Upload
others
View
0
Download
0
Embed Size (px)
Citation preview
OIL INDIA LIMITED (A Govt. of India Enterprise) 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/sap/bc/gui/sap/its/bbpstart/!” for the following services.
IFB No. CDI9914P11
Service Requirement Selection & Appointment of Service Providers For Reverse Auction.
Period of Sale of Bid Document
10.01.2011 to 03.02.2011
Bid Closing / Opening Date & Time
10.02.2011 (11:00 hrs / 14:00 hrs)
Cost of Bid Document & EMD Rs. 500.00 and Rs. 5500.00
Cost of Bid Document (Non-Transferable) is to be paid to Head-Contract, Oil India Limited, P.O. Duliajan, Assam-786602 by a demand draft in favour of M/s Oil India Limited payable at Duliajan. No physical tender 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) 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 link to OIL’s E-Procurement portal has been also provided through OIL’s web site www.oil-india.com
The details of IFB can be viewed using “Guest Login” provided in the E-Procurement portal.
NIT
TENDER No. CDI9914P11
OPEN TENDER
FOR
SELECTION AND APPOINTMENT
OF
SERVICE PROVIDERS
FOR
REVERSE AUCTION
INTRODUCTION
OIL INDIA LIMITED is require to procure various materials/ services ranging from
Heavy Oil Field Equipments, Tubular, Oil field chemicals, various spares and a large
variety of consumables. These items are procured by OIL at base location Duliajan
as well as in Other Spheres. The various Offices are listed as under:
1.0 Corporate Office, Oil India Limited, Noida
2.0 Field Headquarter, Oil India Limited, Duliajan
3.0 Kolkata Branch Officer, Oil India Limited, Kolkata
4.0 Pipeline Head Quarter, Oil India Limited, Guwahati
5.0 Rajasthan Project, Oil India Limited,
1.1 Presently, in Field Headquarter, Duliajan, Oil India is handling e-Tendering in-
house for procurement of Materials and Services for various items on
selection basis by using SAP-SRM.
1.2 Oil Intends to go for Reverse Auction by engagement of a Service Provider
exclusively for the Reverse Auction, which should able to handle Reverse
Auction for both e-Tender and Manual Tenders.
2.0 Scope of Work of Service Provider
The selected service provider will have to provide Reverse Auction services
to OIL as the case may be, for a period of (02)TWO years in order to carry
out Reverse auction in respect of procurement of selected range of items.
The service may be extended by another Six Months at OIL’s discretion at the
same rate, terms and conditions.
2.1 Oil will provide Manual / Electronic Tender Recommendations with the List of
Suppliers and Approved first Quotes (Ceiling Price). Reverse Auction Service
provider to initiate process for conducting Reverse Auction on receipt of
above from OIL on a pre announced date during a specific time period as per
OIL’s policy.
2.2 Set up of Auction Bid parameters and Business Rules as per OIL’s
requirement. OIL will provide all the requisite support/ information required for
the conducting the Reverse Auction.
2.3 Supplier Management which should cover mainly Supplier training for
participation, management of User Id and Password, coordinating on queries
and reply between suppliers & buyers, getting signed agreement
(compliance) letter abiding by the terms and conditions of the Auctions
process.
2.4 Hosting and Managing of Reverse Auction event on the Service Providers
Reverse Auction Engine at OIL, Duliajan. Event to be administered by the
Service Provider. Service provider to ensure connectivity issues, engine
availability and also Knowledge transfer to be imparted to OIL executives. OIL
representative will be available on each and every RA event.
2.5 Submission of the post Reverse auction event report with bid history and also
price break-up of the successful bidder.
NOTICE INVITING BID
OIL INDIA LIMITED
(A Govt. of India Enterprise)
Contracts Department
Duliajan
TENDER NOTICE NO.: CDI9941P11
OIL INDIA LIMITED invites ON-LINE BIDS under SINGLE STAGE TWO BID
SYSTEM from experienced and approved Contractors/Firms for the under mentioned
work:
DESCRIPTION OF WORK/ SERVICE: Engagement of Service Provider to carry out
Reverse Auction Event for OIL INDIA LIMITED in Service Provider’s own Engine for
an initial period of two year (Estimated 50 Reverse Auctions). The service may be
extended by another 06 (Six) months at OIL’s discretion at the same rate, terms and
conditions if required.
