Home

Tender Document - Oil India Limited

image

Contents

1. 12 3 The documents in physical form must be received by Company at the address specified in the Forwarding Letter on or before the Bid Closing 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 13 0 LATE BIDS 13 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 14 0 MODIFICATION AND WITHDRAWAL OF BIDS 14 1 Bidders will be permitted by System to make any changes in their bid after the bid has been uploaded by the bidder prior to the date and time as mentioned in the bid But no changes would be allowed by the system once the due date and for submission of bids has been reached and bids are opened 14 2 No bid can be modified withdrawn subsequent to the deadline for submission of bids 14 4 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiry of the period of bid validity specified by the Bidder on the Bid Form Withdrawal of a bid during this interval shall result in the Bidder s forfeiture of its Bid Security 8 Page INSTRUCTION TO BIDDERS CDI7066P16 15 0 EXTENSION OF BID SUBMISSION DATE 15 1 Normally no request for extension of Bid Closing Date amp Tim
2. 5 As soon as the Monitor notices or believes to notice a violation of this agreement he will so inform the Management of the Principal and request the Management to discontinue or heal the violation or to take other relevant action The monitor can in this regard submit non binding recommendations Beyond this the Monitor has no right to demand from the parties that they act in a specific manner refrain from action or tolerate action 6 The Monitor will submit a written report to the Chairperson of the Board of the Principal within 8 to 10 weeks from the date of reference or intimation to him by the Principal and should the occasion arise submit proposals for correcting problematic situations T If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an offence under relevant Anti Corruption Laws of India and the Chairperson has not within reasonable time taken visible action to proceed against such offence or reported it to the Vigilance Office the Monitor may also transmit this information directly to the Central Vigilance Commissioner Government of India 8 The word Monitor would include both singular and plural Section 9 Pact Duration This Pact begins when both parties have legally signed it It expires for the Contractor 12 months after the last payment under the respective contract and for all other Bidders 6 months after the contract has been awarded If any claim is made lodged
3. a Traverse shall have to be run by Total Station DGPS from known Control Points established by DGPS with WGS 84 UTM Co ordinate system Digital Level can be used for Elevation MSL value b The limit of detailed survey for existing approach road main road leading road will be 10 m either side of carriage way c All natural and man made features such as drain houses shops sheds big trees electrical telephone HT lines railway line tube well fencing culverts etc are to be surveyed and shown in the map d Accuracy shall have to be maintained with closed traverse adjustment In carrying out survey job the following accuracy of field work is to be maintained i For closed Traverse The allowable limit of closing error for angular correction will not more than root over Nx5 seconds N Number of angles in the traverse ii For linear correction The allowable limit of error 1 50000 Perimeter of the traverse Page lof 8 SCC E TENDER CDI7066P15 e All survey data shall have to be converted into WGS84 amp UTM Co ordinate and map to be generated in multilayer in GIS module using GIS Software 3 Connection of all existing Drilling Wells a Traverse shall have to be run by Total Station DGPS from known Control Points established by DGPS with WGS 84 UTM Co ordinate system b Digital Level can be used for Elevation MSL value c Accuracy shall have to be maintained with closed traverse adjustment In carr
4. Certificate 8 2 In case of HUF Copies of Telephone Landline Bill Electricity 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 8 3 In case of Partnership Firm Copies of Telephone Landline Bill Electricity 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 8 4 In case of Co Operative Societies Copies of Telephone Landline Bill Electricity 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 Registrar of Co Operative Societies and copies of Service Tax and Central Excise Registration Certificate 8 5 In case of Societies registered under the Societies Registration Act Copies of Telephone Landline Bill Electricity 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 stat
5. Gateway against this Tender 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 award of Contract bidder will submit an Ure eae he ender shall be marked wh he aon HEAD CONTRACTS CONTRACTS DEPARTMENT OIL INDIA LIMITED Duliajan 786602 Assam All bidders shall deposit the requisite BID SECURITY 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 or it can be paid through the online payment Gateway against this Tender This BID SECURITY shall be refunded to all unsuccessful bidders but is liable to be forfeited in full or part at Company s discretion as per Clause No 6 a 14 15 amp 16 below Bids without BID SECURITY in the manner specified above will be summarily rejected except those are exempted Exemption from submission of bid security Central Govt offices Central Public Sector undertakings and firms registered with NSIC Directorate of Industries are exempted from submitting Bid Security However the firms registered with NSIC Directorate of Industries shall have to submit evidence that they have a current and valid registration for the service they intend to bid including the prescrib
6. complaint ix Expansion One PCI Express 2 0 slot amp One PCI 2 0 x Operating system Windows 7 Professional Windows 8 1 xi I O Front I O ports Interface USB 2 0 ports Headphone and microphone jacks Rear I O ports 1x VGA video ports 4x USB at least 1 USB 3 0 port 1x Gigabit Ethernet port Microphone and Headphone jacks xii Chassis Vertical tower xiii Display 24 LED monitor 1280x1024 resolution SXGA with driver software Standard accessories and cables same colour as CPU box xiv Others Optical scroll mouse USB and mouse pad USB keyboard Power cables all driver CDs system and user manual power extension spike guard 4 sockets of 5 amp output 5 Report and supply of Survey map a Report of Wells roads and control point coordinates in both hard copy and soft copy shall have to be submitted at Survey Section Civil Engg Deptt Oil India Ltd Duliajan b Supply of surveyed map hard copy 3 sets in 1 25000 scale showing therein Grid lines UTM amp Lat Long WGS84 and one copy in soft format CAD In Hard copies there should be common Grid lines for mosaic all around 6 Training for GIS software Training for GIS software to our survey personnel for four weeks shall have to be imparted in three phases at survey section under Civil Engg Deptt a 1st phase Two weeks just after supplying and installing the GIS software for capacity building b 2nd phase One week during preparation of map in GIS m
7. period of 2 two years from the date of default 23 0 FURNISHING FRAUDULENT INFORMATION DOCUMENTS 23 1 If it 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 besides the legal action 24 0 BID DOCUMENT 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 25 0 Mobilization Period 60 days from the date of issue of LOA CECE ECO END OF ITB amp kGEE8 8 amp 8858 12 Page BRC BEC E TENDER CDI7066P16 BID REJECTION CRITERIA amp BID EVALUATION CRITERIA FOR THE TENDER I _ BID REJECTION CRITERIA BRC 1 1 The bid shall conform generally to the specifications and terms and conditions given in the Bidding Documents 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 Bidder must have relevant experience of having successfully completed similar nature of works with State Gov
8. tidy 8 The duration of the contract shall be 78 weeks from the commencement date mentioned in the work order The Contractor must complete the work 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 1 2 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 of the total contract cost subject to a maximum of 7 5 of the 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 there 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 Page
9. 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 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 11 2 Timely submission of the bids is the responsibility of the Bidder should be submitted before the bid closing date and time Company shall not be responsible for any delay 7 Page INSTRUCTION TO BIDDERS CDI7066P16 11 3 E mail Fax Telex Telegraphic Telephonic offers will not be accepted 11 4 Bidder shall submit the Bid duly completed in terms of the Bid Document 12 0 DEADLINE FOR SUBMISSION OF BIDS 12 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 be permitted by System to make any changes in their bid after the bid has been uploaded by the bidder prior to the date and time as mentioned in the bid But no changes would be allowed by the system once the due date and for submission of bids has been reached and bids are opened 12 2 No bid can be submitted after the submission date line is reached The system time displayed on the e procurement web page shall decide the submission dead line
10. 3 of 7 GCC CDI7066P16 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 neighborhood 10 The tendered all exclusive of Service Tax Price the Contract price except service Tax is Rs XXXXXXXXX Not to be filled up by the bidder This will be entered at the time of Signing of the agreement 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 oftener 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 deviations and any deductions and the measurement shall be checked and certified correct by the Company s Engineer before any such final payment is made 11 The contractor employing 20 twenty or more workmen
