+ All Categories
Home > Documents > FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document...

FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document...

Date post: 10-Jun-2018
Category:
Upload: duongduong
View: 216 times
Download: 0 times
Share this document with a friend
43
1 FORWARDING LETTER Tender No. : JCO 7877 P11 To Document Srl. No. : ……... M/s ……………………. Money Receipt No.: ……... ………………………… ………………………… Tender Fee : Rs. 5,000.00 Signature of : issuing Officer Sirs, Sub : Fabrication, Supply and Erection of One No. (10 point) Production Manifold In connection with our Invitation of Bids (Domestic Competitive Bidding), we enclose a complete set of Bid Document covering OIL’s Tender for Fabrication, Supply and Erection/Installation of one number (10 point) Production Manifold (made of SS Pipings and fittings) at site, situated at Dandewala (nearly 150 Km from Jaisalmer in Western Rajasthan). For your ready reference, few salient features (Covered in details in this bid document) are highlighted below. i) OIL’s Tender No. : JCO 7877 P11 dated 28.04.2010 ii) Type of Bid : Single Stage Two Bid System (Domestic Competitive Bidding) iii) Pre-Bid Conference :11:30 hrs. (IST) on 25 th May, 2010 (OIL’s office at Jodhpur) iv) Bid Closing Date & Time : 15:00 hrs (IST) on 22 nd June, 2010 v) Bid Opening (Technical) Date & Time : 15:15 hrs (IST) on 22 nd June, 2010 vi) Bid Opening Place : Office of the Chief Manager (M&C) at Jodhpur Materials Department (Rajasthan Project) 12 Old Residency Road Jodhpur – 342 011 Rajasthan, India. Phone -0291-2438174 Fax : 0291-2431689 Email: [email protected]
Transcript
Page 1: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

1

FORWARDING LETTER

Tender No. : JCO 7877 P11

To Document Srl. No. : ……... M/s ……………………. Money Receipt No.: ……... ………………………… ………………………… Tender Fee : Rs. 5,000.00 Signature of : issuing Officer Sirs,

Sub: Fabrication, Supply and Erection of One No. (10 point) Production Manifold

In connection with our Invitation of Bids (Domestic Competitive Bidding), we enclose a complete set of Bid Document covering OIL’s Tender for Fabrication, Supply and Erection/Installation of one number (10 point) Production Manifold (made of SS Pipings and fittings) at site, situated at Dandewala (nearly 150 Km from Jaisalmer in Western Rajasthan).

For your ready reference, few salient features (Covered in details in this bid document) are

highlighted below. i) OIL’s Tender No. : JCO 7877 P11 dated 28.04.2010 ii) Type of Bid : Single Stage Two Bid System

(Domestic Competitive Bidding) iii) Pre-Bid Conference :11:30 hrs. (IST) on 25th May, 2010 (OIL’s office at Jodhpur) iv) Bid Closing Date & Time : 15:00 hrs (IST) on 22nd June, 2010 v) Bid Opening (Technical) Date & Time : 15:15 hrs (IST) on 22nd June, 2010

vi) Bid Opening Place : Office of the Chief Manager (M&C) at Jodhpur

Materials Department (Rajasthan Project)

12 Old Residency Road Jodhpur – 342 011

Rajasthan, India. Phone -0291-2438174

Fax : 0291-2431689 Email: [email protected]

Materials Department (Rajasthan Project)

12 Old Residency Road Jodhpur – 342 011

Rajasthan, India. Phone -0291-2438174

Fax : 0291-2431689 Email: [email protected]

Page 2: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

2

vii) Place of Submission of Bids : OIL INDIA LIMITED, 12, Old Residency Road, JODHPUR - 342 011,

RAJASTHAN (INDIA). viii) Amount of Bid Security : Rs. 1,25,000.00 ix) Amount of Performance Security : 7.5 % of the Estimated Agreement Value

x) Duration of Contract : Should not exceed eight (8) months from the date of award of contract.

xi) Amount of Liquidated Damage for : Liquidated damages shall be applicable

default in timely completion @ 0.5% of the estimated agreement value for delay in completion per week or part thereof subject to maximum of

7.5%.

We now look forward to receiving your most competitive offer in line with the tender terms

well within the bid closing date and time.

Thanking You

Yours faithfully, OIL INDIA LIMITED ( P. DAS ) CHIEF MANAGER (M&C) FOR EXECUTIVE DIRECTOR (RP)

Page 3: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

3

SECTION – I

INVITATION FOR BIDS 1.0 Oil India Limited (OIL) invites competitive sealed Bids under Single Stage Two Bid

System, from reputed and eligible Indian bidders only for the following services for its RAJASTNAN PROJECT.