LOCATION: Field Headquarter, Oil India Limited, Dist. Dibrugarh, Assam.
CONTRACT PERIOD: 02 (TWO) Years.
(a) Earnest Money Deposit: Rs. 5,500.00 (FIVE THOUSAND AND FIVE HUNDRED
ONLY)
Earnest money deposited vide D.Draft / B.Cheque / Bank Guarantee
No.__________________ dated__________________ of_____________
(Original hard copy of (a) should reach the office of HEAD-CONTRACTS before the
Bid Closing date and time, otherwise Bid will be rejected. A scanned copy of this
document should also be uploaded along with the Un-priced bid documents.
b) Bidders to confirm that in the event of the award of Contract will submit
Performance Security Deposit @ 2.5 % of the total contract price and this will not
earn any interest.
2.0 SEALED ENVELOPES containing the Earnest Money Deposit shall be marked
with the above Tender Number and description of work and addressed to:
HEAD-CONTRACT
OIL INDIA LIMITED
DULIAJAN – 786602
ASSAM.
All bidders shall deposit the requisite EARNEST MONEY in the form of Demand
Draft/Banker's Cheque/Bank Guarantee from a Nationalised Bank in favour of M/s Oil
India Limited and payable at DULIAJAN. This Earnest Money 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 below. Bids without Earnest Money in the manner
specified above will be summarily rejected.
3.0 Bid should be submitted online up to 11:00 AM (IST) (Server Time) on the date
as per the online bid 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 Prices along with price related conditions should be filled online in the Price-
Bid screen only. All other techno-commercial documents other than price details to
be submitted with un-priced bid as per tender requirement placed in the ‘un-priced’
bid folder.
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.
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 it’s proper
usage by their employee.
The bid including all uploaded documents shall be digitally signed by duly authorized
representative of the bidding company.
5.0 The Company reserves the right to reject any or all the tenders or accept any
tender without assigning any reason.
6.0 (a) No Bidder can withdraw his bid within the validity or extended validity of the
bid. Withdrawal of any bid within validity period will lead to forfeiture of his/her/their
Earnest Money in full and debarred from participation in future tenders, at the sole
discretion of the company and the period of debarment will not be less than 6 (six)
months.
(b) Once a withdrawal letter is received from any bidder, the offer will be treated as
withdrawn and no further claim / correspondence will be entertained in this regard.
7.0 The Bid must be valid for 180 (One hundred & eighty) days from the date of
opening of the tender.
8.0 Conditional bids are liable to be rejected at the discretion of the Company.
9.0 The work may be split up amongst more than one contractor at the sole
discretion of the Company.
10.0 The bidders are required to furnish the composition and status of ownership of
the firm in whose name bid documents have been purchased/issued along with one
or more of the following 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.
10.1 In case of Sole Proprietorship Firm, Copies of Telephone/Electricity/Mobile Bill,
PAN card, latest Income Tax Return form indicating therein the name, business and
residential address, E-mail and telephone numbers of the owner and copies of
Service Tax and Central Excise Registration Certificate.
10.2 In case of HUF, Copies of Telephone/Electricity/Mobile Bill, PAN card, latest
Income Tax Return form, Family Arrangement indicating therein the name, residential
address, E-mail and telephone numbers of the owners in general and Karta in
particular and copies of Service Tax and Central Excise Registration Certificate.
10.3 In case of Partnership Firm, Copies of Telephone/Electricity/Mobile Bill, PAN
card, latest Income Tax Return form indicating therein the name, residential address,
E-mail and telephone numbers of all the partners(including the Managing Partner),
registered partnership agreement/deed and copies of Service Tax and Central Excise
Registration Certificate.
10.4 In case of Co-Operative Societies, Copies of Telephone/Electricity/Mobile Bill,
PAN card, latest Income Tax Return form indicating therein the name, residential
address, E-mail and telephone numbers of all the Directors or persons who are at the
helm of affairs, registration certificate from Registrar of Co-Operative Societies and
copies of Service Tax and Central Excise Registration Certificate.
10.5 In case of Societies registered under the Societies Registration Act, Copies of
Telephone/Electricity/Mobile Bill, PAN card, latest Income Tax Return form indicating
therein the name, residential address, E-mail and telephone numbers of all the
Directors or persons who are at the helm of affairs, registration certificate from the
Registrar of the state and copies Service Tax and Central Excise Registration
Certificate.
