Top
Online Service
Hello, welcome to AT Oil and Gas Development Mall ! To provide you with better service, please login in
Sign in
Join for free

Welcome to AT Oil and Gas Development Mall !

Oil India Limited, a Government of India Enterprise intends to float Single Stage Single Bid Tender for “AMC of Outdoor LED display board installed at PHQ for a period of 3(Three) years”

2023-08-29

Views:190

NIT for Tender No. GCO4215P24
Oil India Limited, a Government of India Enterprise intends to float Single Stage Single Bid Tender for
“AMC of Outdoor LED display board installed at PHQ for a period of 3(Three) years”
Interested bidder may collect the Bid Documents from the office of the General Manager (Contracts)
Guwahati–781171 from 23.08.2023 to 25.09.2023 during office hours from 8.00 Hrs to 15:30 Hrs(IST). The
Bid Closing Date (BCD) is 26.09.2023 at 14:00 hrs. and Bid Opening Date (BOD) is 26.09.2023 at 14:00
Hrs.
The NIT is also available at OIL web site www.oil-india.com. All corrigenda, addenda, amendments, time
extension, clarification etc. to the tender will be hosted on the Oil Website and no separate notification shall be
issued in the press. Prospective bidders are requested to regularly visit the website. Tender Reference is
GCO4215P24.
PART-2
BID REJECTION CRITERIA (BRC) / BID EVALUATION CRITERIA (BEC)
1.0 The bid shall conform generally 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 BEC/BRC shall be
submitted along with the Techno-Commercial Bid.
A. FINANCIAL CRITERIA:
Bidders must have:
1.(a) Annual financial turnover as per Audited Annual Reports in any of the preceding three (3) financial years
should be at least Rs. 82,200.00.
FOR CONSORTIUM:
At least one member of the consortium needs to meet the above criteria of 50% turnover.
The other members of the consortium should meet minimum 25% turnover requirement.
(b) Net Worth should be positive for the preceding financial year.
NOTE: - 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 2022-2023 (or as the case may be) has actually not been audited so far
.(NOT APPLICABLE IF BID CLOSING DATE IS BEYOND 30.09.2023)For proof of Annual Turnover & Net worth any one of the following documents must be submitted along with
the bid: -
i) A certificate issued by a practicing Chartered/Cost Accountant (with Membership Number and Firm
Registration Number), certifying the Annual turnover & Net worth. In addition to membership number & Firm
Registration Number, UDIN is also to be specified in the certificate of Turnover & Net worth issued by the CA.
OR
ii) Audited Balance Sheet along with Profit & Loss account.
(c) 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 (Firm Registration Number) is not available. However, bidder needs to provide
documentary evidence for the same.
B. TECHNICAL CRITERIA (Past Experience)
(i) Bidder must have relevant experience of having successfully completed at least one "similar work" of
minimum value of Rs. 1,37,000.00 with PSUs or Central Govt. / State Govt. Organization or any reputed public
limited company in previous 7(Seven) years reckoned from original bid closing date.
Where Similar work means "Execution of rate and/or maintenance contract for Outdoor LED Display unit".
C. DOCUMENTARY EVIDENCE
(i) 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.
(ii)
(a) In case of OIL contractor, copy of 'Certificate of Completion (COC)'or either 'Certificate of Payment
(COP)'or Service Entry Sheets, for the jobs successfully completed, during last 7(seven) years ending Bid
opening date showing gross value of job done. It may be clearly noted that simply mentioning OIL COC
Number/ or Work order will not be accepted.
(b) Any such experience of executing rate or maintenance or service contract which is still running, and the
contract value or quantity executed prior to due date of bid submission is equal to or more than the minimum
prescribed value in the BEC will also be taken in to consideration provided that the bidder has submitted
satisfactory work or supply or service execution certificate issued by end user.
(c) Certificate issued by PSUs or Central Govt. or State Govt. Organization in last seven years from date of
bid opening, showing:
(a) Gross value of job done; and
(b) Nature of job done; and
(c) Time period covering as per the NIT.
(iii) NON- SUBMISSION OF THE DOCUMENTS AS SPECIFIED IN BEC ABOVE WILL RESULT IN