1.1 Tender No. : JCO 7877 P11 dated 28.04.2010 1.2 Bid Closing Date : 22nd June, 2010

& Time : (15:00 Hrs. ITS) 1.3 Tender fee : Rs. 5,000.00 1.4 Bid Security : Rs. 1,25,000.00 2.0 Description of Materials & Services: Fabrication and Supply of one number (10 point)

Production Manifold and its installation/commissioning at site (The Gas Processing Centre, situated at Dandewala in western Rajasthan, nearly 150 Km from Jaisalmer beyond Ramgarh). The Manifold is to be made up of SS pipings and fittings.

3.0 Non-transferable bid documents can be obtained from any of the following offices of OIL

on application and payment of non-refundable tender fee (except PSUs and SSI Units) as indicated above through crossed demand draft drawn in favour of Oil India Limited and made payable at Jodhpur/Kolkata/New Delhi (as the place of purchase). Tender document will be on sale from 5th May, 2010 till one day prior to scheduled Bid Closing Date.

Executive Director (RP) Sr. Advisor (C&P) HEAD (Kolkata Branch) Oil India Ltd Oil India Limited Oil India Limited 12, Old Residency Road Plot No. 19, Sector – 16A 4, India Exchange Place Jodhpur- 342011 Noida – 201 301 Kolkata- 700001

4.0 A pre-bid conference to explain Company’s exact requirements and to reply queries of

prospective Bidders, if any, on the tender document will be held on 25.05.2010 in OIL’s Office at Jodhpur. Interested parties, who purchase the Tender documents, may attend the pre-bid conference accordingly.

5.0 OIL reserves the right to refuse issue of tender document to such parties even on payment of

tender fee, about whose competence OIL is not satisfied. Company’s decision in this regard shall be final.

6.0 OIL reserves the right to reject any/all bids and cancel the tender without assigning any

reason whatsoever.

-: Please visit us at www.oil-india.com:-

(END OF SECTION – I)

Page 4: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

4

SECTION – II

INSTRUCTIONS TO BIDDERS 1.0 Bidder shall bear all costs associated with the preparation and submission of bid. Oil India

Limited, hereinafter referred to as Company, will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

2.0 PRE-BID CONFERENCE : 2.1 In order to clarify bidders’ queries on the bid document and to enable them to understand the

exact requirements of the Company and modality of execution of the contract, a pre-bid conference will be held on 25th May, 2010 at 11:30 hrs (IST) in the office of OIL’s Executive Director (RP) at Jodhpur, Rajasthan. Prospective Bidders, who are interested to attend the pre-bid conference should intimate “Chief Manager (M&C), Oil India Limited, 12, Old Residency Road, Jodhpur –342011” at least one day ahead of the conference.

2.2 Maximum 2 (two) representatives of each prospective bidder, to whom the tender

documents have been issued by Company, shall be allowed to attend the pre-bid conference on submission of their authorization letter.

2.3 The bidder shall bear all the costs for attending the pre-bid conference and Company will not reimburse the same under any circumstances. Interested Bidder may also visit the site (nearly 450 Km from Jodhpur in the district of Jaisalmer) at their cost to have on-site assessment of the job requirement, before submitting their bids.

A. BIDDING DOCUMENT

3.0 The services required, bidding procedures and contract terms are prescribed in the Bidding

Document. This bidding document includes the following: (a) A forwarding letter highlighting the following points:

i) Oil India Limited 's Tender No. (ii) Bid closing date and time. (iii) Bid opening date, time and place. (iv) The amount of Bid Security. (v) The amount of performance guarantee. (vi) Quantum of liquidated damages for default in timely mobilization.

(b) Invitation for Bids (Section - I)

(c) Instructions to Bidders (Section - II) (d) General Terms & Conditions of Contract (Section - III) (e) Special Terms & Conditions of Contract (Section – IV)

(f) Scope of Work / Terms of Reference (Section - V) (g) The Bid Security Form (Section - VI) (h) The Performance Security Form (Section - VII)

(i) Bid Evaluation Criteria/Bid Rejection Criteria (BEC/BRC)-(Section - VIII) 3.1 The bidder is expected to examine all instructions, forms, terms and specifications in the

Bid Document. Failure to furnish all information required as per the Bid Document or submission of a bid not substantially responsive to the Bid Document in every respect will be at the Bidder's risk & responsibility and may result in rejection of their bid.

Page 5: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

5

4.0 AMENDMENT OF BIDDING DOCUMENTS: 4.1 At any time prior to the deadline for submission of bids, the Company may, for any reason,

whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the Bid Document through an Addendum.

4.2 The Addendum will be sent in writing or by Fax/E-mail/Courier /Post to all prospective

Bidders to whom Company had issued the bid documents. The Company may, at its discretion, extend the deadline for bid submission, if the Bidders are expected to require additional time in which to take the Addendum into account in preparation of their bid or for any other reason.

B. PREPARATION OF BIDS 5.0 LANGUAGE OF BIDS: The bid as well as all correspondence and documents relating to the bid exchanged between

the Bidder and the Company shall be in English language, except that any printed literature may be in another language provided it is accompanied by an English version which shall govern for the purpose of bid interpretation.