10.6 In case of Joint Stock Companies registered under the Indian Companies Act,
Copies of Telephone/Electricity/Mobile Bill, PAN card, latest Income Tax Return form
indicating therein the name, residential address, E-mail and telephone numbers of all
the Directors or persons who are at the helm of affairs, Certificate of Incorporation
from the Registrar of Companies, Memorandum and Articles and copies of Service
Tax and Central Excise Registration Certificate.
10.7 In case of Trusts registered under the Indian Trust Act, Copies of
Telephone/Electricity/Mobile Bill, PAN card, latest Income Tax Return form indicating
therein the name, residential address, E-mail and telephone numbers of all the
Trustee or persons who are at the helm of affairs, registration certificate from the
Registrar of the state, Trust Deed and copies Service Tax and Central Excise
Registration Certificate.
11.0 The selected bidder will be required to enter into a formal contract, which will be
based on their bid, i.e O.I.L's Standard Form of Contract.
12.0 The successful bidder shall furnish a Performance Security Deposit in the form
of Demand Draft / Banker's Cheque / Bank Guarantee as specified above before
signing the formal contract. The Security Deposit will be refunded to the Contractor
after satisfactory completion of the work, but a part or whole of which shall be used
by the Company in realization of liquidated damages or claims, if any or for
adjustment of compensation or loss due to the Company for any reason. This
Security Money shall not earn any interest.
13.0 Time will be regarded as the essence of the Contract and the failure on the part
of the Contractor to complete the work within the stipulated time shall entitle the
Company to recover liquidate damages and / or penalty from the Contractor as per
terms of the tender /contract.
14.0 The contractor will be required to allow OIL officials to inspect the work site and
documents in respect of the workers payment.
The tender will be governed by:
a) Part - I - General Terms and Conditions For Works Contract. b) Part - II - Schedule of Work, Unit and Quantity c) Part - III – Scope of Work & Modalities for Auction event. d) Part - IV - Bid Rejection Criteria & Bid Evaluation Criteria Special Note: Please note that all tender forms and supporting documents are to be submitted
through OIL’s E-Procurement site only except following documents which are to be
submitted manually in sealed envelope super scribed with tender no. and due date to
The Head Contract, Contracts Department, Oil India Limited, Duliajan- 786602,
a) Original Bid Security
Bidders are requested to examine all instructions, forms, terms and specifications in
the bid. Failure to furnish all information required as per the bid or submission of
offers not substantially responsive to the bid in every respect will be at the bidders
risk and may result in the rejection of its offer without seeking any clarifications.
Offers sent without the requisite value of prescribed bid security (if called for in the
bid) in original will be ignored straightway.
NB: All the Bids must be Digitally Signed using “Class 3” digital 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.
Yours Faithfully
MANAGER- CONTRACTS
For HEAD-CONTRACT
OIL INDIA LIMITED PART - I
(A Govt. of India Enterprise)
Contracts Department
Duliajan.
Tender No: CDI9914P11
DESCRIPTION OF WORK/SERVICE:-
DESCRIPTION OF WORK/ SERVICE: Service Provider for handling Reverse
Auction Event for a period of 02 (Two) years (Estimated 50 Reverse Auctions),
extendable by another six months, if required.
PART -I CONDITIONS OF CONTRACT
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 Registered Office
at________________in the District of _______________ aforesaid ( hereinafter
called 'Service provider') on the other part.
WITNESSETH:
1. a) The service provider 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 & instructions which forms Part-III of the contract utilizing any
materials/services as offered by the Company as per Part-IV of the contract.
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 Service provider 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
inconsistent with any term or terms of the 1968 General Conditions of
Contract of Oil India Limited, the said term or terms of the 1968 General
conditions of Contract to the extent of such inconsistency, and no further,
shall not be binding on the parties hereto.
2. The service provider shall provide all personnel, supervision and transport
and such specified materials described against the items 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 Service provider'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/Representative 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
Tender No: CDI9914P11
PART - I
fully understood by the Service provider.
b) Order the Service provider 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 Service provider's expenses.
c) Order the Service provider to remove or replace any workman who he
(The Engineer/ Representative) considers incompetent or unsuitable; the
Engineer's opinion as to the competence and suitability of any workman
engaged by the Service provider shall be final and binding on the Service
provider.
d) Issue to the Service provider 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 Service provider shall carry out and be bound by the same.
e) All deviation orders for the items and special terms and conditions of this
Contract shall be in writing and shall show the financial effect, if any, of such
deviation and whether any extra time is to be allowed. The rates to be
applied for such Deviation Order shall be the same for those appearing in the
agreement in force on the date of issue of such Deviation Order, to which the
service provider has no objection.