11. 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 No physical Bid documents will be provided 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 as mentioned above and will be allowed to participate in the bidding through OIL s E Procurement portal 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 IFB can be viewed using Guest Login provided in the E Procurement portal and also in OIL s web site www oil india com Note All corrigenda amendments time extension clarifications etc if any to the above tender will be hosted on OIL s website and in the e portal https etenders srm oilindia in irj portal only and no separate notification shall be issued in the press Prospective bidders are requested to regularly visit the website and e portal to keep them updated FORWARDING LETTER E TENDER NO CDI7066P16 OIL INDIA LIMITED A GOVT OF INDIA ENTERPRISE CONTRACTS DEPARTMENT DULIAJAN OIL INDIA LIMITED invites ON LINE BIDS from eligible Bidders Firms for the
12. 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 Part V Safety Measures SM Integrity Pact Applicable for this IFB Proforma and Annexures 17 0 The Integrity Pact is applicable against this tender OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Part VI Integrity Pact of the tender document This Integrity Pact proforma has been duly signed digitally by OIL s competent signatory Digitally Signed The proforma has to be returned by the bidder along with the technical bid duly signed digitally by the same signatory who signed the bid i e who is duly authorized to sign the bid Uploading the Integrity Pact with digital signature will be construed that all pages of the Integrity Pact has been signed by the bidder s authorized signatory who sign the Bid Note Following persons have been appointed as Independent External Monitors SHRI RAGHAW SHARAN PANDEY IAS Retd E Mail ID rspandey_99 yahoo com and SHRI RAJIV MATHUR IPS Retd E Mail ID rajivmathur23 gmail com SPECIAL NOTE GUIDELINES FOR PARTICIPATING IN OIL S E PROCUREMENT To participate in OIL s E procurement tender bidders should have a legally valid digital certificate of Class 3 with Organizations Name as per Indian IT Act from t
13. OIL INDIA LIMITED A Government of India Enterprise CONTRACTS DEPARTMENT P O DULIAJAN 786602 ASSAM E TENDER NOTICE OIL INDIA LIMITED OIL invites Bids from experience Service Providers through its E Procurement portal https etender srm oilindia in irj portal for the following services under single stage 2 bid system 1 0 IFB No CDI 7066P16 Service Requirement Survey of existing approach and main leading roads for connection of existing Drilling Wells with DGPS Total Stations fixing of GPS Control Points in Pair for future reference at Suitable Interval and generation of software based maps in GIS module including supply of latest GIS software in Dibrugarh Sibsagar and Tinsukia district of Assam Cost of Bid Document Bid Security EMD 35000 00 395 400 00 Period of Sale of Bid 23 05 2015 TO 23 06 2015 15 30Hrs Document Issue of User ID amp Password Bid Closing Opening 30 06 2015 11 00 Hrs 14 00 Hrs Date amp Time Cost of Bid Document Non Transferable and Non refundable by way of Demand Draft Banker s Cheque from any schedule Bank in favour of OIL INDIA LIMITED and payable at Duliajan along with the application s on applicants letter pad with a request for USER ID amp PASSWORD is to be submitted to Head Contracts Contracts Department Oil India Limited P O Duliajan Assam 786602within the period of sale inclusive both the days i e start date amp end date
14. RCIAL 1 3 1 Bids are invited under Single Stage Two bid system 1 3 2 Bidders must offer firm rates in Indian Rupees only Rates quoted by the successful bidder must remain firm during the entire period of execution of the contract and not subject to variation on any account whatsoever A bid submitted with an adjustable price quotation will be treated as non responsive and rejected 1 3 3 Bid security EMD shall be furnished as part of the technical bid Any bid not accompanied by the proper bid security EMD will be rejected except those are exempted 1 3 4 The system will not permit to submit any bids after the scheduled bid closing date and time 1 3 5 Any bid received in the form of Telex Cable Fax E Mail Courier will not be accepted 1 3 6 Bids must be kept valid for a minimum period of 180 days from the date of scheduled bid opening Bids with inadequate validity will be rejected 1 3 7 Bidders must quote clearly and strictly in accordance with the Price Bid Format of the bidding document otherwise the bid will be summarily rejected The Bids in which the rates for any part of the work are not quoted shall be rejected However if no charge is involved for any of the item NIL should be mentioned against such part of work 1 3 8 Bidder must accept and comply with the following clauses as given in the Bidding Document in toto failing which offer will be rejected a Performance Bank Guarantee clause b Force Majeure claus
15. S CDI7066P16 7 2 Price quoted by the successful bidder must remain firm during its performance of the Contract and will not be subjected to variation on any account 7 3 Since the tender is invited under SINGLE STAGE 2 BID SYSTEM and such no price details should be uploaded mentioned under Technical RFx Tab Details of prices as per Price Bid format Priced bid can be uploaded as Attachment in the attachment header under the notes and attachment tab Offer not complying with above submission procedure will be rejected Kindly refer the screen shots below Click on this tab to upload Price Bid J Sabra Runs Qnty Pond Provi Chai Tactypeal As Rapra Chee Sava Dea Yoriy agmi Sige Rupin Riu Aepnae humiae SAREI Afaiombey STT Gen Seno Bomian Dearne AARAA engdi WEMA A Ramani Tine Dea RG E Wiemer Wa gaT Toin Vane WERA En Baeooasa erein umber Ace verien AFE Yerain immer 2 iib Test HAWE YIU BU BENTEL THE OREIAAL RE A HD WATE IAG 6 CLUDED A THE FOR PIE FRM DEEaN FRERHT E HOVE VOU MENTED THE TA CHARGE 7 HAVE YOY NOCATED THE TOLERANCE OF QUANTITY L Y HAME YOU MOUATED HAMDUNG CHARGE FOR RAL DESPATCH HANTUNO CHARGE FICASE OF MOHN BIDDER 24 HAVE YOU SUBRNTTED THE SAMPLE HAVE YOU ATTACHED PRICE SCHEDULE A5 PER THE BAL COMMERCIAL E HAVE WOU GUOTED THE PREG WITH ALL LIMBLITES MELLON STATUTORY LABEMES 1 2 Pace INSTRUCTION TO BIDDERS CDI7066P16 Next Screen on clicking Notes amp attachment Tab a
16. above format and submit along with their bids If the Statement of 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 Page3 6 PROFORMA amp ANNEXURE CDI7066P16 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 Bank Bank Code IFSC RTGS Code of the Bank NEFT Code of the Bank PAN Number Service Tax Registration Number Signature of Vendor with Official Seal Note This declaration shall be printed on letter head of the Bidder and shall be signed by a competent person 2K K he 2K K 2K K K 3K 2K 3K 2K 3K 3K 2K FK 2K FK 2K FK 2K 2K 2K 2K K FK FK FK FK FK FK FK FK FK 2K FK K K FK K FK FK FK FK FK FK FK FK 2K FK 2K K Page4 6 PROFORMA amp ANNEXURE CDI7066P16 ANNEXURE II FORM OF BID SECURITY BANK GUARANTEE FORMAT or Any other format acceptable to Oil India Ltd 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 for the provis
17. an up data xiii Ability to convert existing legacy data e g DWG DGN to pre defined GIS Schema easily Should have option to read coordinate system from Micro station DGN files and should have option to open selective layers from CAD files like DWG DXF or DGN xiv The application should have mechanism to create edit and modify parcel data that is imported from site surveys and total stations xv The solution should provide tools generate Grids Graticules and capability to read both Projected Co ordinates and Geographic Co ordinates simultaneously xvi Proposed software should allow creating associations between specific feature classes as well as rules controlling their geometric connectivity and the allowable number of connections cardinality G Interoperability GIS Utilities i Should have standard GIS data management and analysis tools such as Attribute Query Spatial Query Join union Buffer Zone Merged and Unmerged Analytical Merge Geocoding Analyzing Geometry Native Query Functional Attribute Update the analysis dynamically as data changes for faster QA QC of Vector data Page 4of 8 SCC E TENDER CDI7066P15 ii Should have facility to create continuous surface from discreet sampling data easily with Interpolation tools like IDW Ordinary Kriging Ordinary Kriging Suite Spline Triangulation Density etc iii Should have capabilities to create thessien polygon iv The GiS application should have standard
18. and customizable templates to create maps for Plotting Printing including general cartographic elements of a map such as Map Scale Legend North Arrows Title Block Logos etc The solution should have option to create map layout using more than one map window in both static and dynamic mode and export map layout into GeoTIFF Tif JPEG BMP PDF etc v Interoperability Should be able to export to and Import from Shape files Geo database CAD KML and other industry standard vector formats vi The solution should enable geo referencing of other external data that could be both Raster or Vector vii Should have dedicated coordinate conversion tool viii The Raster Solution should have the capability to attach edit and modify multiple raster formats and sources ix The GIS Solution should have the capability of GPS Data Integration with simultaneous synchronization from mobile field units H GIS Analysis i Should have tools to create different topographic parameter like slope aspect Isolines or Contour Contour labeling Curvature Volume Viewshed Insolation Update Geometry Z Value from DEM or elevation data ii Should have tools to create Terrain surface from contour or mass point data iii Should have tools to edit elevation data like edit elevation value fill depression or pit and mosaicking Elevation tiles with automatically updating interpolating values in Gaps iv Should have standard GIS data management and analysi
