security Deposit refundable to them under this or any other contract may be appropriated by Oil India Limited and set off against any claim of Oil India Limited or such other person or persons contracting through Oil India Limited for payment of a sum of money arising out of this contract or under any other contract made by the contractor with Oil India Limited or such other person or persons contracting through Oil India Limited 26 0 FURNISHING FRAUDULENT INFORMATION DOCUMENT If it is found that a Bidder Contractor has furnished fraudulent document information the party shall be debarred for period of 3 three years from date of detection of such fraudulent act besides the legal action Contractor Page No 5 6 Company E TENDER NO CDI6385P15 PART I GCC 27 0 LIQUIDATED DAMAGES FOR DELAY IN MOBILISATION AND OR COMPLETION OF WORKS AND SERVICES In normal case of works service contracts liquidated damages will be applicable 0 5 of the contract value per week or part thereof for delay in contract completion date subject to a maximum ceiling of 7 5 of contract value IN WITNESS whereof the parties hereunto set their hands seals the day and year first written above SIGNED amp DELIVERED FOR AND Seatbelt eee ON BEHALF OF Signature of Contractor or his legal Attorney by the hand of Full Name of Signatory its Partner Legal Attorney Seal of Contractor s Firm And in presence
22. ank not later than the above date SIGNATURE AND SEAL OF THE GUARANTORS Name of Bank amp Address Witness Address Signature Name and Address Date Place The Bidder should insert the amount of the guarantee in words and figures Date of expiry of Bank Guarantee should be valid for minimum 210 days from the date of Technical Bid opening Page3 4 Annexures e TENDER No CDI6385P15 ANNEXURE I TO BE FILLED UP SUBMITTED BY THE VENDOR ON ITS LETTER HEAD FOR E REMITTANCE Name FULL Address Phone Number Mobile Number E mail address Fax Number Bank Account Number in which the Bidder wants remittance against invoices Bank Name Branch Address of the Banki Bank Code IFSC RTGS Code of the Bank NEFT Code of the Bank PAN Number Service Tax aon Number Signature of Vendor with Official Seal Page4 4
23. are at the helm of affairs registration certificate from Registrar of Co Operative Societies and copies of Service Tax and Central Excise Registration Certificate 10 5 In case of Societies registered under the Societies Registration Act Copies of Telephone Electricity Mobile Bill PAN card latest Income Tax Return form indicating therein the name residential address E mail and telephone numbers of all the Directors or persons who are at the helm of affairs registration certificate from the Registrar of the state and copies Service Tax and Central Excise Registration Certificate k 10 6 Incase of Joint Stock Companies registered under the Indian Companies Act Copies of Telephone Electricity Mobile Bill PAN card latest Income Tax Return form indicating therein the name residential address E mail and telephone numbers of all the Directors or persons who are at the helm of affairs Certificate of Incorporation from the Registrar of Companies Memorandum and Articles and copies of Service Tax and Central Excise Registration Certificate 10 7 In case of Trusts registered under the Indian Trust Act Copies of Telephone Electricity Mobile Bill PAN card latest Income Tax Return form indicating therein the name residential address E mail and telephone numbers of all the Trustee or persons who are at the helm of affairs registration certificate from the Registrar of the state Trust Deed and copies Service Tax and Central Excise Registration Cer
24. ated B Last Processed C Last Processed B Function Number Name Valid fr G The table does not contain any data Page 5 of 6 E TENDER NO CDI6385P15 FORWARDING LETTER On EDIT Mode The following screen will appear Bidders are advised to Upload Un priced Techno Commercial Bid and Priced Bid in the places as indicated below oe Rix Response BID ON EDIT MODE RFx Response Number 60006452 RFx Number TEST2 Status th issi ine 042013 11 00 00 INDIA RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx Res pal mber 5 Submit Read Only Print Preview Check Technical RFx Respo Adda Clear Assigned To Category Text Preview A Sign Attachment Add Attachment Edit Description Versioning Delete Create Qualifi Assigned To Category Description File Name i The table does not contain any data 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 bidder s 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 Price Bid 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 De
25. ation Certificate with personal verification and _Organisation s name as per Indian IT Act obtained from the licensed Certifying Authorities operating under the Root Certifying Authority of India RCAI Controller of Certifying Authorities CCA of India Digital Signature certificates having Organisation Name field as Personal not acceptable However aforesaid digital signature Certificates having bidder s name in the Organisation Name field are acceptable 21 0 FRe tsteerit Pactis appleable acainstthistender ee E S E 22 0 SCREEN SHOTS Go to this Tab Technical RFx Response for Uploading Un priced Techno commercial Bid Display RFx Response Edit Print Preview Technical RFx Response Close RFx Response Number 60006452 RFx Number TEST2 Status Submitted Submission Deadline 13 04 2013 11 00 00 INDIA Cc RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx Response Version Number 2 RFx Version Number 4 RFx Information tems Notes and Attachments Basic Data Questions Conditions Summary Tracking Go to this Tab Notes and Attachments for Uploading Price Bid files Service and Delive Event Parameters Currency Indian Rupee Incoter Detailed Price Information Price w ith Conditions Status and Statist Terms of Payment 9010 90 against despatch 10 after receipt Created C Cre
26. ck filled in a well Similarly cellars that are not filled with sand it is filled with water for obvious reason Such water needs to be emptied before recording the annulus pressure 3 4 The tubing casing amp annulus pressure of shut in and flowing wells are to be recorded once in a month 3 5 Preparation of pressure measurement and inspection report in a report card in triplicate to be submitted by contractor duly signed with seal A sample format will be provided by OIL Item 4 Greasing of all the well head valves and Jungle Cuttin Cleaning in well plinth areas 4 1 Greasing of thrust bearing of the valve stem should be carried out through the grease point one in each valve with all purpose grease 4 2 Grease gun connector etc required for greasing to be provided by the contractor 4 3 Grease nipple on the valve and all purpose grease will be provided by O I L 4 4 Greasing will be carried out to the satisfaction of the O I L authorized personnel 4 5 Greasing and Jungle cutting amp cleaning in well plinth area of a particular well will be carried out in once in 6 months i e twice in a year as per the instruction of OIL s authorised personnel 4 6 Jungle cutting cleaning at well plinth area is approximately 40m x 40m 4 7 Tools required for jungle cutting cleaning jobs to be arranged by contractor 4 8 Preparation of greasing and Jungle cutting reports in a report card in triplicate to be submitted by contractor duly
27. dder using Class 3 digital certificate with organization s Name digital certificates e commerce application Certificate with personal verification and Organization Name as per Indian IT Act obtained from the licensed Certifying Authorities operating under the Root Certifying Authority of India RCAI Controller of Certifying Authorities CCA of India while uploading the bid Digital Signature Certificates having Organization Name field as Personal are not acceptable However aforesaid Digital Signature Certificates having Bidder s Name in the Organization Name field are acceptable The bid including all uploaded documents shall be digitally signed by duly authorized representative of the bidder to bind the Bidder to the contract The authenticity of above digital signature shall be verified through authorized CA after bid opening and in case the digital signature used for signing is not of Class 3 with organization s name the bid will be rejected Bidder is responsible for ensuring the validity of digital signature and it s proper usage by their employees 8 2 Any person signing the Bid or any other document in respect of this Bid Document or other relevant documents on behalf of the Bidder without disclosing his authority to do so shall be deemed to have the authority to bind the Bidder If it is discovered at any time that the person so signing has no authority to do so the Company OIL may without