4. The Service provider 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 service provider shall have no objection to carry out
work in excess of the quantities stipulated against the items 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
service provider 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 Engineer/Representative in presence of the
service provider. The Service provider shall have no claim to any further
payment whatsoever. The valuation would be carried out exparte if Service
provider fails to turn up despite reasonable notice which will be binding on
the Service provider.
6. The Service provider hereby undertakes to indemnify the Company against
all claims which may arise under the following 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 & 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) VAT Act./ CST Act.
xi) Service Tax Act.
Tender No: CDI9914P11
PART - I
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 Service provider shall not make the Company liable to reimburse
the Service provider for the statutory increase in the wage rates of the
Contract Personnel appointed by the Service provider. Such Statutory
increase in the wage rates of Contract Personnel shall be borne by the
service provider.
7. The Service provider shall clear away all rubbish and surplus material from
the site on completion of work and shall leave the site clean and tidy.
8. The Service provider must complete the work within 104 weeks of the
written order to commence work. During the currency of the job, the work
progress must be commensurate with the time elapsed. In the event of any
delay on the service provider'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% (seven& half p.c) of the contract price.
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
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 Service provider 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 event taking
shape or form at any place of the Company's works or and its neighborhood.
10. The tendered all-inclusive Price (i.e. the Contract price) is
`._________________ (Rupees ________________________only) but the Company
shall pay the Service provider only for actual work done at the all inclusive
rates set down in the Schedule of work of this Contract.
11. The service provider employing 20 (twenty) or more workmen on any day
preceding 12 months shall be required to obtain requisite license at his cost
from the appropriate Licensing Officer before undertaking any Contract
work. The Service provider shall also observe the rules & regulations framed
under the Contract Labour (Regulation & Abolition) Act.
12. Wages shall be paid by the Service provider to the workmen directly
without any intervention of any third party and that the Service provider shall
ensure that no amount by way of commission or otherwise be deducted/
recovered by the third party from the wages of the workmen.
13. The Company for any reason whatsoever and of which the company shall
be sole judge may terminate this Contract with a 24 hours notice in writing to
the Service provider and in the event of Company's so doing clause 5 here
above prevail and the accounts between the parties will be in accordance
therewith finalized.
Tender No: CDI9914P11
PART – I
14. The Service provider will not be allowed to construct any structure (for
storage / housing purpose) with thatch, bamboo or any other inflammable
materials within any company's fenced area.
15. The Service provider 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.
16. All Statutory taxes levied by the Central and State Government or any
other competent authority from time to time will be borne by Service provider
and the amount of the contract specified in the contract is inclusive of all tax
liabilities.
17. The Service provider shall not engage minor labour below 18(eighteen)
years of age under any circumstances.
18. The Service provider and his/her workmen shall strictly observe the rules
and regulations as per Mines Act. (Latest editions)
19. Special Conditions: The service provider will be required to allow OIL
Officials to inspect the work site and documents in respect of the workers'
payment.
20. ARBITRATION:
Any dispute under this contract will be settled through Arbitration as per
Indian Arbitration and Conciliation Act, 1996.
Place of Arbitration: DULIAJAN.
21. FORCE MAJEURE:
Force Majeure (exemption) Clause of the International Chamber of
Commerce (ICC Publication No. 421) is hereby incorporated in this contract.
22. 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 service provider.
IN WITNESS thereof, each party has executed this contract at Duliajan, Assam as of the
date shown above.
Signed, Sealed and Delivered,
For and on behalf of for and on behalf of
Service provider
Company (Oil India Limited) (M/s.
________________________)
---------------------------------- -------------------------
-
(Signature) (Signature)
Name: ---------------------------- Name:-----------------------------
---------
Status: ---------------------------- Status: ----------------------------
--------
In presence of In presence of
1. ------------------------------- 1.--------------------------
---------
(Name:---------------------------) (Name:-------------------
--------)
2. ----------------------------------- 2.--------------------------
-----------
(Name:---------------------------) (Name:-------------------
--------)
________XXXXXXX________
Part-II
OIL INDIA LIMITED
(A Govt. of India Enterprise)
Duliajan, Assam
WORKS CONTRACT
Tender No.: CDI9914P11
Part-II Schedule of Work, Unit and Quantity
Item
No.