19. atory Signature of witness Signature of Acceptor Designation Page 7 of 7 SCC E TENDER CDI7066P15 SCOPE OF WORK DESCRIPTION AND TECHNICAL SPECIFICATIONS OF EQUIPMENT NAME OF WORK Survey of existing approach and main leading roads for connection of existing Drilling Wells with DGPS Total Stations fixing of GPS Control Points at Suitable Interval and generation of software based maps in GIS module including supply of latest GIS software in Dibrugarh Sibsagar and Tinsukia district in Assam ITEM OF WORKS 1 Fixing amp Establishing of GPS Control Points in pair a Control Points in pair for Reference points shall have to be fixed by DGPS over grouted RCC Post size 150mm X 150mm X 800mm engrafted iron nail on top of the pillar at an interval of about 5 km apart preferably by the side of approach road safe site inside well plinth and OIL Installation areas b All control points are to be numbered by marking with paint or engraved c Co ordinates of all Control Points will be in UTM WGS84 Co ordinate system Report of control point coordinates shall have to be submitted in both hard copy and soft copy d GPS observation Base time should be sufficient for maintaining accuracy PDOP shall not exceed 5 Rate is inclusive of cost of RCC Pillar Fixing amp Grouting of pillar with CC and Survey as directed 2 Road Survey with all utility Survey of all existing approach road to wells and main leading roads
20. brugarh Sibsagar and Tinsukia district of Assam 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 II of the contract utilizing any materials services as offered by the Company as per Part IV of the contract at 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 of anything herein contained being inc
21. caused by him and has installed a suitable corruption prevention system the Principal may revoke the exclusion prematurely A transgression is considered to have occurred if in light of available evidence no reasonable doubt is possible Section 4 Compensation for Damages If the Principal has disqualified the Bidder from the tender process prior to the award according to Section 3 the Principal is entitled to demand and recover from the Bidder liquidated damages equivalent to 3 of the value of the offer or the amount equivalent to Earnest Money Deposit Bid Security whichever is higher If the Principal has terminated the contract according to Section 3 or if the Principal is entitled to terminate the contract according to section 3 the Principal shall be entitled to demand and recover from the Contractor liquidated damages equivalent to 5 of the contract value or the amount equivalent to Security Deposit Performance Bank Guarantee whichever is higher The bidder agrees and undertakes to pay the said amounts without protest or demur subject only to condition that if the Bidder Contractor can prove and establish that the exclusion of the Bidder from the tender process or the termination of the contract after the contract award has caused no damage or less damage than the amount or the liquidated damages the Bidder Contractor shall compensate the Principal only to the extent of the damage in the amount proved Section 5 Previous t
22. cordingly Bid Closing Date time will get extended up to the next working day and time 16 3 Bid for which an acceptable notice of withdrawal has been received pursuant to clause 14 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 16 4 Bid opening shall be done as detailed in clauses 16 1 and 16 2 above 16 5 OIL shall prepare for its own records minutes of bid opening including the information disclosed to those present in accordance with the sub clause 16 3 9 Page INSTRUCTION TO BIDDERS CDI7066P16 16 6 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 clarifications 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 16 7 Prior to the detailed evaluation OIL will dete
23. ctor will be required to allow OIL officials to inspect the work site and documents in respect of the workers payment 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 Performance Security Money shall not earn any interest 13 0 BACKING OUT BY BIDDER In case any bidder withdraws their bid within the bid validity period Bid Security shall be forfeited and the party will be debarred for a period of 2 two years from the date of withdrawal of bid 14 0 BACKING OUT BY L 1 BIDDER AFTER ISSUE OF LOA In case LOA issued is not accepted by the L1 bidder or Performance Security is not submitted as per terms of the Contract within the stipulated time 15 0 FURNISHING FRAUDULENT INFORMATION DOCUMENT If it is found at any time that a Bidder Contractor has had furnished Page 5 of 9 FORWARDING LETTER E TENDER NO CDI7066P16 fraudulent documents information the 16 0 The tender will be governed by Forwarding Letter Instruction to Bidders BRC BEC Bid Rejection Criteria amp Bid Evaluation
24. cuments 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 in full and debarred from participation in future tenders at the sole discretion of the company 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 Page 3 of 9 FORWARDING LETTER E TENDER NO CDI7066P16 7 0 Conditional bids are liable to be rejected at the discretion of the Company 8 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 documentary 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 bid documents 8 1 In case of Sole Proprietorship Firm Copies of Telephone Landline Bill Electricity PAN card latest Income Tax Return form indicating therein the name business and residential address E mail and telephone numbers of the owner and copies of Service Tax and Central Excise Registration
25. d has committed a transgression through a violation of Section 2 or in any other form such as to put his reliability or risibility as Page 2of6 Integrity Pact e Tender CDI 7066P16 Bidder into question the Principal is entitled to disqualify the Bidder from the tender process or to terminate the contract if already signed for such reason 1 If the Bidder Contractor has committed a transgression through a violation of Section 2 such as to put his reliability or credibility into question the Principal is entitled also to exclude the Bidder Contractor from future contract award processes The imposition and duration of the exclusion will be determined by the severity of the transgression The severity will be determined by the circumstances of the case in particular the number of transgressions the position of the transgressions within the company hierarchy of the Bidder and the amount of the damage The exclusion will be imposed for a minimum of 6 months and maximum of 3 years The Bidder accepts and undertakes to respect and uphold the Principal s Absolute right to resort to and impose such exclusion and further accepts and undertakes not to challenge or question such exclusion on any ground including the lack of any hearing before the decision to resort to such exclusion is taken This undertaking is given freely and after obtaining independent legal advice If the Bidder Contractor can prove that he has restored recouped the Damage
26. d in Scope of work under SCC Special Conditions of Contract of this IFB 1 2 4 Equipments i The Bidder should have their own DGPS system one Base 4 5 number Rovers for proper triangulation system Total Station Digital Level etc Documentary proof for instrument shall be submitted along with the Tender ii Horizontal accuracy of DGPS should not exceed 10mm 1 2 5 Bidder must submit all necessary documents in support of requisite experience and annual turnover as per Note 1 Page 1 of 4 BRC BEC E TENDER CDI7066P16 Note 1 Documentary Evidence A For proof of Annual Turnover any one of the following documents photocopies self attested attested must be submitted along with the bid i A certificate issued by a practicing Chartered Cost Accountants Firm with membership no certifying the Annual Turnover and nature of business OR ii Copy of Audited Profit and Loss account for last O03 three years ending March 2014 B For proof of requisite Experience any one of the following documents photocopies self attested attested must be submitted along with the bid i In case of OIL contractor copy of Certificate of Completion COC Certificate of Payment COP Service Entry Sheets of jobs successfully completed during last 7 seven years ending the last day of the month previous to the one in which bids are invited showing the gross value of job done It may be clearly noted that simpl
27. d nor permitted to modify their bid 10 0 FORMAT AND SIGNING OF BID 10 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 or a person or persons duly authorized to bind the Bidder to the contract 11 0 SUBMISSION OF BIDS 11 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 bidder using Class 3 digital certificates e commerce application Certificate with personal verification and Organisation Name as per Indian IT Act 2000 obtained from the licensed Certifying Authorities operating under the Root Certifying Authority of India RCAI Controller of Certifying Authorities CCA of India before bid is uploaded 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 is not of Class 3 with organization name the bid will be rejected Bidder is responsible for ensuring the validity of digital signature and it s proper usage by their employees 11 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