REJECTION OF BIDS.(iv) Bidder(s) must also furnish PAN Number, GST Registration Number, Bank Account details. Existing OIL’s
vendors shall only mention their Vendor Code along with PF Code.
D. ADDITIONAL EVALUATION/ TERMS & CONDITIONS
(i) 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.
(ii) 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.
(iii) Bidders are advised not to indicate any separate discount. Discount if any should be merged with the quoted
offer. Discount of any type indicated separately will not be taken into account for evaluation purpose. However,
in the event of such offer without considering discount is found to be lowest, OIL shall avail such discount at
the time of award of contract.
(iv) In case, if L-1 bidder happens to be more than one, contract will be awarded on the basis of draw of lots.
E. GENERAL:
(i) In case bidder takes exception to any clause of Tender Document not covered under BEC, then the Company
has the discretion to load or reject the offer on account of such exception if the bidder does not withdraw or
modify the deviation as and when advised by the Company. The loading so done by the Company will be final
and binding on the Bidders.
(ii) 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 also and such clarification fulfilling the BEC clauses must
be received on or before stipulated day from the date of clarification sought by the Company, failing which the
bid will be rejected.
(iii) In case any of the clauses in the BEC contradict with other clauses of Bid Document elsewhere, then the
clauses in the BEC shall prevail.
(iv) The originals of such documents [furnished by bidders(s)] shall have to be produced by bidder(s) to OIL as
and when asked for.
2.0 Deviation to the following provision of the tender document shall make the bid liable for
rejection:
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 Disputexii. Force Majeure
xiii. Applicable Laws
xiv. Integrity Pact, if applicable
xv. Any other condition specifically mentioned in the tender documents
elsewhere that non-compliance of the clause lead to rejection of the bid.
3.0 COMMERCIAL:
3.1. Bidder shall submit the offer under Single Stage Single bid (Composite)system.
The tender is invited under SINGLE STAGE SINGLE BID SYSTEM. BIDDERS TO SUBMIT
THE HARD COPY OF THE BID ISSUED FROM OIL CONTRACTS OFFICE, PHQ,NARANGI
IN A SEALED ENVELOPE ,MENTIONING THE TENDER NO., JOB DESCRIPTION OF THE
SERVICES AND OIL VENDOR CODE ON OR BEFORE THE BID CLOSING DATE
MENTIONED IN TENDER NOTICE.
The bidders shall submit both the "TECHNICAL" and "PRICED" bids through electronic form in the OIL's E
Procurement portal within the Bid Closing Date and Time stipulated in the E-Tender. The Technical Bid should
be submitted as per Scope of Work & Technical Specifications along with all technical documents related to the
tender and uploaded under "Technical Attachment" Tab only. Bidders must note that no price details should be
uploaded in "Technical Attachment" Tab Page. The Technical Bid should not have any price
indication.Details of prices as per Price Bid format/Priced bid to be uploaded under "Notes and Attachment"
Tab. Bidders must quote clearly and strictly in accordance with the price schedule outlined in relevant
section of Bidding Documents; otherwise the bid will be rejected.
Offer not complying with above submission procedure will be rejected as per Bid Rejection Criteria. In
Bid opening, both Technical & Priced Bids will be opened. In Bid opening, Technical Bid will be opened.
Priced Bid opening will be notified in OIL E TENDER portal .
3.2. Bidder shall furnish Bid Security/ DECLARATION FOR BID SECURITY along with Bid. Bid
Security/ DECLARATION FOR BID SECURITY shall be furnished as a part of 'Technical Bid'. Any bid
not accompanied by a proper Bid Security will be rejected. Bidder shall submit original document to the
address as specified with BCD before Bid opening date and time, otherwise Bid will be rejected. A scanned
copy of this document should also be uploaded along with the Un-priced bid.
EMD/Bid security is applicable against this tender and may be paid in the form of Demand Draft/Banker
Cheque /Bank Guarantee (as per Proforma-D) . DECLARATION FOR BID SECURITY is to be
furnished by the bidders along with the technical RFx in case of seeking exemption from submission of
Bid security/ EMD (as per Proforma-R).
Any offer not accompanied with the Bid Security shall be treated as invalid and summarily rejected unless the