Description of Work Unit in
Words
Quantity
1 Charge for carrying out Reverse Auction.
Detail are as per the Scope of Work of
Service Provider
NO 50
2 To and Fro charges to Duliajan for
Consultant for Carrying out the Reverse
Auction Event including Food & Lodging.
NO 50
Bidder must include all liabilities including statutory liabilities in their quoted
rates.
PART-III
OIL INDIA LIMITED
(A Govt. of India Enterprise)
Contracts Department
DULIAJAN (ASSAM)
Scope of Works
Tender no.: CDI9914P11
i) Scope of Work of Service Provider:
The selected service provider will have to provide Reverse Auction services to
OIL as the case may be, for a period of TWO years in order to carry out
Reverse auction in respect of procurement of selected range of items.
a. OIL will provide Manual / Electronic Tender Recommendations with the List
of Suppliers and Approved first Quotes (Ceiling Price) for Reverse Auction.
Service provider to initiate process for conducting Reverse Auction on receipt
of above from OIL on a pre announced date during a specific time period as
per OIL’s policy.
b. Set up of Auction Bid parameters and Business Rules as per OIL’s
requirement.
c. Supplier Management which should cover mainly Supplier training for
participation, management of User Id and Password, coordinating on queries
and reply between suppliers & buyers, getting signed agreement
(compliance) letter abiding by the terms and conditions of the Auctions
process.
d. Hosting and Managing of Reverse Auction event on the Service Providers
Reverse Auction Engine at OIL, Duliajan. Event to be administered by the
Service Provider. Service provider to ensure connectivity issues, engine
availability and also Knowledge transfer to be imparted to OIL executives. OIL
reserve the right to depute its representative on each and every RA event.
e. Submission of the post Reverse auction event report with bid history and
also price break-up of the successful bidder
f. Any dispute arising during the Reverse Auction process will be resolved by
The Service Provider during the Auction.
g. The service provider has to maintain the confidentiality of identity of eligible
bidders and also the ceiling price before Reverse Auction and also security is
to be maintained.
(ii) Modalities for the Reverse Auction:
A. Reverse auction: Reverse Auction is an event scheduled after the bidder
submits his online technical bid. All techno-commercially acceptable bidders
participating in the tender get an opportunity to quote/reduce their total
price within the date and time specified for Reverse Auction by logging on to
the e-tendering portal.
B. Commercial Offer: Tenders where Reverse Auction will be conducted, price
offers will be asked in Sample Price Format where in bidders are to provide
the price in single component by taking into consideration of all detailed
components. For arriving at single price, bidders will be provided with a
calculation sheet along with the Tender document.
C. Before the Reverse Auction, Bidders participating in the reverse auction are
required to sign and forward the Agreement accepting OIL's Reverse Auction
process related Terms and Conditions.
D. Auction Type: OIL intend to use the following Auction Types as per Tender
Requirements.
“Rank with L-1 Price” bid format:
In "Rank with L-1 Price" bid format, during the process of Reverse Auction, the
short-listed bidders shall be able to see only the current lowest price and their
respective rank/position during the online bidding process in the system,
based on which they may reduce their prices. This type of auction shall be
preferably adopted in those tenders where neither any purchase nor any
price preference is applicable.
“Rank Only” bid format:
In "Rank Only" bid format, during the process of Reverse Auction, the short-
listed bidders shall be able to see only their respective ranks/positions during
the online bidding process in the system, based on which they may reduce
their prices. This type of auction shall be adopted in case of tenders, where
purchase preference (for CPSU's/NSIC Registered companies) / price
preference (for domestic bidders in case of Service/LSTK contracts in ICB
tenders) is applicable, so as to take care of purchase/price preference at the
end of the Reverse Auction.
OIL will decide on choice of the option, i.e., "Rank with L-1 price" or "Rank
Only" at the time of short-listing of the bidders as composition of bidders shall
be known only after opening of bids. The bidders would be informed in
advance about the type of auction.
E. Start bid price: Start bid price would be the evaluated L-1 price based on
the Techno-Commercially Lowest Offer. Bidders can quote only lower than
the start bid price. A Bidder here can reduce his bid as per the bid decrement
intimated at the start of the bidding process. The reverse price should be
lower than the ceiling or start price by a decrement value or multiple of
decrement value. There will be one bidder at a particular position /rank, the
criteria followed here is of price only. So, the bidder who quotes the lowest
price is declared as the winner of the auction.
