35
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.

E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

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.

Page 2: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

NIT

TENDER No. CDI9914P11

OPEN TENDER

FOR

SELECTION AND APPOINTMENT

OF

SERVICE PROVIDERS

FOR

REVERSE AUCTION

Page 3: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

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.

Page 4: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

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.

Page 5: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

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.

Page 6: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

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.

Page 7: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

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

Page 8: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

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.

Page 9: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

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

Page 10: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

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:

Page 11: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

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

Page 12: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

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

Page 13: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

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.

Page 14: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

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

Page 15: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

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.

Page 16: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

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.

Page 17: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

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.--------------------------

---------

Page 18: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

(Name:---------------------------) (Name:-------------------

--------)

2. ----------------------------------- 2.--------------------------

-----------

(Name:---------------------------) (Name:-------------------

--------)

________XXXXXXX________

Page 19: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

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.

Page 20: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

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

Page 21: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

(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.

Page 22: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

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.

Page 23: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

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.

Page 24: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

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.

Page 25: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

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:

Page 26: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

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.

Page 27: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

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/-

Page 28: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

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.

Page 29: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

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:

Page 30: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

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: -

Page 31: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

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.

Page 32: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

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.

Page 33: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

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

Page 34: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

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

Page 35: E-TENDER NOTICE - Oil Indiaoil-india.com/pdf/tenders/national/CDI9914P11.pdf · 3.0 Kolkata Branch Officer, Oil India Limited, Kolkata 4.0 Pipeline Head Quarter, Oil India Limited,

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