28. done and the materials collected shall be estimated by the company s Engineer in presence of the contractor The Contractor shall have no claim to any further payment whatsoever The valuation would be carried out exparte if Contractor fails to turn up despite reasonable notice which will be binding on the Contractor 6 The Contractor hereby undertakes to indemnify the Company against all claims which may arise under the under noted Acts i The Mines Act ii The Minimum Wages Act 1948 iii The Workman s Compensation Act 1923 iv The Payment of wages Act 1963 v The Payment of Bonus Act 1965 vi The Contract Labour Regulation amp Abolition Act 1970 and the rules framed there under vii Employees Pension Scheme 1995 viii Inter State Migrant Regulation of Employment and Condition of Service Act 1979 ix The Employees Provident Fund and Miscellaneous Provisions Act 1952 x AGST Act xi Service Tax Act or any other Acts or Statute not here in above specifically mentioned having bearing over engagement of workers directly or indirectly for execution of work The Contractor shall not make the Company liable to reimburse the Contractor for the statutory increase in Contractor Page No 2 6 Company E TENDER NO CDI6385P15 PART I GCC the wage rates of the Contract Labour appointed by the Contractor Such Statutory increase in the wage rates of Contract Labour shall be borne by the contractor 7 The Contract
29. e being undue delay in execution of the Contract the Company reserves the right to cancel the Contract and or levy such additional damages as it deems fit based on the actual loss suffered by the company attributable to such delay The company s decision in this regard shall be final 9 In order to promote safeguard and facilitate the general operational economic in the interest of the Company during the continuance of this contract the Contractor hereby agrees and undertakes not to take any direct or indirect interest and or support assist maintain or help any person or persons engaged in antisocial activities demonstration riots or in any agitation prejudicial to the Company s interest and any such even taking shape or form at any place of the Company s works or and its neighbourhood 10 The tendered all inclusive Price the Contract price except Service Tax is successful bidder 0 only but the Company shall pay the Contract or only for actual work done at the all inclusive rates set down in the Schedule of work part II of this Contract On account payment may be made not often than monthly up to the amount of 92 5 of the value of work done Final payment will be made only after satisfactory completion of the work Such final payment shall be based on the work actually done allowing for Contractor Page No 3 6 Company E TENDER NO CDI6385P15 PART I GCC deviations and any deductions and the measurement shall be checked
30. e contractor team in thier vehicle to inspect proper functioning of the job as and when desired by the company authorised personnel The contractor shall make proper arrangement for his transportation without any extra cost 5 16 The contractor shall be responsible for a Providing valid entry passes for his authorised personnel so that they can move around in OIL s protected areas b Safety of his vehicle and any company material under his custody and for all activities during the execution of contract He shall provide accident insurance cover for his men and company s stocks in order to make good the value of stores lost in the event of accident c The contractor shall not engage any employees for OIL s Job If found to achieve supperannuation age If declared medically unfit If found guilty on account of misconduct Contractor Page 4 of 7 Company E TENDER NO CDI6385P15 Part III SCC 5 17 The rate agreed upon at the time signing of the contract shall be binding on both parties during the currency of this contract and no change of rate shall be allowed under any circumstances 5 18 Initially the contract is for a period of Two 2 Years only If the performance is found to be satisfactory during the above period the contract may be extended for another One 1 Year 5 19 Penalty a Any willful negligence resulting in loss damage of any material belonging to the company shall make the contractor liable for penalty The
31. e rejection of its offer without seeking any clarifications Offers sent without the requisite value of prescribed bid security if called for in the bid in original will be ignored straightway 19 0 The tender is invited under SINGLE STAGE TWO BID SYSTEM The bidder has to submit both the TECHNICAL and PRICED bid through electronic form in the OIL s e Tender portal within the Bid Closing Date and Time stipulated in the e Tender The Technical Bid is to be submitted as per Scope of Work amp Technical Specification of the tender The Price Bid rates shall be quoted per unit as specified in the PRICE BIDDING FORMAT attached under Notes and Attachments tab in the main bidding Page 4 of 6 E TENDER NO CDI6385P15 FORWARDING LETTER engine of OIL s e Tender portal The price quoted in the PRICE BIDDING FORMAT will only be considered for evaluation 20 0 In Technical Bid opening only Collaboration Folder c Folder will be opened Therefore the bidder should ensure that Technical bid is uploaded in the c Folder link collaboration link under Technical RFx Response Tab Page only No price should be given in above c Folder otherwise the offer will be rejected Please go through the help document provided in OIL s e Portal in detail before uploading the document NB All the Bids must be Digitally Signed using Class 3 digital certificate with Organizations Name digital certificates e commerce applic
32. ecurity Deposit in full and debarred from participation in future tenders at the sole discretion of the company 12 0 EXTENSION OF BID SUBMISSION DATE 12 1 Normally no request for extension of Bid Closing Date amp Time will be entertained However OIL at its discretion may extend the Bid Closing Date and or Time due to any reasons In case of receipt of only one Bid on the Bid Closing Date and Time OIL may extend the Bid Closing Opening Date by 2 two weeks However the bidder whose bid has been received within the bid closing date and time will not be allowed to revise their Bid prices Withdrawal of such Bid will also not be permitted 13 0 BID OPENING AND EVALUATION 13 1 The Technical bid amp Price Bid will be opened on scheduled Bid opening date amp time in the presence of any attending Bidder s or their Authorized Representative if any However an authorized letter format given in Proforma Section from the Bidder must be produced by Bidder s representative at the time of opening of Tender without which such representative won t be allowed to attend the opening of Tenders Only one representative against each Bid will be allowed to attend the bid opening Attending Bidder s amp Authorized Representative s will have to sign a register evidencing their presence Page 4 of 7 E TENDER NO CDI6385P15 INSTRUCTION TO BIDDERS In bid opening date Collaboration Folder C Folder amp Price Bid will be opened Bidders t
33. een reached and bids are opened 9 2 No bid can be submitted after the submission deadline is reached The system time displayed on the e procurement web page shall decide the submission deadline 9 3 The documents in physical form must be received by Company at the address specified in the Forwarding Letter on or before the Bid opening Date amp Time mentioned in the Forwarding Letter Timely delivery of the same at the address mentioned in the Forwarding Letter is the responsibility of the Bidders 10 0 LATE BIDS 10 1 Bidders are advised in their own interest to ensure that their bids are uploaded in system before the closing date and time of the bid Any Bid received by the Company after the Bid Closing Date amp Time stipulated by the Company shall be rejected 11 0 MODIFICATION AND WITHDRAWAL OF BIDS 11 1 The Bidder after submission of bid may modify or withdraw its bid by written notice before 03 Three working days prior to bid closing date 11 2 A withdrawal notice must also be sent by fax e mail but followed by a signed confirmation copy postmarked not later than the deadline for submission of bids 11 3 No bid can be modified withdrawn subsequent to the deadline for submission of bids 11 4 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiry of the period of bid validity Withdrawal of any bid within validity period will lead to forfeiture of his her their Bid S