F. To evaluate the L-1 Price, of different kind of tenders, the evaluation criteria
would be as under:
Price Evaluation: In reverse auction to evaluate the offers on equal footage
the calculation schema (separate for Indigenous and Foreign Bidders) will be
prepared and will be provided with the tender. Also, the applicable
exchange rate for conversion of Foreign Currency into INR and the
applicable rate of customs duty will be conveyed to the concerned bidders
prior to commencement of Reverse auction.
G. LCB (Local Competitive Bidding)
The Price for the Reverse auction would be the FOR Destination price, which
should include all the components of Taxes and Levies applicable, Freight,
Insurance etc as per the pricing schema given in the particular tender.
H. ICB (International Competitive Bidding)
Only Foreign Bidder: The Price for the Reverse auction should be the CIF
Landed price, which should include all the components like FOB charges,
ocean / air freight, insurance, landing charges, customs duty etc. as per the
pricing schema given in the particular tender.
Mixed Bidders: "Ex-Works price (including Customs Duty on import component,
Excise Duty on finished product plus Sales Tax )" for Domestic Bidder and "CIF
Landed price (i.e. quoted FOB price + quoted freight + insurance(@1% on
FOB)+Bank Charge + Customs Duty etc” for Foreign Bidder as per the pricing
schema given in the particular tender.
I. If there is no acceptable foreign bidder, then the evaluation of the
domestic bidders will be made on FOR destination basis.
J. Price preference:
In case BEC provides for price preference to any category of bidders, and if
any of the short-listed bidders are eligible for such price preference, the
applicable percentage of preference will be entered as multiplying factor in
the Reverse Auction process.
Example: Suppose three bidders A, B and C are bidding and C is eligible for a
price preference of 10 %, then the quoted prices of A & B shall be multiplied
by 1.1 to get their ‘Nominal prices’, which would be considered by system for
ranking. The bidder A & B will see their ranking based on their nominal price.
The bidder C will see his ranking as L-1 in case he is within allowed price
preference.
K. Purchase Preference:
In case BEC provides for purchase preference as per Govt. policy, as may be
notified time to time to any category of bidders, and if any of the short listed
bidders are eligible for such purchase preference in terms of policy, such
bidders would get opportunity to match the L-1 prices concluded after
reverse auction, if their final prices in Reverse Auction fall within the permitted
percentage.
L. Conversion Rate: While evaluating the bids, the closing B.C. Selling market
rates of exchange declared by the State Bank of India on the day prior to the
price bid opening will be taken into account for conversion of foreign
currency into Indian Rupees as per present practice.
M. On completion of reverse auction, successful bidders would be required to
submit the price break up of their final rate offered in reverse auction.
N. Server time will be the basis of Start time & Closing time for bidding and will
be binding for all. This would be visible to all concerned.
O. Salient Business Rules for Reverse Auction:
1) Start bid price Will be provided by OIL
Start bid price is the upper price fixed for the reverse auction event. Bidders
can bid only lower than the start bid price.
Start bid price shall be available to the bidders during the start of the auction
on the auction site.
2) Bid Decrement:
Bid Decrement is the fixed amount by which, or by multiples of which, the
next bid value can be decreased. Bid Decrement shall be available to the
bidders during the start of the auction on the auction site.
3) Bid Price in reverse auction:
The bidder’s bids in the reverse auction must represent the total price bid for
the items in Reverse Auction. Bidders will quote as per terms & conditions of
the tender.
4) Auction Duration (Minimum auction time will be 1 Hour duration):
The auction will be of 1 hour duration. In case there is bidding by any bidder
within last 5 minutes of closing of the auction, the auction will be extended by
another 5 minutes. Such extension will be allowed to continue till no quote is
placed within 5 minutes of the last quote.
5) Price Bid evaluation and award of purchase order:
At the end of reverse auction process, over all best Bid of Reverse Auction will
be identified.
OIL INDIA reserves the right to reject any or all the bids without assigning any
reason whatsoever.