28. d to as The Bidder Contractor PREAMBLE The Principal intends to award under laid down organizational procedures contract s for Survey of existing approach and main leading roads for connection of existing Drilling Wells with DGPS Total Stations fixing of GPS Control Points in Pair for future reference at Suitable Interval and generation of software based maps in GIS module including supply of latest GIS software in Dibrugarh Sibsagar and Tinsukia district of Assam The Principal values full compliance with all relevant laws and regulations and the principles of economic use of resources and of fairness and transparency in its relations with its Bidder s and Contractor s In order to achieve these goals the Principal cooperates with the renowned international Non Governmental Organisation Transparency International TI Following TI s national and international experience the Principal will appoint an external independent Monitor who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above Section 1 Commitments of the Principal A The Principal commits itself to take all measures necessary to prevent corruption and to observe the following principles 1 No employee of the Principal personally or through family members will in connection with the tender for or the execution of a contract demand take a promise for or accept for him herself or third per
29. dged 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 indicated ___ 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 2015 Signature and seal of the Bidder In the capacity of Name of Bidder kkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkk Page1 6 PROFORMA amp ANNEXURE CDI7066P16 PROFORMA II LETTER OF AUTHORITY To THE HEAD CONTRACTS OIL INDIA LIMITED A Govt of India Enterprise P O DULIAJAN DIST DIBRUGARH ASSAM 786 602 Sir Sub IFB No CDI7066P16 We confirm that Mr Name and address as authorized to represent us to Bid negotiate and conclude the agreement on our behalf with you against In
30. during this time the same shall be binding and continue to be valid despite the lapse of this pact as specified above unless it is discharged determined by Chairperson of the Principal Section 10 Other provisions 1 This agreement is subject to Indian Law Place of performance and jurisdiction is the Registered Office of the Principal i e New Delhi 2 Changes and supplements as well as termination notices need to be made in writing Side agreements have not been made 3 Ifthe Contractor is a partnership or a consortium this agreement must be signed by all partners or consortium members 4 Should one or several provisions of this agreement turn out to be invalid the remainder of this agreement remains valid In this case the parties will strive to Page 5 of 6 Integrity Pact e Tender CDI 7066P16 come to an agreement to their original intensions For the Principal For the Bidder Contractor Place Duliajan Witness T sas ashirala cacicceiaatecates Date Witness 2 ebona ad aa Boe rE Er Ee EEEE Page 6 of 6 PROFORMA amp ANNEXURE CDI7066P16 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 __CDI7066P16__ 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 acknowle
31. e c Tax liabilities clause d Arbitration clause e Applicable Law f Liquidated Damage clause g Integrity Pact 1 3 8 The Company also reserves the right to cancel withdraw the Tender without assigning any reasons to the bidders for which no compensation shall be paid to the bidder The bidder must confirm their acceptance to this clause in their respective bids 1 3 9 Original bid shall be digitally signed and uploaded by the bidder or his authorized representative failing which the bid will be rejected IV GENERAL 1 4 1 Bidders should provide self attested attested copies of Service Tax Registration Certificate VAT registration Certificate PAN Card P F Registration Number OR Declaration Declaration by applicant that provisions of Provident Fund Act are not applicable to them In case P F is required to be deposited later on the same will be deposited by the bidder Applicant In case successful bidder doesn t have P F Code at the time of bidding and PF Act is applicable on him her Page 3 of 4 BRC BEC E TENDER CDI7066P16 the same has to be provided by him her before signing of contract agreement and issue of Work Order by OIL 1 4 2 In case bidder takes exception to any clause of tender 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 not withdraw modify the deviation when as advised by the company The loading
32. e and copies Service Tax and Central Excise Registration Certificate 8 6 In case of Joint Stock Companies registered under the Indian Companies Act Copies of Telephone Landline Bill Electricity PAN card latest Income Tax Return form indicating therein the name residential Page 4 of 9 FORWARDING LETTER E TENDER NO CDI7066P16 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 8 7 In case of Trusts registered under the Indian Trust Act Copies of Telephone Landline Bill Electricity 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 Certificate 9 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 10 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 11 0 The contra
33. e bidders risk and may result in the 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 2 BID SYSTEM The bidder has to submit the Un Priced Techno Commercial and Price Bid through electronic form in the OIL s e Tender portal within the Bid Closing Date and Time stipulated in the e Tender portal The Technical Bid is to be submitted as per Scope of Work amp Technical Specifications along with all technical related documents related to the tender are to be uploaded under Technical RFx Tab The Price Bid rates shall to be quoted as specified in the PRICE BID FORMAT and to be attached as attachment under the Notes amp attachment tab The price quoted in the PRICE BID FORMAT will only be considered for evaluation Please note that no price details should be uploaded under Technical RFx Details of prices as per Price Bid format Priced bid can be uploaded as Attachment under Notes amp Attachment Tab Offer not complying with above submission procedure will be rejected Page 7 of 9 FORWARDING LETTER E TENDER NO CDI7066P16 A few screen shots to find out the required IFB is shown below l Select RFx and Auction Tab REx eed Auctions Oil indie Lid FAM QAS Portal Wiedows Internet Lepl rur G DYE Clinch
34. e 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 also will not be permitted by the system 16 0 BID OPENING AND EVALUATION 16 1 OIL shall open the Bids in the presence of Bidder s representatives who choose to attend at the date time and place mentioned in the Covering Letter However an authorization letter as per Proforma II from the bidder must be produced by the Bidder s representative at the time of bid opening Unless this Letter is presented the representative will not be allowed to attend the bid opening The Bidder s representatives who are allowed to attend the bid opening shall sign a register evidencing their attendance Only one representative against each bid will be allowed to attend In technical bid opening date only Technical RFx will be allowed to open by the system Bidders therefore should ensure that techno Commercial bid is uploaded under the Technical RFx Tab Page only and no price should be mentioned anywhere under the Technical RFx 16 2 In case of any unscheduled holiday or Bandh on the Bid Opening Date the Bids will be opened on the next full working day Ac
35. ed monetary limit Page 2 of 9 FORWARDING LETTER E TENDER NO CDI7066P16 3 0 Bid should be submitted online up to 11 00 AM IST OIL s e procurement Portal 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 as specified in the PRICE BID FORMAT and to be uploaded in attachment under Notes amp Attachments tab 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 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 authenticity of above digital signature shall be verified through authorized CA after bid opening If the digital signature used for 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 do
36. ersection Orthogonal Distance Along Feature Constrain by Length Constrain tangent Offset Azimuth Bearing Deflection Angle Flipping Undo and Redo Editing Divide objects to N Parts at specified intervals Editing of vertex etc ix Should have Edit Geometry using Move Vertex Move Vertex by Precision Key in Insert New Vertex Edit Vertex Height Delete Vertex Edit a Circle Geometry Edit an Arc Geometry Re digitizing Geometry Constructing a Circular Fillet Reverse line direction Proportion Geometry Square Geometry Should have option for Maintain Coincidence x Should support to create cartographic dimensioning tools like linear polar vertical horizontal Angular Parallel chain etc xi The application should have mechanism to create edit and modify parcel data that is imported from site surveys and total stations Should support all COGO functions xii Data Control Quality Checks The application should have tools to check for data errors such as duplicates overlaps etc and also provide validation tools and correction facilities to quickly clean up data Undershoots Overshoots Node Mismatch Unbroken Intersecting Geometry Non Coincident intersecting geometry Nearly coincident geometry Fix Connectivity using following option Trim Overshoots Extend Undershoots Break Crossing lines Insert Vertex in crossing lines etc and also provide Attribute validation tools and Queued correction editing facilities to quickly cle
