NIT FOR TENDER NO. CGI 9507 P19

Similar documents
NIT for Tender No. CGI 9352P19

NIT FOR TENDER NO. CGI 3644 P17

NIT FOR TENDER NO. CGI 0949 P19

NIT for Tender No. GCO 8524 P19

NIT for Tender No. GCO 8770 P19. Oil India Limited, a Government of India Enterprise intends for Hiring the services as stated below.

OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata

OIL INDIA LIMITED BID DOCUMENT. Tender NO. : CGI 8008 P19

OIL INDIA LIMITED BID DOCUMENT

OIL INDIA LIMITED BID DOCUMENT

E-TENDER NO. CDI8683P16 OIL INDIA LIMITED (A GOVT. OF INDIA ENTERPRISE) P.O. DULIAJAN , ASSAM E-TENDER NOTICE

INVITATION TO e-bid UNDER SINGLE STAGE COMPOSITE BID SYSTEM. : Bid should be valid for 90 days from bid closing date.

e-tender No. SDG3003P17/06 Page 1 of 23

(11:00 HRS / 14:00 HRS : Server Time)

TENDER NO. SSG7289P16 DATE: INVITATION TO e-bid UNDER OPEN TWO BID SYSTEM

E-TENDER NO. CDI7662P16 OIL INDIA LIMITED (A GOVT. OF INDIA ENTERPRISE) P.O. DULIAJAN , ASSAM E-TENDER NOTICE

OIL INDIA LIMITED (A Government of India Enterprise) 4, India Exchange Place, 4 th floor, Kolkata , West Bengal (India)

OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India) TENDER NO. SSG9493P19/03 Date:

OIL INDIA LIMITED BID DOCUMENT TENDER NO. : GCO 8766 P19 DATE:

TENDER NOTICE NO. : GCO 0087 L19 DATED : F&A SECTION PHQ

FORWARDING LETTER. Sub: IFB No. CDO0163P19 Hiring of Services for Calibration of Measuring Equipment for a period of 03 (Three) years.

TENDER NOTICE NO. : GCO 8101 P19 DATE Operation Section, PS-3, Jorhat, Assam

TENDER NOTICE NO. : GCO 8813 P19 DATED : PS-4, SEKONI Assam

Tender Notice Ref. No. NITJ/Store/133/15 Tender no. 01/2018

OIL. Assam (India) : SDI0759P19 DT: : Not Applicable

TENDER NOTICE NO. : GCO 7672 P19 DATE Electrical Section, PS-8, Sonapur, West Bengal

OIL INDIA LIMITED BID DOCUMENT

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

(A Govt. of India Enterprise) Udyan Vihar, Narengi, Guwahati Assam To, TENDER NOTICE NO. : GCO 0088 L19 DATED

DOMESTIC COMPETITIVE BIDDING Under Two Bid System 3. Name of Work

(A Govt. of India Enterprise) Udyan Vihar, Narengi, Guwahati Assam To, TENDER NOTICE NO. : GCO 9164 L19 DATED :

OIL INDIA LIMITED (A Government of India Enterprise) P.O. Duliajan , Assam, India

Procurement of Licences of Business Objects BI Platform

OIL INDIA LIMITED BID DOCUMENT TENDER NO. : GCO 9278 P19 DATE:

Notice InvitingTender (NIT)

FOR BID NATIONAL COMPETITIVE BID

KARNATAKA STATE INDUSTRIAL AND INFRASTRUCTURE DEVELOPMENT CORPORATION LIMITED (KSIIDC) NOTICE INVITING E-BIDDING FOR INVESTMENT OF

FORWARDING LETTER : SINGLE STAGE COMPOSITE BID SYSTEM

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

INVITATION TO e-bid UNDER SINGLE STAGE COMPOSITE BID SYSTEM. : Bid should be valid for 90 days from bid closing date.

SGG5355P15 Procurement, Installation & Commissioning of Incinerators

FOR BID NATIONAL COMPETITIVE BID

THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX NAIROBI BILLS OF QUANTITIES

Oil India Limited (A Govt. of India Enterprise)

Procurement of Works & User s Guide

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE

INVITATION FOR APPOINTMENT OF CHARTERED ACCOUNTANTS FIRM FOR DIRECT AND INDIRECT TAXATION MATTERS OF WEBEL TECHNOLOGY LIMITED

(e-procurement System)

Hindustan Shipyard Ltd (A Government of India Undertaking) GANDHIGRAM, VISAKHAPATNAM ( An ISO 9001 Company )

Bid Closing On Bid Opening On Bid Type Bid Security Amount Performance Guarantee

OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India)

Labour Resources Department Govt. of Bihar Tender for rate contract of printing & supply