Annexure – IV
BID REJECTION CRITERIA (BRC) / BID EVALUATION
CRITERIA (BEC)
(I) BID REJECTION CRITERIA
The bids shall conform generally to the specifications and terms and
conditions given in the tender. Bids shall be rejected in case the service
offered do not conform to the required minimum/maximum parameters
stipulated in the technical specifications and to the respective
international/national standards wherever stipulated/applicable.
Notwithstanding the general conformity of the bids to the stipulated
specifications and terms and conditions, the following requirements will have
to be particularly met by the bidder, without which the same will be
considered as non-responsive and rejected.
i) Bidder must have relevant experience in carrying out similar nature of job
with PSUs / Central Govt. / State Govt. Organization in last 7 (seven) years
from date of bid opening.
Should have successfully executed similar works of value-
1. Single contract of minimum value of ` 8, 80,000/-
OR
2. Two contracts of minimum value of ` 5, 50, 000/- each.
OR
3. Three contracts of minimum value of ` 4, 40, 000/- each.
ii) Average Annual financial turnover during the last 3 (Three) years, ending
31st March 2010, should be at least ` 3, 30,000/-
iii) The Bidder shall be a registered corporate in India under the Companies
Act 1956. The Bidder shall be a going concern and have been in existence for
a minimum of 3 years, providing e-auction services.
iv)The Vendor shall have experience of having conducted at least 50 e-
auctions in Central PSU in last 3 years preceding the Bid Closing Date.
Documentary evidence of successful conduction of the event issued by client
shall be furnished by the vendor.
v) The Bidder shall have to confirm to conduct auction at OIL’s primary
location Duliajan, Assam to the satisfaction of the OIL.
vi) The Bidder shall be a financially sound company and shall enclose a
certificate from the Statutory Auditor of the Company in this regard.
vii) The Bidder shall have the necessary license for the system to be supplied/
provided.
viii) The prices offered will have to be firm through delivery and not subject to
variation on any account. A bid submitted with an adjustable price will be
treated as non-responsive and rejected.
ix) Bids are invited under Single Stage Two Bid System. Bidders shall quote
accordingly under Single Stage Two Bid System.
x) Bid security of ` 5,500.00 shall be furnished as a part of the TECHNICAL BID.
Any bid not accompanied by a proper bid security in ORIGINAL will be
rejected without any further consideration.
xi) Successful bidder will be required to furnish a Performance Bank
Guarantee @ 2.5% of the Contract value. The Performance Bank Guarantee
must be valid for 27(twenty seven) months from the commencement of
Agreement.
xii) Bids containing incorrect statement will be rejected.
xiii) Necessary documentary evidence in support of all the above eligibility
criteria is to be submitted by the bidder along with the bid, failing which bid
will be rejected.
xiv) Bid not quoted as per the bidding format i.e. Part-II will be rejected.
xv) The tender is invited under SINGLE STAGE-TWO BID SYSTEM. The bidder has
to submit both the Technical bid as per Scope of Work & Technical
Specification of the tender and Commercial bid as per Part –II of the tender
document. The “TECHNICAL” and “COMMERCIAL” bids shall have to be
submitted through electronic form in the OIL’s e-Tender portal within the Bid
Closing Date and Time stipulated in the e-Tender.
xvi) The Reverse Auction Service charges should include amongst others to
and fro fares, boarding/lodging of the consultants during their stay at
Duliajan, Assam. While quoting for the to and fro charges, bidders should take
into account 50 (Fifty) visits to Duliajan for conducting the estimated 50 e-
auctions. If any additional visit requirements come up the same will be
reimbursed at actual against documentary evidence. OIL may provide
accommodation to Service Provider at OIL's Guest House at Duliajan subject
to availability on chargeable basis. Local transport may be provided by OIL
depending on availability. All Corporate, Personal & Service taxes towards the
services provided by the supplier shall be borne by the supplier and will be
deducted at source.
xvii) Commercial Bid Format (SUMMARY):
A. Total Charges for carrying out 50 nos. of Reverse Auction:
B. To and Fro Visit to Duliajan For 50 visits including Boarding & lodging
charge:
C. Service Tax (as applicable):
(II) BID EVALUATION CRITERIA (BEC):
The bids conforming to the specifications, terms and conditions stipulated in
the enquiry 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:
a) The evaluation of bids will be done as per the Commercial Bid
Format (SUMMARY) detailed vide Para (xvii) of BRC.
b) 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 of
Part-II (i.e. schedule of works, units, quantity, rates) of the tender.