34. ement based on the instant tender on the OIL Standard forms of agreement 19 3 This Performance Security must be valid for six months after the date of expiry of the tenure of the contract In the event of contract being extended within the provisions of Page 6 of 7 E TENDER NO CDI6385P15 INSTRUCTION TO BIDDERS the contract agreement the contractor will have to extend suitably the validity of the Security Deposit for the extended period 19 4 The Performance Security will be refunded to the contractor within six months of satisfactory completion of works under the contract including extension if any but part or whole of which shall be used by the Company in realisation of liquidated damages or claims if any or for adjustment of compensation or loss due to the Company for any reason 19 5 Failure of the successful bidders to comply with the conditions as specified in Para 19 2 above would render him liable for rejection and in turn forfeiture of Bid Security apart from any other actions the Company may take against him at its sole discretion The party shall also be debarred for a period of 2 two years from the date of default 20 0 FURNISHING FRAUDULENT INFORMATION DOCUMENTS If it is found that a bidder has furnished fraudulent information documents it shall constitute sufficient ground for annulment of the award and the party shall be debarred for a period of 3 three years from the date of detection of such fraudulent act
35. enerally to the specifications and terms and conditions given in the Bid Documents Bids will be rejected in case services offered do not conform to the required parameters stipulated in the technical specifications Not withstanding the general conformity of the bid to the stipulated specifications the following mandatory requirements will have to be particularly met by the Bidders without which the same will be considered as non responsive and rejected All the documents related to BRC must be submitted along with the Techno Commercial Bid A Technical 1 2 1 The bidder shall have experience of completing similar nature of job s of following magnitude during the last 07 years ending bid closing date in PSUs Central Govt State Govt Enterprises i One single contract of minimum value of Rs 37 60 000 00 Rupees Thirty Seven lakhs and Sixty thousand Only OR ii Two single contracts of minimum value of Rs 23 50 000 00 Rupees Twenty Three lakhs Fifty thousand only each OR iii Three single contracts of minimum value of Rs 18 80 000 00 Rupees Eighteen lakhs Eighty thousand only each 1 2 2 Similar Nature job s Mentioned in para 1 2 1 means Work experience in Oil Gas Production operation or Oil Gas well operation 1 2 3 The bidder should have an average annual turnover during the last three years ending 31 03 2014 at least of Rs 14 10 000 00 Rupees Fourteen lakhs Ten thousand only 1 2 4 The technician empl
36. ersons so far as is necessary to enable compliance with any requirement under the act or the regulations that is imposed in the interest of health safety and welfare of the employee or any other person 21 Contractor s arrangements for health and safety management shall be consistent with those for the mine owner Page No 3 4 E TENDER NO CDI6385P15 SAFETY MEASURE SM PART V 22 In case Contractor is found non compliant of HSE laws as required company will have the right for directing the contractor to take action to comply with the requirements and for further non compliance the contractor will be penalized prevailing relevant Acts Rules Regulations 23 When there is a significant risk to health environment or safety of a person or place arising because of a non compliance of HSE Measures Company will have the right to direct the contractor to cease work until the non compliance is corrected 24 The contractor should prevent the frequent change of his contractual employees as far as practicable 25 The contractor should frame a mutually agreed bridging document between OIL amp the contractor with roles and responsibilities clearly defined 26 For any HSE matters not specified in the contract document the contractor will abide the relevant and prevailing Acts rules regulations pertaining to Health Safety and Environment Seal Yours Faithfully Date M s FOR amp ON BEHALF OF CONTRACTOR Page No 4 4 Annexures e
37. ewed at Oil India s website at url http oil india com pdf ETenderNotification pdf The link to OIL s E Procurement portal has been also provided through OIL s web site www oilindia com Page 1 2 E TENDER CDI6385P15 E TENDER NOTICE The details of IFB Bid Documents can be viewed using Guest Login provided in the E Procurement portal In order to bid for OIL s e tenders all the bidders are requested to obtain a legally valid Digital Certificate Class III with Organisation as per Indian IT Act from the licensed Certifying Authorities CA operating under Root Certifying Authority of India RCAI Controller of Certifying Authorities CCA of India Note Digital Signature Certificates having Organization Name field as Personal are not acceptable However aforesaid Digital Signature Certificates having Bidder s Name in the Organization Name field are acceptable HEAD CONTRACTS FOR RESIDENT CHIEF EXECUTIVE Page 2 2 E TENDER NO CDI6385P15 FORWARDING LETTER OIL INDIA LIMITED A GOVT OF INDIA ENTERPRISE CONTRACTS DEPARTMENT DULIAJAN OIL INDIA LIMITED invites ON LINE BIDS from experienced approved Contractors Firms for the following mentioned work service under SYSTEM through its e Procurement site DESCRIPTION OF WORK SERVICE LOCATION Naharkatiya OCS 1 2 3 4 5 6 8 Jorajan Kusijan Nagajan Ushapur Joypur Kathalguri Hatiali Deohal D
38. f anything herein contained being inconsistent with any term or terms of the 1968 General Conditions of Contract of Oil India Limited the said term or terms of the 1968 General conditions of Contract to the extent of such inconsistency and no further shall not be binding on the parties hereto 2 The contractor shall provide all labour supervision and transport and such specified materials described in part II of the Contract including tools and plants as necessary for the work and shall be responsible for all royalties and other levies and his rates shall include for these The work executed and materials supplied shall be to the satisfaction of the Company s Engineer and Contractor s rates shall include for all incidental and contingent work which although not specifically mentioned in this contract are necessary for its completion in a sound and workman like manner Contractor Page No 1 6 Company E TENDER NO CDI6385P15 PART I GCC 3 The Company s Engineer shall have power to a Reduce the rates at which payments shall be made if the quality of work although acceptable is not up to the required standard set forth in the OIL Standard Specifications which have been perused and fully understood by the Contractor b Order the Contractor to remove any inferior material from the site and to demolish or rectify any work of inferior workmanship failing which the Company s Engineer may arrange for any such work to be demolished or rectified by a
39. fields The inspection of well head and well plinth of these wells is to be carried out once in 10 ten days 2 4 Preparation of inspection report in a report card in triplicate to be submitted by contractor duly signed with seal A sample format will be provided by O I L Item 3 Measurement of tubing casing and annulus pressure of shut in and flowing gas wells 3 1 Recording of the tubing pressure of shut in gas wells by opening the master valve s and shutting off the same after pressure recording 3 2 Recording of the casing pressure of shut in and flowing wells by opening casing valve and shutting off the same after recording pressures Contractor Page 1 of 7 Company E TENDER NO CDI6385P15 Part III SCC 3 3 Recording of the annulus pressure of shut in and flowing wells by opening annulus valve where ever available and shutting off the same after recording pressures The annulus valve where the 2 pressure point test cock is installed for recording annulus pressure is in the cellar of the well head It is about half a meter below the cellar surface The cellar is kept filled with sand for safety purpose In order to record annulus pressure a part of this sand needs to be lifted Thereafter the annulus pressure is to be recorded by opening the annulus valve The valve should be closed after pressure recording and the cellar should be filled with sand again for safety reason About 0 70 cubic meter of sand to be excavated and ba