37. following mentioned works services under SINGLE STAGE 2 BID System through its e Procurement portal https etender srm oilindia in irj portal for the following services DESCRIPTION OF WORK SERVICE Survey of existing approach and main leading roads for connection of existing Drilling Wells with DGPS Total Stations fixing of GPS Control Points in Pair for future reference at Suitable Interval and generation of software based maps in GIS module including supply of latest GIS software in Dibrugarh Sibsagar and Tinsukia district of Assam IFB NO CDI7066P16 Type of IFB Single Stage 2 Bid System LOCATION M L amp PEL Area in Dibrugarh Tinsukia amp Sibsagar district in Assam CONTRACT PERIOD 18 Eighteen months Mobilisation Period 60days from the date of issue of LOA BID CLOSING OPENING DATE amp TIME Bid Submission Mode Bid should be submitted online in OIL s E Procurement portal Bid Opening Place Office of the Head Contracts Oil India Limited Duliajan 786602 Assam Bid Validity 180 days from Bid opening Date Page 1 of 9 FORWARDING LETTER E TENDER NO CDI7066P16 AMOUNT OF PERFORMANCE SECURITY 2 5 of total Contract Value a Bid Security deposited vide Demand Draft Banker Cheque Bank Guarantee No dated of Original hard copy of a should reach the office of HEAD CONTRACTS on or before 12 45 Hrs IST on the bid closing date or it can be paid through the online payment
38. he licensed Certifying Authorities operating under the Root Certifying Authority of India RCAI Controller of Certifying Authorities CCA of India http www cca gov in Bidders must have a Page 6 of 9 FORWARDING LETTER E TENDER NO CDI7066P16 valid User Id to access OIL e Procurement site Bidders can click on Guest login button to view the available open tenders in the E portal Bidders shall request OIL through E mail or fax or letter along with the cost of bid documents as indicated in the NIT for issue of the USER ID for accessing and submitting against the E procurement tender The User ID shall be issued to the eligible bidders on receipt of the requisite cost of the bid document In case any bidder is exempted from paying the tender fee they should request OIL with supporting documents for issue of the User Id on free of charge basis The detailed guidelines are available in OIL s e procurement site For any clarification in this regard bidders may contact OIL Please note that all tender forms and supporting documents are to be submitted through OIL s E Procurement site only except which are to be submitted in sealed envelope super scribed with tender no and due date to 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 th
39. htm 5 Page INSTRUCTION TO BIDDERS CDI7066P16 Folder Tech Bid Curent Path Collaboration gt _ gt Y20021 gt Tech Bid Folder To sove any changes made chot Save Name Tech fa Subscibe f Authorization wite e oi Aine Fn mc To cranta bhior obrecis selec Copade To copy ce delete objects sabact the required abiecit and then chonse Gogy m abate Folia Comin atel Copy Copy Bookmark hamsa Current Vernon Read iim eeiiy gia Enply MPA piga beep onic Aine de er f Se ESE Click on button Create to create and upload new document 7 4 Bidder shall be deemed to have satisfied himself before submitting his bid as to the correctness and sufficiency of its bid for the services required and of the rates and prices quoted which rates and prices shall except in so far as otherwise provided cover all its obligations under the contract 8 0 DOCUMENTS ESTABLISHING BIDDER S ELIGIBILITY AND QUALIFICATIONS 8 1 These are as per BEC BRC 9 0 PERIOD OF VALIDITY OF BIDS 9 1 Bids shall remain valid for 180 days from the date of bid opening 6 Page INSTRUCTION TO BIDDERS CDI7066P16 9 2 In exceptional circumstances the 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 by Fax A Bidder may refuse the request without forfeiting its Bid Security A Bidder granting the request will neither be require
40. including the date and any demand in respect thereof should reach the Bank not later than the above date Notwithstanding anything contained hereinabove i Our liability under the guarantee shall not exceed ii This Bank Guarantee shall be valid only up to _ __ __ iii We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only and only if we receive a written claim or demand on or before __ __ __ 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 minimum 30 days after the end of the validity period of the Bid i e minimum 210 days validity PAE KK K K K K 3K K FK FK FK FK 2K FK K 2K 2K K 2K 2K K 2K FK FK FK ik FK FK FK FK 2K FK 2K K fe 2K FK FK FK FK FK FK FK FK FK FK K FK 2K K 2k K FK ok K Page6 6
41. ing 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 27 0 LIQUIDATED DAMAGES FOR DELAY IN MOBILISATIONAND 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 mobilization 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 nnn nnn nnn nce ene nen ON BEHALF OF Signature of Contractor or his legal Attorney Page 6 of 7 its Partner Legal Attorney And in presence of SIGNED amp DELIVERED FOR amp ON BEHALF OF OIL INDIA LIMITED Date Address CDI7066P16 Full Name of Sign
42. intenance and performance c The software and Work Station must have a minimum warranty period of one year commencing from the date of installation d All operational and technical manuals and literatures must be in English e Software will contain CD for installation Dongle user manual f The supplier must guaranty the services under warranty period including extended maintenance for 3 Three years from OEM after expiry of normal warranty period which includes i Free Updates on current software version as and when New Version releases ii Free Replacement of DVD ROM in case of damage iii Free Replacement of License Security Key if provided in case of damage iv Free onsite Training and Procedural guidance for the New Version v Unlimited Technical support over phone email remote desktop shall have to be provided If remote support issue is un resolved physical support shall have to be provided vi Customer Portal access for online resource amp technical support shall have to be provided vii Maintenance of Work Station shall have to be done onsite during warranty amp extended maintenance period Page 7 of 8 SCC E TENDER CDI7066P15 3 Training a An exhaustive on job training programme on the complete project with its application software in three phases shall have to be provided at Survey Section Civil Engg OIL Duliajan b Training includes operation and maintenance of software collection of surve
43. ion of certain services hereinafter called the Bid against OIL INDIA LIMITED Duliajan Assam India hereinafter called the Company s Tender No CDI7066P16 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 Ifthe 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 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 Page5 6 PROFORMA amp ANNEXURE CDI7066P16 This guarantee will remain in force up to and
44. it Rate for a particular item as per above price bid format 2 Bidders are requested to quote exclusive of 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 3 Bidder must include all liabilities including statutory liabilities in their quoted rates except Service Tax 4 To ascertain the inter se ranking comparison of the responsive bids will be made on the GRAND TOTAL Value of the bid as per the Price Bid Format KEEKKKA NG of SOQ Page 2 of 2 Part IV SCPME CDI7066P16 OIL INDIA LIMITED A GOVT OF INDIA ENTERPRISE CONTRACTS DEPARTMENT DULIAJAN Schedule of company s Plants Materials and Equipments SCPME PART IV Not Applicable Part V SM CDI7066P16 TO HEAD CONTRACT OIL INDIA LIMITED DULIAJAN 786602 SUB SAFETY MEASURES Description of work service Survey of existing approach and main leading roads for connection of existing Drilling Wells with DGPS Total Stations fixing of GPS Control Points in Pair for future reference at Suitable Interval and generation of software based maps in GIS module including supply of latest GIS software in Dibrugarh Sibsagar and Tinsukia district of Assam Sir We hereby confirm that we have fully understood the safety measures to be adopted during execution of the above c
45. nd go to edit mode Bidders can insert comments here T i Fe and Auctiova fa Lid Precunenent Salem Mion et norat Tat ia LjAAEET ban Caerets Sij ere Hee PerE aap ea ee py Fie ine EN it 2s in Eas ee oer iJ E i 1 ee kh u _ gt z 4 ee e er 4 Amped To Cate Cercrpion Fin are Maraion Procamaot Cheeked Cul Type Femin Changed by Changed an D Price Bid Format to be attached here after digitally signing the attachment 4 Page INSTRUCTION TO BIDDERS CDI7066P16 Create Technical Rfx response creating Technical Rfx response is mandatory Technical RFx Response To create Technical Rfx response click on at the top of the Response Refer screen shot on Page no 3 System will redirect you to the C folder in new window Screen shot Below wale HTechnical Detaits a vE y200211 i Tech Bid DC EXTERNA Teh Bd j Folder Tech_Bid m gt Current Path Collaboration gt gt gt Y200211 gt Tech_Bid To save any changes made click Save Name Tech Bid Subscribe F Authorization Write EER atsications Additional Functions Cancel To create folder objects select Create To copy or delete objects select the required objects and then choose Copy or Delete oo i Names Current Version Read f Status Changed by Empty Changed on ittp semqas oilindia in 8000 sap bD1 loiZjP Tw MCZkPWI1 pog be bsp sap cfx_rfc_uy fol_de
46. ngineer 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 Page 2 of 7 GCC CDI7066P16 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 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 Contractor shall clear away all rubbish and surplus material from the site on completion of work and shall leave the site clean and