6.0 DOCUMENTS COMPRISING THE BID: The bid to be submitted by the Bidder shall comprise of the following components:

I. TECHNICAL BID (i) Complete technical details of the services and equipment specifications with

catalogue, etc. as applicable. (ii) Documentary evidence established in accordance with Para 9.0 below. (iii) Bid Security furnished in accordance with Para 10.0 below. (iv) Statement of Compliance as per Proforma – I of Section – VIII (v) Duly signed Integrity Pact as per Proforma-III of Section - VIII

II. COMMERCIAL (PRICED) BID

(i) Schedule of Rates as per PROFORMA – II of Section – VIII. 7.0 BID PRICE: 7.1 All rates are to be quoted in Indian Rupees only. The unit rates must be quoted both in words

and in figures. 7.2 Price quoted by the Successful Bidder must remain firm during its performance of the

Contract and is not subject to variation on any account. 7.3 All duties and taxes including Corporate income taxes, Service tax and other levies payable

by the Contractor under the Contract for which this Bid Document is issued, shall be included in the rates, prices and total Bid Price submitted by the bidder, and the evaluation and comparison of bids shall be made accordingly. All applicable taxes, duties and levies on the materials to be supplied or arising out of the profits on the contract shall be borne by the bidder as per rules of the country.

Page 6: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

6

8.0 CURRENCIES OF BID AND PAYMENT: As this Tender is floated to the eligible indigenous Bidders only, all rates are to be quoted in

Indian Rupees and the payment will also be made by Company accordingly in Indian Rupees only.

9.0 DOCUMENTS ESTABLISHING BIDDER'S ELIGIBILITY AND QUALIFICATIONS : These are listed in Bid Rejection Criteria vide Section – VIII 10.0 BID SECURITY:

10.1 Pursuant to Para 6.0 above, the Bidder shall furnish as part of its Technical bid, Bid Security

in the amount as specified in the "Forwarding Letter". 10.2 The Bid Security is required to protect the Company against the risk of Bidder's conduct,

which would warrant the security's forfeiture, pursuant to sub-para 10.7 below. 10.3 The Bid Security shall be denominated in the currency of the Bid or another freely

convertible currency, and shall be in the following forms:-

a) A Bank Guarantee issued by a scheduled Bank located in India in the form provided in the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the Bid. The bank guarantee/Letter of Credit should be so endorsed that it can be invoked at the issuing bank's branch located at Jodhpur (Rajasthan) India or alternatively at New Delhi, India.

b) A Cashier’s Cheque or Demand Draft drawn on “OIL INDIA LIMITED” and payable at

Jodhpur, Rajasthan (India).

10.4 Any Bid not secured in accordance with above-mentioned subparagraphs 10.1 to 10.3 will be rejected by Company as non-responsive, except those are exempted.

10.5 Unsuccessful Bidder's Bid Security will be discharged and/or returned within 30 days of

expiry of the period of bid validity.

10.6 Successful Bidder’s Bid Security will be discharged upon the Bidder's signing of the contract and furnishing the performance security.

10.7 The Bid Security will be forfeited:

(a) If any Bidder withdraws their bid during the period of bid validity (including any subsequent extension) specified by the Bidder on the Bid Form, or

(b) If a Successful Bidder fails:

i) To sign the contract within reasonable time and within the period of bid

validity, and /or,

ii) To furnish Performance Security.

NOTE : Public Sector Undertakings and Small Scale Units registered with NSIC/Directorate of Industries with respect to the items/services covered in the tender are exempted from submitting bid securities against this tender, subject to furnishing valid certificates.

Page 7: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

7

11.0 PERIOD OF VALIDITY OF BIDS:

11.1 Bids shall remain valid for 180 days after the date of bid opening prescribed by the Company.

11.2 In exceptional circumstances, the Company may solicit the Bidder's consent to an extension of the period of validity. The request and the response thereto shall be made in writing (by Fax or E-mail). A Bidder may refuse the request without forfeiting their Bid Security. A Bidder granting the request will neither be required nor permitted to modify their bid but shall arrange suitable validity extension of their bid security provided under para 10.0 above.

12.0 FORMAT AND SIGNING OF BID: 12.1 The Bidder shall prepare their Technical bid and Commercial Bid, three copies each, clearly

marking the original as "ORIGINAL BID" and the rest as "COPY OF BID". In the event of any discrepancy between them, the original shall prevail.

12.2 The original and all copies of the bid shall be typed or written in indelible inks and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the contract. The letter of authorization shall be indicated by written power of attorney accompanying the bid. The person or persons signing the bid shall initial all pages of the bid, except for unamended printed literature.

12.3 The bid should contain no interlineation, white fluid erasures or overwriting except as necessary to correct errors made by the Bidder, in which case such correction shall be initialed by the person(s) signing the bid. Any bid not meeting this requirement shall be liable for rejection.