40. garh and Tinsukia and available for instant scrutiny by authorized persons like security officer police and designated representative of the company e The company reserves the right to inspect the vehicle as and when required during the whole currency of the service period f In case of any lapses the company reserves the right to ask for replacement of the vehicle at a short notice within 1 day If the vehicle is not replaced the party will not be allowed to carry out the job with immediate effect 5 14 One technician and one or two helper s should be deployed for carrying out the jobs The personnel must meet the following requirement a The technician must know how to read and write in English He must be able to communicate with the Company personnel amicably b The technician must have proper knowledge of natural gas handling with work experience in OIL GAS wells for not less than 05 years c The certificate in respect of work experience of the technician should be provided along with the bid d He must have the knowledge of oil field operation safety hazards e The contractor should give two names of competent technicians so that the job is not affected in case one technician goes on leave f Detailed Bio data of both the technicians and helpers should be provided g Physical fitness amp health checkup certificate of the technicians and helpers must be submitted 5 15 One authorized company employee may accompany th
41. gas wells 1 1 Recording of tubing pressure of flowing amp standby wells at the 2 test cock pressure point provided for the purpose without operating the master valve 1 2 Inspection of the well head for any gas leakage damage pilferage of fitting 1 3 Inspection of plinth and security fence for any damage pilferage 1 4 Fixing test cock for pressure measurement if required 1 5 There are about 72 flowing gas wells in Naharkatiya OCS 1 2 3 5 4 6 8 Jorajan Kusijan Nagajan Ushapur Joypur Kathalguri Hatiali Deohal Dirial Sialkati Chabua Kathaloni Dikom Hapjan Makum and Barekuri fields The flowing pressure of these wells is to be recorded once in 2 to 3 days along with inspection of the wells 1 6 Preparation of pressure measurement and inspection report in a report card in triplicate to be submitted by contractor duly signed with seal A sample format will be provided by OIL Item 2 Inspection of shut in gas wells 2 1 Inspection of the well head for any gas leakage damage pilferage tampering of fitting valves etc 2 2 Inspection of plinth and security fence for any damage pilferage earth cutting etc If anything found to be abnormal it should be communicated from site immediately 2 3 There are about 65 shut in wells in Naharkatiya OCS 1 2 3 4 5 6 8 Jorajan Kusijan Nagajan Ushapur Joypur Kathalguri Hatiali Deohal Dirial Sialkati Chabua Kathaloni Dikom Hapjan Makum and Barekuri
42. herefore should ensure that Un priced Techno Commercial bid is uploaded in the C Folder link under Technical RFx Tab Page amp Price Bid is attached under Notes and Attachments tab in the main bidding engine of OIL s e Tender portal 13 2 In case it happens to be a bundh holiday the tender will be opened on the next working day except Saturday Accordingly Bid Closing Date time will get extended up to the next working day and time except Saturday 13 3 Bid for which an acceptable notice of withdrawal has been received pursuant to Clause 11 0 shall not be opened OIL shall examine bids to determine whether they are complete whether requisite Bid Securities have been furnished whether documents have been properly signed and whether the bids are generally in order 13 4 OIL shall prepare for its own records minutes of bid opening including the information disclosed to those present in accordance with the sub clause 13 3 13 5 To assist in the examination evaluation and comparison of bids normally no clarifications shall be sought from the Bidders However for assisting in the evaluation of the bids especially on the issues where the Bidder confirms compliance in the evaluation and contradiction exists on the same issues due to lack of required supporting documents in the Bid i e document is deficient or missing or due to some statement at other place of the Bid i e reconfirmation of confirmation or vise versa clarificatio
43. idder is determined to be qualified to perform the Contract satisfactorily 17 0 OIL S RIGHT TO ACCEPT OR REJECT ANY BID 17 1 OIL reserves the right to accept or reject any or all bids and to annul the bidding process and reject all bids at any time prior to award of contract without thereby incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidder of the grounds for OIL s action 18 0 NOTIFICATION OF AWARD 18 1 Prior to the expiry of the period of bid validity or extended validity OIL will notify the successful Bidder in writing by registered letter or by cable or telex or fax or e mail to be confirmed in writing by registered couriered letter that its bid has been accepted 19 0 SIGNING OF CONTRACT 19 1 The successful bidders s shall be notified by the Company of its intention to enter into an Agreement with him her them on the basis of his her their acceptance of the offer Such notification shall be treated as a Letter of Award LOA 19 2 Within 2 Weeks from the date of issue of Letter of Award LOA the successful Bidder s will be required to pay an interest free Performance Security by way of Demand Draft Banker s Cheque Bank Guarantee in specified format favouring OIL INDIA LIMITED payable at DULIAJAN from any Nationalised Bank Upon furnishing of the Performance Security the successful Bidder s will be required to enter into a formal Service Agre
44. ing a Gross value of contract job done and b Nature of contract job done and c Time period covering the financial year s as per the NIT C The certificate in respect of work experince of the technician must be provided along with the bid Physical fitness certificate of the technician for working in fields must be provided 1 2 6 The bidder shall submit certificate issued by appropriate authority regarding Bank account number service tax registration no copy of PAN card VAT Regd Number Provident fund code number etc In case of P F is required to be deposited later on the same will be deposited by bidder applicant 1 3 COMMERCIAL 1 3 1 Bidders shall have to categorically quote the rates for their offer and confirm that the rates shall remain firm during the contract period and not subject to variation on any account 1 3 2 The bidder shall furnish Bid Security for the amount as indicated along with Bid Any bid not accompanied by a proper bid security will be rejected 1 3 3 Any bid received in the form of Telex Cable Fax E mail Telephone call will not be accepted 1 3 4 The bid shall be typed or written in indelible ink and the original bid shall be signed by the Bidder or their authorized representative on all pages failing which the bid will be rejected 1 3 5 The bid shall contain no inter lineation erasures or overwriting except as necessary to correct errors made by Bidder in which case such corrections mus