DIRECTORATE OF EDUCATION (PRIMARY) MAHARASHTRA CENTRAL BUILDING, PUNE-1 SHORT NOTICE TENDER DOCUMENT FOR

OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India) TENDER NO. SSG9727P19/04 DATE:

OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India) TENDER NO. SSG7125P18/02 DATE:

( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata INVITATION FOR BID NATIONAL COMPETITIVE BID

INVITATION OF GLOBAL/OPEN BIDS

Board of School Education Haryana, Bhiwani Re-Tender Notice Empanelment of Vendors for Live CCTV surveillance system. For. HTET Exam Dec

OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India)

OIL INDIA LIMITED (A Govt. of India Enterprise)

04 Months overall, (including mobilization period of 10 days) from date of issue of Fax of Acceptance. : :

OIL INDIA LIMITED (A Govt. of India Enterprise)

OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India) TENDER NO. SSG8600P19/03 Date:

STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS)

Ministry of Physical Infrastructure and Transport BIDDING DOCUMENT. For. Construction of Railway Track Bed

OIL INDIA LIMITED (A Govt. of India Enterprise)

Procurement of Works & User s Guide

OIL INDIA LIMITED (A Government of India Enterprise) P.O. Duliajan , Assam, India

at 13:30 hrs

OIL INDIA LIMITED (A Government of India Enterprises) PO: Duliajan Assam (India) TENDER NO. SSG9967P19/05 Date:

Sub.: Group Personnel Accidental Insurance (GPAI) Policy for PDIL s employees

RFP FOR DIGITISATION OF VISA & CONSULAR DOCUMENTS. RFP No. IT/10/ Dates: 09/10/2016

LIMITED TENDER DOCUMENT FOR FINALIZING MEDIA AGENCY FOR HERITAGE INDIA QUIZ 2017

Life Insurance Corporation of India

REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II)

REQUEST FOR PROPOSAL (RFP)

Construction of Public Toilet at Wazirpur Industrial Area, New Delhi. NOTICE INVITING TENDER. No. NIT/02/ /DMRC/CPM-2/PM2B

CHAPTER I TENDER NOTICE. Sealed Tenders are invited for engagement of Practicing Company Secretary for the year

ITEM Date SKI1099P20/ Supply of Spill Control Sorbent Boom and Pillow

GAIL (INDIA) LIMITED

(A Govt. of India Enterprise) TEL: (91) /62 P.O. DULIAJAN, DIST. DIBRUGARH, COVERING LETTER

TENDER DOCUMENT FOR APPOINTING CREDIT RATING AGENCIES FOR PRIVATE PLACEMENT OF BONDS

MAHARASHTRA NATURAL GAS L TD (A joint venture of GAIL(India) Ltd & BPCL)

REQUEST FOR PROPOSAL

STANDARD BIDDING DOCUMENT (SBD)

(11:00 HRS / 14:00 HRS : Server Time)

STATE BANK OF INDIA. Local Head Office (First Floor) Bank Street, KOTI, Hyderabad Phone : Fax:

OIL INDIA LIMITED (A Govt. of India Enterprise)

MAHARASHTRA NATURAL GAS LTD (A joint venture of GAIL(India) Ltd & BPCL)

DATED: DUE ON

AMENDMENT NO. 02 DATED

GST NO: 36AAACT8873F1Z1

Government of Nepal Ministry of Physical Infrastructure and Transport. Department of Railways. Battisputali, Kathmandu BIDDING DOCUMENT.

MUNICIPAL COUNCIL, DHAMANGAON RLY., DIST. AMRAVATI. DETAILED TENDER NOTICE No. 533, Dtd. 03/03/2014

Nepal Telecom. Nepal Doorsanchar Company Limited Sealed Quotation No. NDCL/DWT-SQ-02/ For Supply and Delivery Of Optical MODEM November, 2015

Document Download Start Date & time (e-tender) Lac at Hrs

E-TENDER NO. CDI0430P16 OIL INDIA LIMITED (A GOVT. OF INDIA ENTERPRISE) P.O. DULIAJAN , ASSAM E-TENDER NOTICE

TENDER FOR SUPPLY OF LAPTOPS AT STPI NOIDA MODE OF TENDERING: SEALED TWO-BID SYSTEM 1. DATE & TIME OF PRE-BID MEETING : 12/09/2014 ; 12:30 HRS

KERALA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION (KINFRA) (A statutory body of Govt of Kerala)

BHEL : ROD : MUMBAI NOTICE INVITING TENDER

(11:00 HRS / 14:00 HRS : Server Time)

Transcription:

NIT FOR TENDER NO. CGI 9507 P19 OIL INDIA LIMITED (A Government of India Enterprise) Pipeline Headquarters P. O. Udayan Vihar, Guwahati-781171, Assam, India E mail: ellora@oilindia.in E-Tender OIL INDIA LIMITED invites Competitive Domestic Bid through its e-procurement portal https://etender.srm.oilindia.in/irj/portal for the following Services: Tender No Bid Closing Date & Time CGI 9507 P19 12-12-2018 At 11.00 A.M. Service Description Hiring the services of Annual Maintenance Contract (AMC) on need call basis for the Fire Alarm & Suppression System of Oil India Ltd. For a period of 1(one) year with a provision to extend by another 6(six) months at same rate, terms and conditions at discretion of oil under S&E Section, Oil India Limited, PHQ, Guwahati, Assam. The details of IFB and procedures for applying & participation can be viewed using Guest Login provided in the e-procurement portal and also in OIL s web site www.oil-india.com. The link to OIL s E-Procurement portal has also been provided through OIL s website All corrigenda, addenda, amendments, time extension, etc. to the tender will be hosted on above Website and e-portal only and no separate notification shall be issued in the press. Bidders should regularly visit above website and e-portal to keep themselves updated.. BID REJECTION CRITERIA(BRC) / BID EVALUATION CRITERIA (BEC) 1.0. BID REJECTION CRITERIA (BRC): The bid shall conform to the specifications and terms and conditions given in the Bidding Documents. Bids will be rejected in case material and services offered do not conform to the required parameters stipulated in the technical specifications. Notwithstanding the general conformity of the bid to the stipulated specifications, the following requirements will have to be particularly met by the Bidders without which the same will be considered as non-responsive and rejected. All the documents related to BRC shall be submitted along with the Techno-Commercial Bid. A) TECHNICAL CRITERIA: 1.0 EXPERIENCE The Bidder shall have experience of at least one similar work(similar work means Maintenance of fire alarm & suppression system of carbon dioxide/nitrogen/inert gas based extinguishing agent during 7 (seven) years to be reckoned from the original bid closing date should be of the following:

(i) One similar completed works costing not less than Rs 6,40,800.00 NOTE: (i) A job executed by a bidder for its own organization / subsidiary cannot be considered as experience for the purpose of meeting BEC. (ii) In case of tenders for Annual rate contracts / Maintenance and Service contracts, if the prospective bidder is executing rate / maintenance /service contract which is still running and the contract value / quantity executed prior to due date of bid submission is equal to or more than the minimum prescribed value in the BEC such experience will also be taken in to consideration provided that the bidder has submitted satisfactory work / supply / service execution certificate issued by end user. iii) In support of the experiences and establishing successful execution of work, bidder must submit documentary evidences along with technical bid. These documents should be in the form of original or self-certified copies of completion certificate with corresponding copies of contracts or work orders etc. issued by the clients. The original of these documents shall have to be produced by bidder to OIL as and when asked for. B) FINANCIAL EVALUATION CRITERIA: The following Financial criteria shall have to be met by the bidder:- (i) Annual Financial Turnover during any of preceding three financial/accounting years from the original bid closing date shall be at least Rs. 3,84,500.00 For consortium: At least one member of the consortium to meet the above criteria of 50% turnover. The other members of consortium should meet minimum 25% turnover requirement. Period for consideration: In any of preceding 3 financial years (ii)net worth of the bidder must be positive for preceding financial/ accounting year. (iii)considering the time required for preparation of financial statements, if the last date of preceding financial/accounting year falls within the preceding six months reckoned from the original bid closing date and the financial statements of the preceding financial/accounting year are not available with the bidder then the financial turnover of the previous three financial/accounting years excluding the preceding financial/accounting year will be considered. In such cases, the Net Worth of the previous financial/accounting year excluding the preceding financial/accounting year will be considered. However, the bidder has to submit an affidavit/undertaking certifying that the balance sheet/financial statements for the financial year (as the case may be)has actually not been audited so far. Notes:

1) For proof of annual turnover and net worth any one of the following document must be submitted along with the bid:- a) A certificate issued by a practicing chartered/cost accountant (with membership number and firm registration number),certifying the annual turnover and net worth as per format described in ANNEXURE-AA. OR b) Audited balance sheet along with profit and loss account. 2) In case the bidder is a central govt. organization/psu/state govt. organization/semi-state govt. organization or any other central/state govt. undertaking, where the auditor is appointed only after the approval of Comptroller and Auditor General of India and the Central Government, their certificates may be accepted even though FRN is not available. However, bidder to provide documentary evidence for the same. 2.0 COMMERCIAL: 2.1 Bidder shall furnish Bid Security along with Bid. Bid security shall be furnished as a part of Techno-Commercial Bid. Any bid not accompanied by a proper bid security will be rejected. In case of e-tender, Bidder shall submit original document to the address as specified with BCD and scanned copy shall be submitted along with the e-tender. 2.2 Any bid received in the form of Telex/Cable/Fax/E-mail/ Telephone call will not be accepted. 2.3 Bid shall be typed or written in indelible ink and original bid shall be signed by the Bidder or their authorized representative on all pages failing which the bid will be rejected. Rates shall be quoted in figures as well as in words. In case of e-tender, Bidder shall submit scanned copy of the signed bid as mentioned above as per e-tendering procedure. 2.4 Bid shall contain no inter-lineation, erasures or overwriting except as necessary to correct errors made by Bidder, in which case such corrections shall be initialled by the person(s) signing the bid. However, white fluid should not be used for making corrections. Any bid not meeting this requirement shall be rejected. 2.5 The Techno-Commercial Bid should not have any price indication. 2.6 Any bid containing false statement will be rejected. 2.7 Bidders must quote clearly and strictly in accordance with the price schedule outlined in Bidding Documents, otherwise the bid will be rejected. 2.8 The Bid Documents are not transferable. Bids made by parties who have not purchased the Bid Documents from the Company will be rejected. 2.9 Any Bid received by the Company after the deadline for submission of bids prescribed by the Company will be rejected.