C. SUBMISSION OF BIDS:

13.0 SEALING AND MARKING OF BIDS: 13.1 The tender is being processed according to a single stage - Two bid procedure. Offers should

be submitted in two parts viz. Technical bid and Commercial (Priced) bid each in triplicate (One original and 2 copies).

13.2 The Bidder shall seal the original and each copy of the bid duly marking as "ORIGINAL"

and "COPY". 13.3 The cover containing the Technical Bid (Original and 2 copies) should be in one sealed cover

bearing the following on the right hand top corner.

(i) Envelope No.1 Technical bid (ii) Tender No. : -----------------

(iii) Bid closing date : ----------------- (iv) Bidder's name : ------------------

13.4 The cover containing the Commercial (Priced) Bid (Original and 2 copies) should be in a

separate sealed cover bearing the following on the right hand top corner.

(i) Envelope No.2 Commercial (Priced) bid (ii) Tender No. : -------------- (iii) Bid closing date : --------------

(iv) Bidder's name : ---------------

Page 8: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

8

13.5 The above mentioned two separate covers containing Technical and Commercial (Priced)

bids should then be put together in another envelope bearing the following details on the top and the envelope should be addressed to OIL as mentioned in the “ Forwarding Letter”.

(i) Tender No. : ----------------

(ii) Bid closing date : ---------------- (iii) Bidder's name : ---------------- 13.6 The offer should contain complete specifications, details of services and equipment/

accessories offered together with other relevant literature/catalogues of the equipment offered. The Bid Security mentioned in para 10.0 should be enclosed with the Technical Bid. The price Schedule should not be put in the envelope containing the Technical Bid.

13.7 All the conditions of the contract to be made with the successful bidder are given in various

Sections of this document. Bidders are requested to state their compliance/ non-compliance to each clause as per PROFORMA – I of Section – VIII. This should be enclosed with the technical bid.

13.8 Timely delivery of the bids is the responsibility of the Bidders. Bidders should send their bids

as far as possible by Registered Post or by Courier Services. Company shall not be responsible for any postal delay/ transit loss.

13.9 Cable/ Fax/E-mail/ Telephonic offers will not be accepted. 14.0 DEADLINE FOR SUBMISSION OF BIDS : Bids must be received by the Company at the address specified in the Forwarding Letter not

later than the bid closing time and date mentioned in the letter. 15.0 LATE BIDS: Any Bid received by the Company after the deadline for submission of bids prescribed by

the Company shall be rejected. 16.0 MODIFICATION AND WITHDRAWAL OF BIDS : 16.1 The Bidder, after submission of bid, may modify or withdraw its bid by written notice prior

to bid closing.

16.2 The Bidder's modification or withdrawal notice shall be prepared sealed, marked and despatched in accordance with the provisions of para 12.0. A withdrawal notice may also be sent by fax but followed by a signed confirmation copy, postmarked not later than the deadline for submission of bids.

16.3 No bid can be modified subsequent to the deadline for submission of bids. 16.4 No bid can be withdrawn in the interval between the deadline for submission of bids and the

expiry of the period of bid validity specified by the Bidder on the Bid Form. Withdrawal of a bid during this interval shall result in the Bidder's forfeiture of its Bid Security.

Page 9: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

9

17.0 BID OPENING AND EVALUATION 17.1 Company will open the Bids, including submission of modifications, if any, made pursuant

to para 16.0, in the presence of Bidder's representatives who choose to attend at the date, time and place mentioned in the Forwarding Letter. However, the Bidder’s representative must produce an authorized letter from the bidder at the time of opening of tenders. Unless this Letter is presented, the representative will not be allowed to attend the opening of tenders. The Bidders' representatives who are allowed to attend the bid opening shall sign in a register evidencing their attendance. Only one representative against each bid will be allowed to attend.

17.2 Bid (if any) for which an acceptable notice of withdrawal has been received pursuant to para

16.0 shall not be opened. On opening the remaining bids, Company will examine them to determine whether the same are complete, requisite Bid Securities have been furnished, documents have been properly signed and the bids are generally in order.

17.3 At bid opening, Company will announce the Bidders' names, written notifications of bid modifications or withdrawal, if any, furnishing of requisite Bid Security, and such other details as the Company may consider appropriate.

17.4 Company shall prepare, for its own records, minutes of bid opening including the

information disclosed to those present in accordance with the sub-para 17.2 & 17.3. 17.5 To facilitate examination, evaluation and comparison of bids the Company may, at its

discretion, ask the Bidders for clarifications on their bids. The request for clarification and the response shall be in writing and no change in the price or substance of the bid shall be sought, offered or permitted.

17.6 Prior to detailed evaluation, the Company will determine the substantial responsiveness of

each bid to the Bidding Document. For this purpose, a substantially responsive bid is one, which conforms to all the terms and conditions of the Bidding Document without material deviations. The Company’s determination of bid's responsiveness is to be based on the contents of the Bid itself without recourse to extrinsic evidences.

17.7 A Bid determined as not substantially responsive will be rejected by the Company and can

not subsequently be made responsive by the Bidder through corrections of the non-conformities.