45. irial Sialkati Chabua Kathaloni Dikom Hapjan Makum and Barekuri fields CONTRACT PERIOD TWO 02 YEARS WITH A PROVISION FOR EXTENDING FOR ONE 01 YEAR BID SECURITY RUPEES Twenty Three Thousand Five hundred ONLY BID CLOSING OPENING DATE amp TIME 07 04 2015 11 00 HRS 14 00 HRS a Bid Security deposited vide Demand Draft Banker s Cheque Bank Guarantee No dated of Original hard copy of a should reach the office of HEAD CONTRACTS before Bid opening date and time otherwise Bid will be rejected A scanned copy of this document should also be uploaded along with the Un priced Techno Commercial Bid documents b Bidders to confirm that in the event of the award of Contract will submit Performance Security Deposit 2 5 of contract value and this will not earn any interest 2 0 SEALED ENVELOPES containing the Bid Security Deposit shall be marked with the above Tender Number and description of work and addressed to HEAD CONTRACTS CONTRACTS DEPARTMENT OIL INDIA LIMITED DULIAJAN 786602 ASSAM All bidders shall deposit the requisite BID SECURITY DEPOSIT in the form of Demand Draft Banker s Cheque Bank Guarantee should be valid for minimum 210 days from the date of opening of Technical Bid from a Nationalised Bank Scheduled Bank in favour of M s Oil India Limited and payable at DULIAJAN This Bid Security Deposit shall be refunded to all unsuccessful bidders but is liable to be forfeited in full or part at C
46. is not accepted by the L1 bidder or the Performance Security is not submitted as per the terms of the contract within the time specified in the Bid Document the Bid Security shall be forfeited and the bidder shall be debarred for 2 two years from the date of default 17 0 FURNISHING FRAUDULENT INFORMATION DOCUMENT If it is found at any time that a Bidder Contractor has had furnished fraudulent documents information the Bid Security Performance Security shall be forfeited and the bidder contractor shall be debarred for a period of three 03 years from the date of detection of such fraudulent act besides legal action 18 0 The tender will be governed by Forwarding Letter Instruction to Bidders BRC BEC Bid Rejection Criteria amp Bid Evaluation Criteria Part I General Conditions of Contract GCC Part II Schedule of Work Unit and Quantity SOQ Part III Special Conditions of Contract SCC Part IV Schedule of company s Plants Materials and Equipments SCPME Not Applicable for this Contract Part V Safety Measures SM Part Vl_Inteerit Peet Not Applicable for this Contract Proformas Annexures Price Bidding Format 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 th
47. le for this Tender h Safety Measures SM Part V i _ Iptearity Pact Part VI Not applicable for this Tender j Price Bidding Format Attached under Notes and Attachments tab in the main bidding engine of OIL s e Tender portal k Proformas amp Annexures 2 2 The bidder is expected to examine all instructions forms terms and specifications in the Bid document Failure to furnish all information required in the Bidding Documents or submission of a bid not substantially responsive to the Bidding Documents in every respect will be at the Bidder s risk amp responsibility and may result in the rejection of its bid 3 0 TRANSFERABILITY OF BID DOCUMENTS 3 1 Bid Documents are non transferable Bid can be submitted only in the name of the bidder in whose name the Bid Document has been issued 3 2 Unsolicited offers will not be considered and will be rejected straightway 4 0 AMENDMENT OF BIDDING DOCUMENTS Page 1 of 7 E TENDER NO CDI6385P15 INSTRUCTION TO BIDDERS 4 1 At any time prior to the deadline for submission of bids the company may for any reason whether at its own initiative or in response to a clarification requested by a prospective Bidder modify the Bidding Documents by issuance of an Addendum 4 2 The Addendum will be sent in writing through post courier Fax e mail to all prospective Bidders to whom Company has sent the bid documents and also be uploaded in the OIL s e portal in the C
48. m in the mines use the proper PPE while at work All the safety gears mentioned above are to be provided to the working personnel before commencement of the work 6 3 The Contractor shall prepare written Safe Operating Procedure SOP for the work to be carried out including an assessment of risk wherever possible and safe methods to deal with it them The SOP should clearly state the risk arising to men machineries amp material from the mining operation operations to be done by the contractor and how it is to be managed 6 4 The contractor shall provide a copy of the SOP to the person designated by the mine owner who shall be supervising the contractor s work 6 5 Keep an up to date SOP and provide a copy of changes to a person designated by the Mine Owner Agent Manager 6 6 Contractor has to ensure that all work is carried out in accordance with the Statute and SOP and for the purpose he may deploy adequate qualified and competent personnel for the purpose of carrying out the job in a safe manner For work of a specified scope nature he should develop and provide to the mine owner a site specific code of practice in line 6 7 All persons deployed by the contractor for working in a mine must undergo Mines Vocational Training initial medical examination PME They should be issued cards stating the name of the contractor and the work and its validity period indicating status of MVT IME amp PME 6 8 The contractor shall submit to
49. main bidding engine of OIL s e Tender portal The price quoted in the PRICE BIDDING FORMAT will only be considered for evaluation Bidder must include all liabilities including statutory liabilities but excluding Service Tax in their quoted rates The rates shall be fixed and firm for the entire tenure of the contract and shall be binding on both the parties No changes in these rates shall be allowed under any circumstances during the tenure of this service agreement except as mentioned in the Bid Document 6 0 PERIOD OF VALIDITY OF BIDS 6 1 The Bid must be valid for 180 One hundred amp Eighty days from the date of opening of the tender 6 2 In exceptional circumstances OIL may solicit the Bidder s consent to an extension of the period of validity The request and the response thereto shall be made in writing or Page 2 of 7 E TENDER NO CDI6385P15 INSTRUCTION TO BIDDERS by Fax A Bidder may refuse the request without forfeiting its Bid Security A Bidder granting the request will neither be required nor permitted to modify their bid 7 0 FORMAT AND SIGNING OF BID 7 1 The original and all copies of the bid shall be typed or written in indelible inks and shall be signed digitally by the Bidder to bind the Bidder to the contract 8 0 SUBMISSION OF BIDS 8 1 Bids are to be submitted online through OIL s E procurement portal with digital signature The bid and all attached documents should be digitally signed by the bi
50. n of the above contract and that the same have been explained to us by the concerned authorities We also give the following assurances a Only experienced and competent persons shall be engaged by us for carrying out work under the said contract b The names of the authorized persons who would be supervising the jobs on day to day basis from our end are the following i ii iii The above personnel are fully familiar with the nature of jobs assigned and safety precautions required c Due notice would be given for any change of personnel under item b above d We hereby accept the responsibility for the safety of all the personnel engaged by us and for the safety of the Company s personnel and property involved during the course of our working under this contract We would ensure that all the provisions under the Oil Mines Regulations 1984 and other safety rules related to execution of our work would be strictly followed by our personnel Any violation pointed out by the Company s Engineers would be rectified forthwith or the work suspended till such time the rectification is completed by us and all expenditure towards this would be on our account e We confirm that all persons engaged by us would be provided with the necessary Safety Gears at our cost f All losses caused due to inadequate safety measures or lack of supervision on our part would be fully compensated by us and the Company will not be responsible for any lapses on our
51. not allow accept those men who are not provided with the same 16 All Statutory taxes levied by the Central and State Government or any other competent authority from time to time will be borne by Contractor and the amount of the contract specified in the contract is inclusive of all tax liabilities but excluding Service Tax Service Tax if applicable shall be to the Company s account However Service Tax portion payable directly by the Service provider if applicable shall be reimbursed to the Contractor on the basis of the documentary evidence 17 The Contractor shall deploy local persons in all works 18 The Contractor shall not engage minor labour below 18 eighteen years of age under any circumstances 19 The Contractor and his her workmen shall strictly observe the rules and regulations as per Mines Act latest editions 20 Special Conditions a The amount of retention money shall be released after 6 six months from the date of issue of completion certificate from concerned department b The contractor will be required to allow OIL Officials to inspect the work site and documents in respect of the workers payment Contractor Page No 4 6 Company E TENDER NO CDI6385P15 PART I GCC c Contractor s whosoever is liable to be covered under the P F Act and contract cost is inclusive of P F must ensure strict compliance of provisions of Provident Fund and Miscellaneous Provisions Act 1952 in addition to the various Acts