47. nitors Three in number depending on the size of the contract To be decided by the Chairperson of the Principal 1 The Principal appoints competent and credible external independent Monitor for this Pact The task of the Monitor is to review independently and objectively whether and to what extent the parties comply with the obligations under this agreement 2 The Monitor is not subject to instructions by the representatives of the parties and performs his functions neutrally and independently He reports to the Chairperson of the Board of the Principal 3 The Contractor accepts that the Monitor has the right to access without restriction to all Project documentation of the Principal including that provided by the Contractor The Contractor will also grant the Monitor upon his request and demonstration of a valid interest unrestricted and unconditional access to his project documentation The same is applicable to Subcontractors The Monitor is under contractual obligation to treat the information and documents of the Bidder Contractor Subcontractor with confidentiality 4 The Principal will provide to the Monitor sufficient information about all Page 4 of 6 Integrity Pact e Tender CDI 7066P16 meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the Principal and the Contractor The parties offer to the Monitor the option to participate in such meetings
48. o 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 HI 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 done and the materials collected shall be estimated by the company s E
49. odule with surveyed data after completion of field survey work c 3rd phase One week as and when asked for at the event of facing difficulties during data editing incorporation printing etc Page 6 of 8 SCC E TENDER CDI7066P15 7 Mobilization Charge Mobilization charge includes conveyance Accommodation Base Camp establishment of office cost of mobilisation of equipments amp accessories etc 8 PPE Items Providing necessary personal protective equipment PPE to their survey personnel at working sites amp OIL installation areas to protect against health and safety risk which includes items like safety boots gum boots safety helmets rain coats barricading tapes etc Special Notes 1 Survey work a Providing of all required materials consumables tools labours supervision costs transportation instruments and all other necessary things to complete the job within the time schedule b The volume of work may be enhanced or reduced at sole discretion of the Company 2 GIS software and Work Station with maintenance for a period of 3 Three years after the expiry of the standard warranty period of 1 one year a GIS software shall have to be supplied at least one month prior to start the project work for capacity building b Installation amp Commissioning of software and Work Station shall have to be done in Survey Section under Civil Engg Deptt OIL Duliajan including demonstration about operation ma
50. 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 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 13 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 14 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 not allow accept those men who are not provided with the same 15 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 Page 4 of 7 GCC CDI7066P16 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 acc
51. onsistent 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 Page 1 of 7 GCC CDI7066P16 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 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 any other means at the Contractor s expenses c Order the Contractor t
52. ontract 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 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 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 part in this regard Seal Yours Faithfully Date M s FOR amp ON BEHALF OF BIDDER Integrity Pact e Tender CDI 7066P16 INTEGRITY PACT Between Oil India Limited OIL hereinafter referred to as The Principal Name of the Didder isticvesisseimameevicierieieeica hereinafter referre
53. ount 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 16 The Contractor shall deploy local persons in all works 17 The Contractor shall not engage minor labour below 18 eighteen years of age under any circumstances 18 The Contractor and his her workmen shall strictly observe the rules and regulations as per Mines Act latest editions 19 1 GENERAL OBLIGATIONS OF COMPANY COMPANY shall in accordance with and subject to the terms and conditions of this contract i Pay the Contractors in accordance with terms and conditions of the contract ii Allow access to Contractors and their personnel subject to normal security and safety procedures to all areas as required for orderly performance of the work 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 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 mentioned elsewhere in this contract Any contractor found violating
54. r any obligation to inform the affected bidder of the grounds for OIL s action 21 0 NOTIFICATION OF AWARD 21 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 21 2 The notification of award will constitute the formation of the Contract 22 0 SIGNING OF CONTRACT 22 1 At the same time as OIL notifies the successful Bidder that its Bid has been accepted OIL will either call the successful bidder for signing of the agreement or send the Contract Form provided in the Bidding Documents along with the General amp Special Conditions of Contract 11 Page INSTRUCTION TO BIDDERS CDI7066P16 Technical Specifications Schedule of rates incorporating all agreements between the parties 22 2 Within 2 Weeks from the date of issue of Letter of Award LOA the successful Bidder shall sign and date the contract and return it to OIL Till the contract is signed the LOA issued to the successful bidder shall remain binding amongst the two parties 22 3 In the event of failure on the part of the successful bidder to sign the contract within the period specified above or any other time period specified by OIL OIL reserves the right to terminate the LOA issued to the successful bidder The party shall also be debarred for a
55. ransgression Page 3 of 6 Integrity Pact e Tender CDI 7066P16 1 The Bidder declares that no previous transgression occurred in the last 3 years with any other Company in any country conforming to the TI approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process 2 Ifthe Bidder makes incorrect statement on this subject he can be disqualified from the tender process or the contract if already awarded can be terminated for such reason Section 6 Equal treatment of all Bidders Contractor Subcontractors I The Bidder Contractor undertakes to demand from all subcontractors a commitment in conformity with this Integrity Pact and to submit it to the Principal before contract signing 2 The Principal will enter into agreements with identical conditions as this one with all Bidders Contractors and Subcontractors 3 The Principal will disqualify from the tender process all bidders who do not sign this Pact or violate its provisions Section 7 Criminal charges against violating Bidders Contractors Subcontractors If the Principal obtains knowledge of conduct of a Bidder Contractor or Subcontractor or of an employee or a representative or an associate of a Bidder Contractor or Subcontractor which constitutes corruption or if the Principal has substantive suspicion in this regard the Principal will inform the Vigilance Office Section 8 External Independent Monitor Mo
56. rmine 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 16 8 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 16 9 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 affect the relative ranking of any Bidder 17 0 EVALUATION AND COMPARISON OF BIDS 17 1 The OIL will evaluate and compare the bids as per Priced Bid Format of the bidding documents 17 2 DISCOUNTS REBATES Unconditional discounts rebates if an
57. rvey of existing Approach road to 20 Wells and Main leading roads The limit of detailed 1 600 KM KILOMETER survey for existing approach road main road leading road will be 10 m either side of carriage way Connection of all exitg Drilling Wells Connection of all existing Drilling Wells Traverse shall have to be run by DGPS Total Station from known Control Points established by DGPS 30 1 200 NO NUMBER Supply of latest GIS Software Supply of latest GIS Software Latest GIS software and one branded Work Station with 16 GB RAM including 40 accessories for working with GIS software 1 00 USR USER and maintenance one year within normal warranty period three years extended including installation and Commissioning at Survey Section Civil Engg Deptt Oil India Ltd Duliajan Report amp supply of Survey map Report amp supply of Survey map Surveyed map 3 sets hard copy in 1 25000 scale showing therein Grid lines of UTM amp Lat Long WGS84 and one copy in soft format CAD 50 1 00 UNI UNITS Training for GIS Software Training for weeks 60 shall have to be imparted in three phases to 1 00 EA EACH survey personnel at survey section under Civil Engg Deptt Page 1 of 2 SOQ E TENDER CDI CDI7066P16 70 Mobilization Charge Mobilization Charge 1 00 EA EACH 90 PPE Items PPE Items 1 00 EA EACH GRAND TOTAL NOTE 1 Bidder to quote Un