17.8 The Company may waive minor informality or nonconformity or irregularity on a bid that

does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any Bidder.

18.0 OPENING OF COMMERCIAL (PRICED) BIDS 18.1 Company will open the Commercial Bids of the technically qualified Bidders only on a

specific pre-determined date in presence of representatives from the interested qualified bidders. Bidders will be intimated about the bid opening date in advance.

18.2 The Company will examine the Priced Bids to determine whether they are complete, any

computational errors have not been made, required sureties have been furnished, the documents have been properly signed, and the bids are generally in order.

Page 10: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

10

18.3 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between

the unit price and the total price (that is obtained by multiplying the unit price and quantity) the unit price shall prevail and the total price shall be corrected accordingly. If any Bidder does not accept the correction of the errors, his bid will be rejected. If there is a discrepancy between words, and figures, the amount in words will prevail.

19.0 EVALUATION AND COMPARISON OF BIDS : The Company will evaluate and compare the commercial bids as per Bid Evaluation Criteria

(Section-VIII) of the tender document. Proforma-II may be referred in this regard. 20.0 CONTACTING THE COMPANY : 20.1 Except as otherwise provided in para 17.0 above, no Bidder shall contact Company on any

matter relating to its bid, from the time of the bid opening to the time the Contract is awarded except as required by Company vide para 17.5.

20.2 An effort by a Bidder to influence the Company in the Company’s bid evaluation, bid

comparison or Contract award decisions may result in rejection of their bid.

D. AWARD OF CONTRACT 21.0 AWARD CRITERIA: 21.1 The Company will award the Contract to the Bidder whose bid has been determined to be

substantially responsive and has been determined as the lowest evaluated bid, provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily.

22.0 COMPANY’S RIGHT TO ACCEPT OR REJECT ANY BID: Company reserves the right to accept any bid and to reject any or all bids, without assigning

any reasons to the participating bidders. 23.0 NOTIFICATION OF AWARD: 23.1 Prior to expiry of the period of bid validity or extended validity, the Company will notify

the successful Bidder in writing by registered letter or by fax (to be confirmed in writing by registered / courier letter) that their bid has been accepted.

23.2 The notification of award will constitute the formation of Contract. 24.0 SIGNING OF CONTRACT: 24.1 At the same time as the Company notifies the successful Bidder that their Bid has been

accepted, the Company will either invite the bidder for signing of the agreement or send the formal Contract document. The contract document will be accompanied by the General & Special Conditions of Contract, technical specifications, schedules of rates and all other relevant documents.

24.2 Within 15 days of receipt of the final contract document, the successful Bidder shall sign

and date the contract and return the same to the Company.

Page 11: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

11

25.0 PERFORMANCE SECURITY : 25.1 Within 30 days of the receipt of notification of award from the Company, the successful

Bidder shall furnish the performance security for an amount specified in the Forwarding Letter in the performance Security Form as provided in the Bidding Document or in any other form acceptable to the Company from a Bank located in India. The performance security shall be payable to Company as compensation for any loss resulting from Contractor's failure to fulfill its obligations under the Contract.

25.2 The performance security specified above must be valid for four (4) months beyond the

expiry date of the contract to cover the warranty obligations indicated in para 6.0 of Section - III hereof and to lodge claim, if any. The same will be discharged by Company not later than 30 days following its expiry. In the event of extension of contract, subsequent to expiry of validity of the original contract period, Contractor shall have to extend the validity of the performance security accordingly.

25.3 Failure of the successful bidder to comply with the requirements of para 24.0 or 25.0 above

shall constitute sufficient grounds for annulment of award of contract and forfeiture of the Bid Security. In such an event, the Company may award the contract to the next evaluated Bidder or call for new bid or negotiate with the next lowest bidder as the case may be.

INVOCATION OF PERFORMANCE BANK GUARANTEE

25.4 In the event of Contractor failing to honour any of the commitments entered into under the

contract and/or in respect of any amount due from Contractor to Company, Company shall have an unconditional option under the guarantee to invoke the Performance Bank Guarantee and claim the amount from Bank.

25.5 Company will have the right to invoke the Performance Bank Guarantee in case the

Contractor fails to mobilise the materials, equipment, tools and personnel etc. within the stipulated period irrespective of any reasons whatsoever.

( END OF SECTION – II )

Page 12: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

12

SECTION – III

GENERAL TERMS & CONDITIONS OF CONTRACT 1.0 DEFINITIONS: 1.1 In the contract, the following terms shall be interpreted as indicated:

(a) “Contract” means the terms and conditions contained in the document entitled “Fabrication,

Supply and Installation of 10-Point Manifold at Dandewala Gas Processing Centre (DND-GPC)” and the attached exhibits. In the event of any conflict between the text of the contract and the exhibits, the text of the Contract shall have precedence over the exhibits.