52. ns may be sought by OIL at its discretion The request for clarification and the response shall be in writing and no change in the price or substance of the bid shall be sought offered or permitted 13 6 Prior to the detailed evaluation OIL will determine the substantial responsiveness of each bid to the requirement of the Bidding Documents For purpose of these paragraphs a substantially responsive bid is one which conforms to all the terms and conditions of the Bidding Document without material deviations or reservation A material deviation or reservation is one which affects in any way substantial way the scope quality or performance of work or which limits in any substantial way in consistent way with the bidding documents the Company s right or the bidder s obligations under the contract and the rectification of which deviation or reservation would affect unfairly the competitive position of other bidders presenting substantial responsive bids OIL s determination of bid s responsiveness is to be based on the contents of the Bid itself without recourse to extrinsic evidence 13 7 A Bid determined as not substantially responsive will be rejected by the Company and may not subsequently be made responsive by the Bidder by correction of the non conformity 13 8 The Company may waive minor informality or nonconformity or irregularity in a bid which does not constitute a material deviation provided such waiver does not prejudice or
53. ny other means at the Contractor s expenses c Order the Contractor to remove or replace any workman who he The Engineer considers incompetent or unsuitable the Engineer s opinion as to the competence and suitability of any workman engaged by the Contractor shall be final and binding on the Contractor d Issue to the Contractor from time to time during the progress of the work such further drawings and instructions as shall be necessary for the purpose of proper and adequate execution and maintenance of the works and the Contractor shall carry out and be bound by the same e Order deviations in Part II and III of this Contract All such deviation orders shall be in writing and shall show the financial effect if any of such deviation and whether any extra time is to be allowed 4 The Contractor shall have no claim against the company in respect of any work which may be withdrawn but only for work actually completed under this contract The contractor shall have no objection to carry out work in excess of the quantities stipulated in Part II if so ordered by the company at the same rates terms and conditions 5 The Company reserves the right to cancel this Contract at any time upon full payment of work done and the value of the materials collected by the contractor for permanent incorporation in the work under this contract particularly for execution of this contract up to the date of cancellation of the Contract The valuation of the work
54. ompany s discretion as per Clause No 6 0 below Bids without Bid Security Deposit in the manner specified above will be summarily rejected Page 1 of 6 E TENDER NO CDI6385P15 FORWARDING LETTER 3 0 Bid should be submitted online up to 11 00 AM IST Server Time on the date as mentioned and will be opened on the same day at 02 00 PM IST at Office of the Head Contracts in presence of authorized representative of the bidder 4 0 The rates shall be quoted per unit as specified in the PRICE BIDDING FORMAT attached under Notes and Attachments tab Bidder should note that no ricing information is furnished in the c folder Un priced Techno Commercial Bid otherwise the bid will be rejected The bid and all uploaded documents must be Digitally signed using Class 3 digital certificate e commerce application Certificate with personal verification and Organization name as per Indian IT Act obtained from the licensed Certifying Authorities operating under the Root Certifying Authority of India RCAI Controller of Certifying Authorities CCA of India Digital Signature certificates having Organisation Name field as Personal not acceptable However aforesaid digital signature Certificates having bidder s name in the Organisation Name field are acceptable The authenticity of above digital signature shall be verified through authorized CA after bid opening If the digital signature used for
55. or shall clear away all rubbish and surplus material from the site on completion of work and shall leave the site clean and tidy 8 The duration of the contract shall be TWO 02 YEARS from the commencement date mentioned in the work order The Contractor must complete the work as mentioned in PART II SPECIAL CONDITIONS OF CONTRACT SCC within the contract period During the currency of the job the work progress must be commensurate with the time elapsed In the event of any delay on the contractor s part he she will be liable to pay to the company liquidated damages at the rate of 0 5 Half p c per week of the contract price of the item s delayed in completion and the maximum value of the liquidated damage will be 7 5 of the contract price of the item s delayed provided the item s delayed are not critical for commissioning and final utilization of the work If however the item s delayed in completion are critical for commissioning and final utilisation of the work then the contractor will be liable to pay liquidated damages by way of penalty at the rate of 1 2 Half percent per week of delay of the total contract cost subject to amaximum of 7 5 of total contract cost The Chief Engineer s certificate as to the criticality or otherwise of an item shall be final The payment of liquidated damages penalty may be reduced or waived at the sole discretion of the Company whose decision in this regard will be final In the event of ther
56. out at the above wells 5 7 Recording of pressure measurement inspection details and greasing shall be done in a format in triplicate duly signed by contractor with seal A sample format will provided for this purpose by O I L A copy of the duly filled in record sheet shall be handed over to the station in charge of the nearby FGS or OCS Name of the FGS Field Gas Gathering Station and OCS for submitting the reports will be provided by O I L Another copy to be submitted to the authorized person at the Gas Field office of Production Gas Department The contractor shall obtain acknowledgment of receipt of the report sheet from the station in charge of the OCS or FGS The contractor shall also submit all daily wellcheck reports of item no 01 02 03 amp 04 in a bound book s of above said format to OIL s authorised personnel for every 3 months with duly sign and seal The contractor will have to submit or show these bound books at any time as per OIL s authorised personnel instruction At the end of the contract period all the bound books shall be handed over to OIL s authorised personnel 5 8 The contractor is permitted to claim only one item in a single day for particular well against item 1 2 and 3 However OIL s authorised personnel may instruct the contractor to carryout multiple jobs in a single day for a well and the contractor may claim accordingly 5 9 The job will be considered as complete when the OIL representative at the Gas Field