58. s tools such as Buffers Overlays Joins etc v Network Analysis The application should have capability to analysis like find shortest path between two points on network based on Distance and Time Radial Searches Network Tracing vi Handles 3D Editing Visualization Draping natively without additional modules and extensions vii Should have Spatial Analysis Tools such as Rubber Sheeting Transformation Edge matching Tools viii Should support following Profile viewing tools like Spectral profile for hyperspectral analysis Spectral reference libraries Spatial profile for cross section surface distance and line of sight analysis Surface profile for rapid isometric surface views Point cloud profile and measurement etc ix Should have facility to create continuous surface of environmental parameter with Interpolation tools like IDW Ordinary Kriging Ordinary Kriging Suite Spline Triangulation Density etc Page 5 of 8 SCC E TENDER CDI7066P15 Technical specification of Work Station Features amp Description i Make Must be mentioned by the vendor ii Model Must be mentioned by the vendor iii Processor Intel Core i7 64 bit latest generation Minimum 2 8GHz 8 Mb cache iv Graphics Dedicated Nvidia Geforce 1GB v RAM 16 GB DDR3 1 33 GHz vi HDD 1 TB SATA 3GBps minimum HDD 72000rpm NCQ vii Optical Drive 16x DVD combo RW viii Ethernet Integtrated 10 100 1000 Mbps Ethernet controller and IPV6
59. so done by the company will be final and binding on the bidders 1 4 3 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 stipulated days from the date of clarification sought by the company failing which the bid will be rejected 1 4 4 In case any of the clauses in the BRC contradict with other clauses of bid document elsewhere than the clauses in the BRC shall prevail 1 4 5 OIL will not be responsible for delay or non receipt of applications for participating in the bid and will not entertain any correspondence in this regard 1 4 6 The originals of such documents furnished by bidder s shall have to be produced by bidder s to OIL as and when asked for 1 4 7 The bids not conforming to complete scope of work will be rejected RRKEEEKER of BRC BEC 4 Page 4 of 4 GCC CDI7066P16 OIL INDIA LIMITED A Govt of India Enterprise Contracts Department Duliajan DISTRICT DIBRUGARH ASSAM PIN 786602 DESCRIPTION OF WORK SERVICES Survey of existing approach and main leading roads for connection of existing Drilling Wells with DGPS Total Stations fixing of GPS Control Points in Pair for future reference at Suitable Interval and generation of software based maps in GIS module including supply of latest GIS software in Di
60. son any material or immaterial benefit which he she is not legally entitled to 2 The Principal will during the tender process treat all Bidders with equity and reason The Principal will in particular before and during the tender process provide to all Bidders the same information and will not provide to any Bidder confidential additional information through which the Bidder could obtain an advantage in relation to the tender process or the contract execution Page 1 of 6 Integrity Pact e Tender CDI 7066P16 3 The Principal will exclude from the process all known prejudiced persons B If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the relevant Anti Corruption Laws of India or if there be a Page 2 of 6 substantive suspicions in this regard the Principal will inform its Vigilance Office and in addition can initiate disciplinary actions Section 2 Commitments of the Bidder Contractor A The Bidder Contractor commits itself to take all measures necessary to prevent corruption He commits himself to observe the following principles during his participation in the tender process and during the contract execution 1 The Bidder Contractor will not directly or through any other person or firm offer promise or give to any of the Principal s employees involved in the tender process or the execution of the contract or to any third person any material or immaterial benefi
61. ss SQL Server Post GIS and Oracle without ODBC or intermediate connecter converter and edit the same data iii The GIS schema of the features should be stored separately for re use in a XML or equivalent based format for re usability It should have facility to create report on any feature class schema iv The solution should have CAD based tools for easy digitization and this process should be customizable without programming v Spatial Referencing Geo Referencing is mandatory and should have mechanism to geo reference existing CAD or vector data which has different or local co ordinate data vi It should set display the projection parameters of the map or create edit custom co ordinates Should have facility to define local custom projection datum Reference ellipsoid parameters vertical datum etc vii The solution should be able to create Rule based Symbology and Annotation and represent map features cartographically It should have facility to set attribute value as symbol Should have facility to set symbol properties Page 3 of 8 SCC E TENDER CDI7066P15 like color size alignments orientation etc based on attribute value Should store symbols or styles in database viii The solution should be able feature editing tools such as Move Rotate Delete Copy Paste Re Shape Bearing Bearing Intersection Delta X Delta Y Delta X Delta Y From Point Distance and Direction Distance and Direction From Point Distance Distance Int
62. t Central Govt PSU Public Limited Company during last 7 years ending last day of month previous to the one in which bids are invited should be either of the following i Three similar completed works each costing not less than Rs 76 30 300 00 Rupees Seventy six lakh thirty thousand and three hundred only OR ii Two similar completed works each costing not less than Rs 95 37 900 00 Rupees Ninety five lakh thirty seven thousand and nine hundred only OR iii One similar completed work costing not less than Rs 1 52 60 600 00 Rupees One Crore fifty two lakh sixty thousand and six hundred only Note Similar nature of works mentioned in Para 1 2 1 above means the execution of all the jobs mentioned below i Primary Control Points by DGPS observations ii Secondary Control Points observations iii Supply of SCPs data upto 4 decimals and convertible into GIS format iv Topographical survey using DGPS Total Station Digital Level v Creation of map in GIS platform 1 2 2 Average Annual financial turnover as per Audited Annual Reports for the last three accounting years ending March 2014 should be at least Rs 57 22 700 00 Rupees Fifty seven lakh twenty two thousand and Seven hundred only 1 2 3 The bidder shall have to provide a Undertaking along with the bid clearly stating that the bidder in case of award of contract shall arrange for all the necessary tools equipments as required to carry out all the jobs as mentione
63. t in timely mobilizations b Instructions to Bidders c General Conditions of Contract Part I d Schedule of Work Unit Quantities Rates and Prices Part II SOQ e Special Conditions of Contract Part III SCC f Schedule of company s Plants Materials and Equipments Part IV g Safety Measures Part V SM h Integrity Pact i Price Bid Format j BRC BEC k Proforma 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 1 Page INSTRUCTION TO BIDDERS CDI7066P16 3 2 Unsolicited offers will not be considered and will be rejected straightway 4 0 AMENDMENT OF BIDDING DOCUMENTS 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 the issuance of an Addendum 4 2 The Addendum will be sent in writing through post courier Fax e mail to all prospecti
64. t which h e she is not legally entitled to in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract 2 The Bidder Contractor will not enter with other Bidders into any undisclosed agreement or understanding whether formal or informal This applies in particular to prices specifications certifications Subsidiary contracts submission or non submission of bids or any other actions to restrict competitiveness or to introduce cartelisation in the bidding process 3 The Bidder Contractor will not commit any offence under the relevant Anticorruption Laws of India further the Bidder Contractor will not use improperly for purposes of competition or personal gain or pass on to others any information or document provided by the Principal as part of the business relationship regarding plans technical proposals and business details including information contained or transmitted electronically 4 The Bidder Contractor will when presenting his bid disclose any and all payments he has made is committed to or intends to make to agents brokers or any other intermediaries in connection with the award of the contract B The Bidder Contractor will not instigate third persons to commit offences outlined above or be an accessory to such offences Section 3 Disqualification from tender process and exclusion from future Contracts If the Bidder before contract awar
65. ta formats automatically Raw survey data from all major survey equipment ASCII text data formats LiDAR data ASCII and LAS USGS Digital Elevation Model data Aerial photographs Raster files Contour maps Photogrammetric data Page 2 of 8 SCC E TENDER CDI7066P15 B Must be able to integrate mapping GIS data with engineering data and handle geographic projection issues offering data interoperability data analysis data browsing thematic mapping reporting C Must offer intelligent feature based DTM and feature editing Intelligent features defined by all phases survey to design D DTM Analysis Generate contours from data points accounting for breaks random points voids edges and other criteria i Cut and fill delineation ii Controlled density of points on linear features for optimal surface presentation iii Color coded display triangles slopes aspect iv View slope vectors v View gridded DTM View profiled model View elevation model vi Generate grade contour E Publishing Design information Must be able to publish the data for archival and to communicate with other formats including i Create PDF ii Automated Plotting iii Export to Google Earth F GIS Data Creation i The GIS solution should allow you to have an option to store Geometry amp Attribute data in a single file ii The GIS solution should have facility to upload or store vector data into industry standard RDBMS like Acce