(b) “Contractor” means the individual or firm or body incorporated performing the work under

this contract and its executors, successors, administrators and assignees. (c) “Company” means OIL INDIA LIMITED (OIL) and its executors, successors,

administrators and assignees. (d) The “Work” means each and every activity required for the successful performance of the

services described under this contract including supply of materials. (e) “Site” means the land and other places, on, under, in or through which the works are to be

executed by the Contractor and any other land and places provided by the Company for working space or any other purpose as designated hereinafter as forming part of the Site.

(f) “Contract Price” means the price payable to the Contractor under the contract for the full

and proper performance of its contractual obligations. (g) “Company's Items” means the equipment, materials and services, which are to be provided

by Company/Contractor at the expense of Company. (i) “Contractor's Items" means the equipment, materials and services, which are to be provided

by Contractor/Company at the expense of the Contractor. (j) “Contractor's personnel” mean the personnel as required to be provided/deployed by

Contractor from time to time for execution of this contract.

(k) “Company Representative” means the person or persons appointed and approved in writing from time to time by the Company to act on its behalf for overall co-ordination and project management at site.

(l) “Gross Negligence” as used in this contract shall mean “willful and wanton disregard for

harmful, avoidable and foreseeable consequence”. 2.0 MOBILISATION, COMMENCEMENT DATE AND DURATION OF CONTRACT: 2.1 The contract shall become effective as of the date Company notifies the successful bidder in

writing (through Letter of Intent) that they have been awarded the contract consequent upon acceptance of their offer by Company. The date and time of completion of mobilisation for this contract will be reckoned from the date and time when the materials, equipment and services to be provided by the Contractor are positioned at the site and made ready to start installation and testing of the supplied Manifold.

Page 13: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

13

2.2 Contractor to commence procurement of pipes and pipe fittings required for fabrication and installation of the Manifold immediately upon receipt of notification of award of Contract and complete fabrication jobs at their works as soon as possible. Thereafter, the fabricated Manifold alongwith related fittings and structural materials for Skid and Walkway to be transported up to the site (Dandewala, nearly 150 Km from Jaisalmer Town in Rajasthan) with installation crew and equipment. In view of operational urgency, Company expects the Contractor to complete mobilisation of installation crew and machineries alongwith the fabricated manifold and fittings at site within 180 Days from the date of issue of letter of award by Company.

2.3 The site jobs including installation and testing should be completed within two month from

the date of mobilization at site. Thus, the entire contract should be executed within a period of eight months from the date of issue of award by Company. The contract will remain in force till completion of all assigned jobs to the satisfaction of Company.

3.0 GENERAL OBLIGATIONS OF CONTRACTOR:

Contractor shall, in accordance with and subject to the terms and conditions of the Contract: 3.1 Perform the work described in the Scope of Work/Terms of Reference (Section - V) in most

economic and cost effective manner accepted in accordance with international oilfield practice.

3.2 Contractor shall give or provide all necessary supervision during the performance of the

services and as long thereafter as Company may consider necessary for the proper fulfilling of Contractor's obligations under the contract.

3.3 Contractor shall arrange for transportation of their manpower, materials and equipment /

tools / spares / consumables as may be necessary for execution of the assigned jobs from their base/yard to Company’s site in Jaisalmer (Rajasthan) and will take back after completion at their own expenses.

3.4 Contractor shall keep their equipment in good working order and shall begin the work with

sufficient spares for full and proper performance. Execution of site job should not be hampered at any point of time for non-availability of manpower, materials or for shutdown/malfunctioning of equipment.

3.5 Contractor shall furnish full particulars of crews to Company and issue photo identity cards

to each crew members before actual deployment at site. 3.6 Contractor shall bear all expenses on account of repair/replacement of all their equipment

etc., consequent upon any damage/loss/non-performance during the course of operation. 3.7 Contractor shall be bound by laws and regulations of Government of India and other

statutory bodies in India. Contractor shall follow its own safety rules, in addition to rules prescribed under Indian Laws in respect of safety, security restrictions, work permits & customs etc. as applicable.

3.8 Contractor shall bear all taxes including road tax, entry tax, service tax, personnel tax,

corporate tax etc. 3.9 Contractor shall bear all costs for transportation of their equipment and other materials

including the insurance premium etc. 3.10 Perform all other obligations, work and services which are required by the terms of this

contract or which reasonably can be implied from such terms as being necessary for the successful and timely completion of the work.

Page 14: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

14

3.11 Contractor shall be deemed to have satisfied himself before submitting his bid as to the correctness and sufficiency of its bid for the services required and of the rates and prices quoted, which rates and prices shall, except in so far as otherwise provided, cover all its obligations under the contract.

4.0 GENERAL OBLIGATIONS OF THE COMPANY:

Company shall, in accordance with and subject to the terms and conditions of the contract: 4.1 Pay Contractor in accordance with terms and conditions of the contract. 4.2 Allow Contractor and their personnel access, subject to normal security and safety

procedures, to all areas as required for orderly performance of the work. 4.3 Company shall organise all possible help from local government/administration to

Contractor’s personnel and equipment in case of natural disasters, civil disturbances and epidemics.