57. oyed by the party must have proper knowledge or natural gas handling with work experience in oil gas production operation or oil gas well operation for not less than 05 five years 1 2 5 Bid will be rejected if not accompanied with adequate documentary proof Refer Note 1 below in support of experience and turnover as mentioned in Para 1 2 1 1 2 2 1 2 3 and 1 2 4 Note 1 A For proof of Annual turnover any one of the following documents photocopy must be submitted along with the bid i Certificate from a Chartered Cost Accountant with membership No and Firm Registration No certifying annual turnover for last 3 three years OR ii Audited copy of Profit and Loss account for last 3 year Page 1 of 4 E TENDER NO CDI6385P15 BRC BEC B For proof of requisite experience any one of the following documents photocopy self attested attested must be submitted along with the bid i In case requisite experience is an OIL Contract Certificate of Completion COC Service Entry Sheet SES of contracts successfully completed during the last seven years ending bid closing date showing gross value of job done It may be clearly noted that simply mentioning of OIL Contract Number will not be accepted ii Certificate issued by competent authority of any other Public Sector Undertaking Govt Department State Govt Enterprise for contracts successfully completed during the last seven years ending bid closing date show
58. part in this regard g We shall abide by the following HSE Health Safety amp Environmental POINTS GENERAL HEALTH SAFETY amp ENVIRONMENT HSE POINTS 1 It will be solely the Contractor s responsibility to fulfill all the legal formalities with respect to the Health Safety and Environmental aspects of the entire job namely the person employed by him the equipment the environment etc under the jurisdiction of the district of that state where it is operating Ensure that all sub Page No 1 4 E TENDER NO CDI6385P15 SAFETY MEASURE SM PART V contractors hired by him comply with the same requirement as the contractor himself and shall be liable for ensuring compliance all HSE laws by the sub or sub sub contractors 2 Every person deployed by the contractor in a mine must wear safety gadgets to be provided by the contractor The Contractor shall provide proper Personnel Protective Equipment as per the hazard identified and risk assessed for the job and conforming to statutory requirement and company PPE schedule Safety appliances like protective footwear Safety Helmet and Full Body harness has to be DGMS approved Necessary supportive document shall have to be submitted as proof If the Contractor fails to provide the safety items as mentioned above to the working personnel the Contractor may apply to the Company OIL for providing the same OIL will provide the safety items if available But in turn OIL will recover the
59. ractor 13 The contractor shall have to report all incidents including near miss to Installation Manager departmental representative of the concerned department of OIL 14 The contractor has to keep a register of the persons employed by him her The contractor s supervisor shall take and maintain attendance of his men every day for the work punctually 15 If the company arranges any safety class training for the working personnel at site company employee contractor worker etc the contractor will not have any objection to any such training 16 The health check up of contractor s personnel is to be done by the contractor in authorized Health Centers as per OIL s requirement amp proof of such test s is to be submitted to OIL The frequency of periodic medical examinations should be every five years for the employees below 45 years of age and every three years for employees of 45 years of age and above 17 To arrange daily tool box meeting and regular site safety meetings and maintain records 18 Records of daily attendance accident report etc are to be maintained in Form B E J as per Mines Rules 1955 by the contractor 19 A contractor employee must while at work take reasonable care for the health and safety of people who are at the employee s place of work and who may be affected by the employee s act or omissions at work 20 A contractor employee must while at work cooperate with his or her employer or other p
60. rds stating the name of the contractor and the work and its validity period indicating status of MVT IME amp PME 8 The contractor shall submit to DGMS returns indicating Name of his firm Registration number Name and address of person heading the firm Nature of work type of deployment of work persons Number of work persons deployed how many work persons hold VT Certificate how many work persons undergone IME and type of medical coverage given to the work persons 9 The return shall be submitted quarterly by 10th of April July October amp January for contracts of more than one year However for contracts of less than one year returns Page No 2 4 E TENDER NO CDI6385P15 SAFETY MEASURE SM PART V shall be submitted monthly 10 It will be entirely the responsibility of the Contractor his Supervisor representative to ensure strict adherence to all HSE measures and statutory rules during operation in OIL s installations and safety of workers engaged by him The crew members will not refuse to follow any instruction given by company s Installation Manager Safety Officer Engineer Official Supervisor Junior Engineer for safe operation 11 Any compensation arising out of the job carried out by the Contractor whether related to pollution Safety or Health will be paid by the contractor only 12 Any compensation arising due to accident of the Contractor s personnel while carrying out the job will be payable by the cont
61. ry evidences which are applicable to the bidder in support of the same and scanned copies of the same should be uploaded along with the Un priced Techno Commercial Bid documents 10 1 In case of Sole Proprietorship Firm Copies of Telephone Electricity Mobile Bill PAN card latest Income Tax Return form indicating therein the name business and residential Page 2 of 6 E TENDER NO CDI6385P15 FORWARDING LETTER address E mail and telephone numbers of the owner and copies of Service Tax and Central Excise Registration Certificate 10 2 In case of HUF Copies of Telephone Electricity Mobile Bill PAN card latest Income Tax Return form Family Arrangement indicating therein the name residential address E mail and telephone numbers of the owners in general and Karta in particular and copies of Service Tax and Central Excise Registration Certificate 10 3 In case of Partnership Firm Copies of Telephone Electricity Mobile Bill PAN card latest Income Tax Return form indicating therein the name residential address E mail and telephone numbers of all the partners including the Managing Partner registered partnership agreement deed and copies of Service Tax and Central Excise Registration Certificate 10 4 In case of Co Operative Societies Copies of Telephone Electricity Mobile Bill PAN card latest Income Tax Return form indicating therein the name residential address E mail and telephone numbers of all the Directors or persons who
62. s hereinafter called the Bid against OIL INDIA LIMITED Duliajan Assam India hereinafter called the Company s IFB No i KNOW ALL MEN BY these presents that we Name of Bank of Name of Country having our registered office at hereinafter called Bank are bound unto the Company in the sum of for which payment well and truly to be made to Company the Bank binds itself its successors and assignees by these presents SEALED with the common seal of the said Bank this day of 2014 THE CONDITIONS of these obligations are 1 If the Bidder withdraws their Bid during the period of Bid validity specified by the Bidder or 2 If the Bidder having been notified of acceptance of their Bid by the Company during the period of Bid validity a Fails or refuses to execute the form of agreement in accordance with the Instructions to Bidders or b Fails or refuses to furnish the Performance Security in accordance with the Instructions to Bidders We undertake to pay to Company up to the above amount upon receipt of its first written demand by way of letter fax cable without Company having to substantiate its demand provided that in its demand Company will note that the amount claimed by it is due to it owing to the occurrence of one or both of the two conditions specifying the occurred condition or conditions This guarantee will remain in force up to and including the date EJ and any demand in respect thereof should reach the B