Note-
"Similar work” mentioned above means, experience of having
conducted at least 30 e-auctions in Central PSU in last 3 years preceding the
Bid Closing Date.
A) For proof of Annual turnover, any one of the following
document/photocopy 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.
ii) Audited Balance Sheet and Profit and Loss account.
B) For proof of requisite Experience, any one of the following
document/photocopy must be submitted along with the bid: -
i) Certificate issued by any other Public Sector Undertaking/ Govt.
Department in last seven years ending bid closing date showing:
(a) Gross value of job done; and
(b) Nature of job done; and
(c) Time period covering the financial year(s) as per the NIT.
ii) Non- submission of the documents as specified in BRC above will result in
rejection of bids.
2. Discount: Bidders are advised not to indicate any separate discount.
Discount if any, should be merged with the quoted price. Discount of any
type indicated separately will not be taken in to account for evaluation
purposes. However, in the event such offer without considering discount is
found to be lowest, OIL shall avail such discount at the time of award of
contract.
3. Bidder(s) must also furnish the followings.
1. NAME OF FIRM
2. DETAIL ADDRESS
3. TELEPHONE NO.
4. MOBILE NO.
5. E-MAIL
6. FAX NO.
7. CONTACT PERSON
8. CONTACT PERSON’S CONTACT NO.
9. TAX EXEMPTION CERTIFICATE NO.(Attested copy
required)
10. CST REGD.NO. (Attested copy required)
11. LOCAL SALE TAX REGD.NO. (Attested copy required)
12. PAN NO. (Attested copy required)
13. VAT REGD, NO. (Attested copy required)
14. BANK ACCOUNT NO.
15. BANK ACCOUNT TYPE.
16. BANK NAME
17. BANK ADDRESS
18. SERVICE TAX REGD.NO. (Attested copy required)
19. P.F.CODE NO. (Attested copy required)
(Or a declaration by the applicant that provisions of Provident Fund
Act is not applicable to them. In case the P.F. is required to be
deposited later on, the same will be deposited by the bidder
(applicant).
20. VENDOR NO. (IF AVAILABLE)
4. Solvency Certificate from Bank (Attested copy required)
C) GENERAL
a) OIL will not be responsible for delay, loss or non receipt of applications (for
bidding documents) sent by mail and will not entertain any correspondence
in this regard.
b) 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 so
done by the Company will be final and binding on the Bidders. No deviation
will however, be accepted in the clauses covered under BRC.
c) 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.
d) In case any of the clauses in the BRC contradict with other clauses of Bid
Document elsewhere, then the clauses in the BRC shall prevail.
e) The originals of such documents [furnished by bidders(s)] shall have to be
produced by bidder(s) to OIL as and when asked for.
xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx
PART-V
To;
HEAD-CONTRACT
Oil India Limited
DULIAJAN-786602
SUB: SAFETY MEASURES
Tender No : CDI9914P11
Description of work/service:
Service Provider for handling Reverse Auction Event for a period of 02 (Two) years
(Estimated 50 Reverse Auctions), extendable by another six months, if required.
Sir,
We hereby confirm that we have fully understood the safety measures
to be adopted during execution of the above contract and that the same
have been explained to us by the concerned authorities. We also give the
following assurances.
a) Only experienced and competent persons shall be engaged by us
for carrying out work under the said contract.
b) The names of the authorized persons who would be supervising the
jobs on day to day basis from our end are the following:
i) ________________________________
ii) ________________________________
iii) ________________________________
The above personnel are fully familiar with the nature of jobs assigned
and safety precautions required.
c) Due notice would be given for any change of personnel under
item(b) above.
d) We hereby accept the responsibility for the safety of all the
personnel engaged by us and for the safety of the Company's personnel and
property involved during the course of our working under this contract. We
would ensure that all the provisions under the Oil Mines Regulations, 1984 and
other safety rules related to execution of our work would be strictly followed
by our personnel. Any violation pointed out by the Company's
Engineers would be rectified forthwith or the work suspended till such time the
rectification is completed by us and all expenditure towards this would be on
our account.
e) We confirm that all persons engaged by us would be provided with
the necessary Safety Gears at our cost.
f) All losses caused due to inadequate safety measures or lack of
supervision on our part would be fully compensated by us and the Company
will not be responsible for any lapses on our part in this regard.
Seal) Yours Faithfully
Date____________
M/s_________________
CONTRACTOR
FOR & ON BEHALF OF