4.4 Perform all other obligations of the Company required by the terms of the contract. 5.0 PERSONNEL TO BE DEPLOYED BY THE CONTRACTOR : 5.1 Contractor warrants that it shall provide competent, qualified and sufficiently experienced

personnel to perform the assigned jobs correctly and efficiently within the stipulated time frame.

5.2 The Contractor should ensure that their personnel observe applicable statutory safety

requirements. Upon Company's written request, Contractor, entirely at its own expense, shall remove immediately, any personnel of the Contractor determined by the Company to be unsuitable and shall promptly replace such personnel with personnel acceptable to the Company.

5.3 The Contractor shall be solely responsible throughout the period of the contract for providing

all requirements of their personnel including but not limited to, their transportation to & fro from their base up to the site, enroute/ local boarding, lodging & medical attention etc. Company shall have no responsibility or liability in this regard.

6.0 WARRANTY AND REMEDY OF DEFECTS : 6.1 Contractor warrants that it shall perform the work in a professional manner and in accordance

with the highest degree of quality, efficiency, and with the state of the art technology/inspection services and in conformity with all specifications, standards and drawings set forth or referred to in the Technical Specifications, if any. They should comply with the instructions and guidance which Company may give to the Contractor from time to time.

6.2 Should Company discover at any time during the execution of the Contract or within three

months after completion of the installation, the jobs performed by Contractor does not conform to the foregoing warranty, Contractor shall after receipt of notice from Company, promptly perform all corrective work required to make the supply/services conform to the Warranty. Such corrective work shall be performed entirely at Contractor's own expenses.

If such corrective work is not performed within a reasonable time, the Company, at its

option, may have such remedial work carried out by others and charge the cost thereof to Contractor, which the contractor must pay promptly. In case contractor fails to perform remedial work, the performance security shall be forfeited.

Page 15: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

15

7.0 CONFIDENTIALITY, USE OF CONTRACT DOCUMENTS AND INFORMATION: 7.1 Contractor shall not, without Company’s prior written consent, disclose the contract, or any

provision thereof, or any specification, plan, drawing pattern, sample or information furnished by or on behalf of Company in connection therewith, to any person other than a person employed by Contractor in the performance of the contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far, as may be necessary for purposes of such performance.

7.2 Contractor shall not, without Company’s prior written consent, make use of any document

or information except for purposes of performing the contract. 7.3 Any document supplied to the Contractor in relation to the contract other than the Contract

itself remain the property of Company and shall be returned (in all copies) to Company on completion of Contractor's performance under the Contract if so required by Company.

8.0 TAXES, DUTIES AND LEVIES: 8.1 The prices/rates to be quoted by the bidders must be inclusive of Service tax, Personal tax,

Corporate tax, Sales tax / Excise duty on local purchases made by the successful bidders as per tariff / rates applicable on the date of submission of Contractor’s bid, Maintenance of proper records, submission of returns and all other statutory obligations under such tax laws will be entirely the responsibility of the Contractor.

8.2 Contractor shall be responsible for payment of all taxes, duties and levies to the appropriate

authorities as applicable to this contract. 8.3 The Contractor shall furnish to the Company, if and when called upon to do so, relevant

statement of accounts or any other information pertaining to work done under this contract for submitting the same to the Tax authorities, on specific request from them. Contractor shall be responsible for preparing and filing the return of income etc. within the prescribed time limit to the appropriate authority.

8.4 Prior to start of site jobs under the contract, the Contractor shall furnish the Company with

the necessary documents, as asked for by the Company and/ or any other information pertaining to the contract, which may be required to be submitted to the Income Tax authorities at the time of obtaining "No Objection Certificate" for releasing payments to the Contractor.

8.5 Tax clearance certificate for personnel and corporate taxes shall be obtained by the

Contractor from the appropriate Indian Tax authorities and furnished to Company within 6 months of the expiry of the tenure of the contract or such extended time as the Company may allow in this regard.

8.6 Corporate income tax will be deducted at source from the invoice at the specified rate of

income tax as per the provisions of Indian Income Tax Act as may be in force from time to time.

8.7 Corporate and personnel taxes on Contractor shall be the liability of the Contractor and the

Company shall not assume any responsibility on this account. 8.8 All local taxes, levies and duties, sales tax, octroi, etc. on purchases and sales made by

Contractor shall be borne by the Contractor.

Page 16: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

16

9.0 SUBSEQUENTLY ENACTED LAWS :

Subsequent to the date of technical bid opening if there is a change in or enactment of any Indian law which results in an additional cost or reduction in cost under the Contract to Contractor, such additional cost shall be reimbursed by Company to Contractor on submission of documentary evidence that the Contractor has duly borne the additional implication as envisaged under the said law or such reduction in cost shall be refunded by the Contractor to Company as the case may be.