63. scription Assigned to General Data and click on OK to save the File 23 0 OIL now looks forward to your active participation in the IFB HEAD CONTRACTS Page 6 of 6 E TENDER NO CDI6385P15 INSTRUCTION TO BIDDERS OIL INDIA LIMITED A GOVT OF INDIA ENTERPRISE CONTRACTS DEPARTMENT DULIAJAN DISTRICT DIBRUGARH ASSAM PIN 786602 IFB NO INSTRUCTION TO BIDDERS 1 0 Bidder shall bear all costs associated with the preparation and submission of bid Oil India Limited hereinafter referred to as Company will in no case be responsible or liable for those costs regardless of the conduct or outcome of the bidding process 2 0 BIDDING DOCUMENTS 2 1 The services required bidding procedures and contract terms are prescribed in the Bidding Documents This Bidding Document includes the following a A forwarding letter highlighting the following points i Company s IFB No ii Description of Service iii Bid closing date and time iv Bid opening date time and place v Bid submission place vi The amount of Bid Security vii The amount of Performance Guarantee viii Quantum of liquidated damages for default in timely mobilizations b Instructions to Bidders c BRC BEC d General Conditions of Contract GCC Part I e Schedule of Work Unit Quantities SOQ Part II f Special Conditions of Contract SCC Part II g Schedule of Company s Plants Materials and Equipments SCPME Part IV Not applicab
64. signed with seal A sample format will be provided by OIL 5 0 General Notes 5 1 Pressure recording involves tightening pressure gauge to the 2 Test Cock Needle valve provided at the X Mas Tree Casing valve or Annulus valve for this purpose and then measuring pressure by opening test cock In case of flowing tubing pressure recording only test cock is to be opened and pressure to be recorded In case of recording shut in Tubing Casing and Annulus pressures the relevant 2 50 mm or 2 5 63 mm gate valves to be opened after installing the pressure gauge in the test cock The valves should be closed after recording the pressure Contractor Page 2 of 7 Company E TENDER NO CDI6385P15 Part III SCC 5 2 Pressure Gauge of suitable rating will be provided by OIL For the shutin wells the contractor should use higher range pressure gauge If noticed pressure is nil or low he should use lower range gauges accordingly 5 3 10 14 24 and 36 stillson pipe wrenches and any other tools required for tightening the pressure gauge and opening and closing of the valves are to be provided by the contractor 5 4 The contractor shall arrange Kudali bucket etc required for lifting sand water from cellars 5 5 Any other special tools except above mentioned in 5 3 and 5 4 if required will be supplied by OIL 5 6 Similarly greasing of valves and sand excavation and or water emptying from cellar and back filling of sand should be carried
65. signing is not of Class 3 with Organizations name the bid will be rejected Bidder is responsible for ensuring the validity of digital signature and its proper usage by their employee The bid including all uploaded documents shall be digitally signed by duly authorized representative of the bidding company 5 0 The Company reserves the right to reject any or all the tenders or accept any tender without assigning any reason 6 0 a No Bidder can withdraw his bid within the validity or extended validity of the bid Withdrawal of any bid within validity period will lead to forfeiture of his her their Bid Security Deposit in full and debarred from participation in future tenders at the sole discretion of the company and the period of debarment will not be less than 6 six months b Once a withdrawal letter is received from any bidder the offer will be treated as withdrawn and no further claim correspondence will be entertained in this regard 7 0 The Bid must be valid for 180 One hundred amp Eighty days from the date of opening of the tender 8 0 Conditional bids are liable to be rejected at the discretion of the Company 9 0 The work may be split up amongst more than one contractor at the sole discretion of the Company 10 0 The bidders are required to furnish the composition and status of ownership of the firm in whose name bid documents have been purchased issued along with one or more of the following documenta
66. t be initialed by the person s signing the bid However white fluid should not be used for making corrections Any bid not meeting this requirement shall be rejected 1 3 6 Any bid containing false statement s will be rejected and action will be taken as per terms amp conditions of the tender documents 1 3 7 Bidders must quote clearly and strictly in accordance with the price schedule of Bidding Documents otherwise the bid will be rejected Page 2 of 4 E TENDER NO CDI6385P15 BRC BEC 1 3 8 The Bid Documents are not transferable Bids submitted by parties who have not been issued the Bid Documents from the Company will be rejected 1 3 9 Any bid received by the Company after the deadline for submission of bids prescribed by the Company will be rejected 1 3 10 Bids containing preconditions if any will be summarily rejected and no correspondence for any deviation correction in this regard will be entertained thereafter 1 3 11 The following Clauses with all its sub clauses should be agreed in toto failing which the bid will be rejected Performance Security Clause Tax liabilities Clause Insurance Clause Force Majeure Clause Termination Clause Liquidated damages Clause Penalty clause 1 4 GENERAL 1 4 1 In case bidder takes exception to any clause of Bidding Document not covered under BEC BRC then the Company has the discretion to load or reject the offer on account of such exception if the bidder does
67. ties but excluding Service Tax in their quoted rates Service Tax if applicable shall be to the Company s account However Service Tax portion payable directly by the Service Provider if applicable shall be reimbursed to the Contractor on the basis of the documentary evidence 2 2 The bids conforming to the specifications terms and conditions stipulated in the tender documents and considered to be responsive after subjecting to Bid Rejection Page 3 of 4 E TENDER NO CDI6385P15 BRC BEC Criteria will be considered for further evaluation as per the Bid Evaluation Criteria given below 2 3 To ascertain the inter se ranking the comparison of the responsive bids will be made subject to loading for any deviation Comparison of offers will be done on total evaluated cost on the basis of rates quoted in the Price Bid Format 2 4 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 2 5 In case of identical lowest offered rate by more than 1 one bidder the selection will be made by draw of lot between the parties offering the same lowest price Page 4 of 4 E TENDER NO CDI6385P15 PART I GCC OIL INDIA LIMITED A GOVT OF INDIA ENTERPRISE CONTRACTS DEPARTMENT DULIAJAN DISTRICT DIBRUGARH ASSAM PIN 786602 TEL
68. tificate 11 0 The selected bidder will be required to enter into a formal contract which will be based on their bid and O I L s Standard Form of Contract 12 0 The successful bidder shall furnish a Performance Security Deposit in the form of Demand Draft Banker s Cheque Bank Guarantee as specified above before signing the formal contract The Performance Security Deposit will be refunded to the Contractor after satisfactory completion of the work but a part or whole of which shall be used by the Company in realization of liquidated damages or claims if any or for adjustment of compensation or loss due to the Company for any reason This Security Money shall not earn any interest 13 0 Time will be regarded as the essence of the Contract and the failure on the part of the Contractor to complete the work within the stipulated time shall entitle the Company to recover liquidate damages and or penalty from the Contractor as per terms of the tender contract 14 0 The contractor will be required to allow OIL officials to inspect the work site and documents in respect of the workers payment Page 3 of 6 E TENDER NO CDI6385P15 FORWARDING LETTER 15 0 BACKING OUT BY BIDDER In case any bidder withdraws their bid within the bid validity period Bid Security will be forfeited and the party will be debarred for a period of 2 two years from the date of withdrawal of bid 16 0 BACKING OUT BY L 1 BIDDER AFTER ISSUE OF LOA In case LOA issued
Download Pdf Manuals
Related Search
CDI6385P15
Related Contents
StorCase Rhino®JR FJR110 1-Bay, 3.5" HH, FW800+USB 2.0/PATA, (1) Channel, 34W/40Wp, No Drives, Gray User Manual - ABCstore.nl MEX-BT2800 - Sony Europe Guideline - Preparation of specifications Samsung GT-B6520 User Manual Roland VG-99 Music Pedal User Manual ADATA HV611 1TB Remote Portal User Manual Copyright © All rights reserved.
Failed to retrieve file