2.10 Price quoted by the successful Bidder must be firm during the performance of the Contract and not subject to variation on any account. A bid submitted with an adjustable price will be treated as non-responsive and rejected. 2.11 The following Clauses with all its sub-clauses should be agreed in toto, failing which the bid will be rejected. a) Performance Security Clause b) Force Majeure Clause c) Termination Clause d) Settlement of disputes Clause e) Liquidated Damages Clause. f) Acceptance of Jurisdiction and applicable law. g) Tax liabilities clause. h) Insurance clause. i) With holding clause. j) Liability clause. 3.0 GENERAL: 3.1 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 BEC/BRC. 3.2 To ascertain the substantial responsiveness of the bid the Company reserves the right to ask the Bidder for clarification in respect of clauses covered under BEC/BRC also and such clarification fulfilling the BEC/BRC clauses must be received on or before the deadline given by the Company, failing which the offer will summarily rejected. 3.3 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. 3.4 Any exceptions/deviations to tender must be spelt out by Bidder in their Techno- Commercial bid only. Any additional information/terms/ conditions furnished in sealed Price Bid will not be considered by Company for evaluation/award of contract. 3.5 Bidder shall fulfil all the relevant clauses applicable in case of legacy system or e- Tender whichever is applicable. 3.6 The originals of such documents [furnished by bidders(s)] shall have to be produced by bidder(s) to OIL as and when asked for. 3.7 In case, if L-1 bidder happens to be more than one, contract will be awarded on the basis of draw of lots. 4.0 BID EVALUATION CRITERIA (BEC): 4.1 The bids conforming to the technical specifications, terms and conditions stipulated in the bid documents and considered to be responsive after subjecting to

the Bid Rejection Criteria will be considered for further evaluation as per the Bid Evaluation Criteria given below: 4.2 To ascertain the inter-se-ranking, the comparison of the responsive bids will be made on the basis of total cost of various works envisaged under the contract. 4.3 In case more than one bidder emerges as lowest bidder due to equal rate quoted by the bidder, then the lowest bidder will be decided by draw of lots. Company s decision in this regard is final and binding to all bidders. 4.4 Any discount/rebates offered shall not be considered for evaluation of bids. However, if the lowest bidder happens to be the final acceptable bidder for award of contract and if they have offered any discount/rebate the contract shall be awarded after taking into consideration such discount/rebate after negotiation or otherwise. 4.5 Original Bid closing date will be considered for evaluation of BRC criteria even in case of any extension of the original Bid Closing Date. 5.0 BID REJECTION CRITERIA (BRC): It is important to explicitly include all such terms and conditions which are considered absolutely necessary to be accepted by bidder without any deviation. Tender document should have a stipulation that deviation to such criteria shall make the bid liable for rejection. Broadly the following are to be included in the tender as bid rejection criteria : a) Deviation to the following provision of the tender document : i. Firm price ii. EMD / Bid Bond iii. Scope of work iv. Specifications v. Price Schedule vi. Delivery / Completion Schedule vii. Period of Validity of Bid viii. Liquidated Damages ix. Performance Bank Guarantee / Security deposit x. Guarantee of material / work xi. Arbitration / Resolution of Dispute xii. Force Majeure xiii. Applicable xiii. Applicable Laws xiv. Integrity Pact, if applicable xv. Any other condition specifically mentioned in the tender documents

ANNEXURE-AA: CERTIFICATE OF ANNUAL TURNOVER &NETWORTH (To be issued by practicing Chartered/Cost Accountant Firm on their Letter Head) TO WHOM IT MAY CONCERN This is to certify that the following financial positions extracted from the audited financial statement of M/s (Name of the bidder) for the last three(3) completed accounting years up to (as the case may be) are correct. YEAR TURNOVER(Rs.) NETWORTH(Rs.) Place: Date: Seal: Membership Code and Registration No. Signature ****End of BEC-BRC**** *****************