66. teceserts SNA INNS LIE TAY NG SED RON ES STARE SE AD RE FE Porsmeters Geesicnn MER AnG Atarnwests Coreitens anase Nisrter liras Posee Martor Reaser trea Oesfer ee a Goods Raczzert t rey tre seer SERV CE soe asst es EEB t o saat see aa NB All the Bids must be Digitally Signed using Class 3 digital signature certificate with Organizations Name _ e commerce application 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 HEAD CONTRACTS Page 9 of 9 INSTRUCTION TO BIDDERS CDI7066P16 INSTRUCTIONS 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 Bid closing date and time iii Bid opening date time and place iv Bid submission place v Bid opening place vi The amount of Bid Security vii The amount of Performance Guarantee viii Quantum of liquidated damages for defaul
67. 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 Page 5 of 7 GCC CDI7066P16 22 FORCE MAJEURE Force Majeure exemption Clause of the International Chamber of Commerce ICC Publication No 421 is hereby incorporated in this contract 23 1 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 and payable to the contractor includ
68. ve Bidders to whom Company has sent the bid documents and also be uploaded in the OIL s e portal in the C folder under the tab Amendments to Tender Documents The company may at its discretion extend the deadline for bid submission if the Bidders are expected to require additional time in which to take the Addendum into account in preparation of their bid or for any other reason Bidders shall also check OIL s E Tender portal C folder under the tab Amendments to Tender Documents 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 The complete bid should be submitted on line in the e portal 6 0 BID FORM 6 1 The bidder shall complete the Bid Form and the appropriate Price Schedule furnished as attachment in the e portal Bid form to be uploaded with Technical Bid 7 0 BID PRICE 7 1 Prices must be quoted by the bidders both in words and in figures In case of any discrepancy between the words and in figures the prices indicated in words only will be considered 2 Page INSTRUCTION TO BIDDER
69. vitation No for Hiring of Survey of existing approach and main leading roads for connection of existing Drilling Wells with DGPS Total Stations fixing of GPS Control Points in Pair for future reference at Suitable Interval and generation of software based maps in GIS module including supply of latest GIS software in Dibrugarh Sibsagar and Tinsukia district of Assam We confirm that we shall be bound by all and whatsoever our said representative shall commit Yours Faithfully Signature Name Designation For amp on behalf of Note This letter of authority shall be printed on letter head of the Bidder and shall be signed by a competent person to bind the Bidder Page2 6 PROFORMA amp ANNEXURE CDI7066P16 PROFORMA III STATEMENT OF NON COMPLIANCE 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 Non Compliance Remarks No Page No 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
70. y Ho xX S comet P sence Fe Edt Vee Fovortes Tois Arre A E utoto gt Web Ser Galery O REK ad douctions O4 Irda L EA QRS Portat Welcome VATA WATT ACH ENEMIEERS PVT ETI ie Agri tt 204 1588 48 OST An Ais ond A some _ Ovarvann oar con the Afa ood Avot Anne Gute Whe Acts wares MOINS drwa bosui ES Tu ehuctoms ALD Matsia E Crome Documenns o tnana Conta Pernt Carwn Fnetons gt Dicit Comey Date H Edeenter Evert Genoronee p jan l FORMATION CEPOSAL WATER PUVA Please enter the IFB No here amp Click Apply Tab vt X My Fat oq ven hy P O Pashia mA gga E Oil india Limited by Boom z gt Retest fazoda seni Tepe Evert awaa Santee Eee Cote Aeapwrsetenees Feagesne Suites Boot yopgan Reapers vert NOS Ozer Composte 9 Pubtehect 34 05 2811 GonazsTy Sctrees 2 Page 8 of 9 FORWARDING LETTER E TENDER NO CDI7066P16 After following the above mentioned steps the details of the IFB under RFx information will be displayed as shown in the page below x DIL Indie Lig SRM QAS Portal Wiedows Internet Exp Display RFx warty Sgruare st atx ares revan 1 Cees SepserT fazan D Afehunoer SDOMSSP19 Fa peA x Opes Comensos Bo 1207 RFA State Snares Afs Start Dune Sorenson Desde 12 14201 1100 ADE Remaining Tene 10 Days 1825 18 Pex Owner hy arvo Ss Wx Version Munber 2 Fx Version Type Acne Vernet i Nevee ett At
71. y given in the bid or along with the bid will be considered for evaluation 17 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 10 Page INSTRUCTION TO BIDDERS CDI7066P16 and if they have offered any discounts rebates the contract shall be awarded after taking into account such discounts rebates 18 0 CONTACTING THE COMPANY 18 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 16 6 18 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 19 0 AWARD CRITERIA 19 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 Bidder is determined to be qualified to perform the Contract satisfactorily 20 0 OIL S RIGHT TO ACCEPT OR REJECT ANY BID 20 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 o
72. y data plotting in different layers generation of reports creation of contours grid area volume data processing data creation in different format edit image and topographic extraction etc and printing complete 4 Payment schedule of Mobilization Charges 1 1 The Mobilization charge will be paid in 3 three phases a First phase 40 of total Mobilization charge in 1st running bill b Second phase 30 of total Mobilization charge in running bill after 6 six months of start of work c Third phase 30 of total Mobilization charge after completion of the job Page 8 of 8 SOQ E TENDER CDI CDI7066P16 OIL INDIA LIMITED A Govt of India Enterprise Description of Service Survey of existing approach and main leading roads for connection of existing Drilling Wells with DGPS Total Stations fixing of GPS Control Points in Pair for future reference at Suitable Interval and generation of software based maps in GIS module including supply of latest GIS software in Dibrugarh Sibsagar and Tinsukia district of Assam Part II Schedule of Work Unit and Quantity SOQ S Line Description of Services Quantity UOM Fixing amp Establishing of GPS Point Fixing amp Establishing of GPS Control Points in pair Control 10 Points in pair for Reference points shall have to 315 PAA PAIR be fixed by DGPS over grouted RCC Post size 150mm X 150mm X 800mm Road Survey with all utility Road Survey with all utility Su
73. y mentioning of OIL CCO Number Work order will not be accepted ii For other bidders Contract Completion certificate issued by any other State Govt Central Govt PSU Public Limited Company during last 7 years ending last day of month previous to the one in which bids are invited stating a Gross value of the job done b Nature of Job done c Contract number amp Date d Contract Period NOTE The Company shall reserve the right to check and verify the documents with the originals at any point of time during the tendering and the contract period The bidder shall furnish the documents as and when required 1 2 6 Non submission of the documents as specified in BRC above will result in rejection of bids II BID EVALUATION CRITERIA BEC The bids conforming to the terms and conditions stipulated in the bid documents and considered to be responsive after subjecting to the Bid Rejection Criteria will be considered for further evaluation as per the Bid Evaluation Criteria given below 1 To ascertain the inter se ranking the comparison of the responsive bids will be made on the basis of total amount quoted for the items i e schedule of works units quantity rates in the Price Bid Format of the tender 2 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 2 of 4 BRC BEC E TENDER CDI7066P16 III COMME
74. ying out survey job the following accuracy of field work is to be maintained i For closed Traverse The allowable limit of closing error for angular correction will not more than root over Nx2 seconds N Number of angles in the traverse ii For linear correction The allowable limit of error 1 50000 Perimeter of the traverse d All survey data shall have to be converted into WGS84 amp UTM Co ordinate and map to be generated in multilayer in GIS module using GIS Software 4 Supply of latest GIS Software Supply of latest GIS software and one Work Station with 16 GB RAM including accessories for working with GIS software and maintenance one year within normal warranty period three years extended including installation and Commissioning at Survey Section Civil Engg Deptt Oil India Ltd Duliajan Technical Specification of GIS software Features amp Capabilities The Integrated Solution should have a single user interface that would be able to provide all Survey Civil GIS amp Raster Analysis Capabilities described in this document I The Solution should be able to provide the Civil Data and GIS Data in a single file format if necessary I The Solution should be able to read existing legacy drawings e g DWG and save to current versions or older versions of the same format Features amp Capabilities of Survey Solution A Software must be able to import data from various sources for example Read write standard da

Download Pdf Manuals

image

Related Search

Related Contents

IP Appliance Spec  Kit PLUS # 26 4245  Electric Halogen Patio Heater Operating Instructions  User manual / Manuel d'utilisation 用戶手冊  まもり~の 取扱説明書  User`s Manual - File Management  manuel d`utilisation securate discounted published fares  

Copyright © All rights reserved.
Failed to retrieve file