bidder is exempted from submission of Bid Security as per Bid Security Exemption Criteria of this tender and
proper proof towards this exemption is submitted by the bidder. Any subsequent deposit of Bid Security after
the bid closing date shall not be permitted. Also, adjustment of Bid Security due against the instant tender,
against dues from the Company or on any account shall not be permitted.
3.3. The Validity of the bid shall be minimum 90 days. Bids with lesser validity will be rejected.
3.4. Any bid received in the form of Telex/Cable/Fax/E-mail/ Telephone call will not be accepted.3.5. 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.
3.6. Any bid containing false statement will be rejected.
3.7. The Bid Documents are not transferable. Bids made by parties who have not purchased the Bid Documents
from the Company will be rejected.
3.8. Any Bid received by the Company after the deadline for submission of bids prescribed by the Company
will be rejected.
3.9. The following Clauses with all its sub-clauses should be agreed in toto, failing which the bid will be rejected.
To this effect Bidder shall submit an undertaking along with the Technical Bid.
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.
k) Set off clause
3.10 PURCHASE PREFERENCE TO MSE BIDDERS: Purchase Preference to Micro and Small
Enterprises is applicable for this tender.
3.10.1 In case participating MSEs Quote price within price band of L1+15%, such MSE shall be considered for
award of contract by bringing down their price to L1 price in a situation where L1 price is from someone other
than an MSE.
3.10.2 In case of more than one such MSE qualifying for 15% purchase preference, the contract shall be
awarded to lowest eligible MSE amongst the MSEs qualifying for 15% purchase preference.
3.10.3 Documentation required to be submitted by MSEs: Categorization and various criteria applicable to MSE
bidders shall be guided by the Gazette Notification No. CG-DL- E-26062020-220191 dated 26.06.2020.
The bidder claiming the MSE status (MSE-General, MSE-SC/ST, MSE-Woman) against this tender must
submit the following documents along with the technical bid for availing the benefits applicable to MSEs.
(i)
Udyam Registration Number with Udyam Registration Certificate.
Note: In case bidding MSE is owned by Schedule Caste or Schedule Tribe or Woman entrepreneur, valid
documentary evidence issued by the agency who has registered the bidder as MSE owned by SC/ST/Woman
entrepreneur should also be enclosed.
3.11 COMPLIANCE OF THE COMPETITION ACT, 2002: The bidder shall strictly comply with the
provisions of the Competition Act, 2002, more particularly, Section-3 of the Act. Any violation of the provisions
of the Act shall attract penal action under the Act.
4. 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.
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 OTHER INFORMATION /DOCUMENTS:
Other Information /Documents:
Bidders must furnish the following information with relevant documents wherever necessary:
a) Tax Exemption Certificate, if any if /applicable.
b) PAN no. (photocopy of the PAN card required).
c) Goods & Service Tax registration no.
e) Bank account no. with name of Bank, Type of account, Bank address.
f) P.F. Account No./ Code
g) ESI Account No./Code, if applicable
h). GST REGISTRATION NO.
Non Furnishing of the above information may be liable for rejection of the offer.
6.0 GENERAL:
a) 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.
b) 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 such clarification fulfilling the BRC clauses
must be received on or before ten days from the date of clarification sought by the Company, failing
which the bid will be summarily rejected.
c) In case of any of the clauses in the BRC contradict with other clauses of Bid Document elsewhere, then the
clauses in the BRC shall prevail.
d) Any exceptions/deviations to the tender and applicable statutory duties and levies must be spelt out by bidder
in their Techno-Commercial bid only.
e) The original copy of documents [furnished by bidders(s)] shall have to be produced by bidder(s) to OIL as
and when asked for.
f) In case, if L-1 bidder happens to be more than one, contract will be awarded on the basis of draw of
lots. 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.
UDIN:
Signature:
Yoursfaithfully,
For OIL INDIA LIMITED
General Manager (Contracts)
For: ED (Pipeline Services)