10.0 INSURANCE : 10.1 The Contractor shall arrange insurance to cover all risks in respect of personnel, materials

and equipment belonging to the Contractor or its sub-contractor during the currency of the contract.

10.2 All insurance taken out by Contractor or his sub-Contractor shall be endorsed to provide

that the underwriters waive their rights of recourse on the Company. 11.0 CHANGES: 11.1 During the performance of the work, Company may make a change in the work within the

general scope of this Contract including, but not limited to, changes in methodology, and minor additions to or deletions from the work to be performed. Contractor shall perform the work as changed. Changes of this nature will be affected by written order (Change order) by the Company.

11.2 If any change result in an increase in compensation due to Contractor or in a credit due to

Company, Contractor shall submit to Company an estimate of the amount of such compensation or credit in a form prescribed by Company. Such estimates shall be based on the rates shown in the Schedule of Rates (Section - VIII). Upon review of Contractor's estimate, Company shall establish and set forth in the Change Order the amount of the compensation or credit for the change or a basis for determining a reasonable compensation or credit for the change. If Contractor disagrees with compensation or credit set forth in the Change Order, Contractor shall nevertheless perform the work as changed, and the parties will resolve the dispute in accordance with Clause 14.0 hereunder. Contractor's performance of the work as changed will not prejudice Contractor's request for additional compensation for work performed under the Change Order.

12.0 FORCE MAJEURE : 12.1 In the event of either party being rendered unable by `Force Majeure' to perform any

obligation required to be performed by them under the contract, the relative obligation of the party affected by such “Force Majeure” will stand suspended as provided herein. The word “Force Majeure” as employed herein shall mean acts of God, war, revolt, agitation, strikes, riot, fire, flood, sabotage, civil commotion, road barricade (but not due to interference of employment problem of the Contractor) and any other cause, whether of kind herein enumerated or otherwise which are not within the control of the party to the contract and which renders performance of the contract by the said party impossible.

12.2 Upon occurrence of such cause and upon its termination, the party alleging that it has been

rendered unable as aforesaid thereby, shall notify the other party in writing within Seventy Two (72) hours of the alleged beginning and ending thereof, giving full particulars and satisfactory evidence in support of its claim.

Page 17: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

17

12.3 Should “force majeure” condition as stated above occurs and should the same be notified within seventy two (72) hours after its occurrence, either party will have the right to terminate the contract if such “force majeure” condition continues beyond ten (10) days with prior written notice. Should either party decide not to terminate the contract even under such condition, no additional payment whatsoever would apply after expiry of ten (10) days period unless otherwise agreed to. However, the duration of the contract i.e., contract completion period will automatically be extended to cover the time lost on account of such force majeure condition

13.0 TERMINATION : 13.1 TERMINATION ON EXPIRY OF THE TERMS (DURATION) The contract shall be deemed to be automatically terminated on the expiry of duration of the

contract (or extension, if any, thereof). 13.2 TERMINATION ON ACCOUNT OF FORCE MAJEURE :

Either party shall have the right to terminate the Contract on account of Force Majeure as set forth in Article 12.0.

13.3 TERMINATION ON ACCOUNT OF INSOLVENCY :

In the event that the Contractor at any time during the term of the Contract, becomes insolvent or makes a voluntary assignment of its assets for the benefit of creditors or is adjudged bankrupt, then the Company shall, by a notice in writing have the right to terminate the Contract and all the Contractor’s rights and privileges hereunder, shall stand terminated forthwith.

13.4 TERMINATION FOR UNSATISFACTORY PERFORMANCE :

If the Company considers that, the performance of the Contractor is unsatisfactory, or not upto the expected standard, the Company shall notify the Contractor in writing and specify in details the cause of the dissatisfaction. The Company shall have the option to terminate the Contract by giving 15 days notice in writing to the Contractor, if Contractor fails to comply with the requisitions contained in the said written notice issued by the Company,

13.5 TERMINATION DUE TO CHANGE OF OWNERSHIP & ASSIGNMENT :

In case the Contractor’s rights and / or obligations under the Contract and/or the Contractor’s rights, title and interest to the equipment/material, are transferred or assigned without the Company’s consent, the Company may at its absolute discretion, terminate the Contract.

13.6 CONSEQUENCES OF TERMINATION :

In all cases of termination herein set forth, the relative obligations of the parties to the contract shall be limited to the period upto the date of termination. Notwithstanding the termination of the Contract, the parties shall continue to be bound by the provisions of the Contract that reasonably require some action or forbearance after such termination.

14.0 SETTLEMENT OF DISPUTES AND ARBITRATION: All disputes or differences whatsoever arising between the parties out of or relating to the

construction, meaning and operation or effect of the contract or the breach thereof shall be settled by arbitration in accordance with the Rules of Indian Arbitration and Conciliation Act, 1996. The venue of arbitration will be Jodhpur, Rajasthan or New Delhi. The award made in pursuance thereof shall be binding on the parties.

Page 18: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

18

15.0 NOTICES: 15.1 Any notice given by one party to other, pursuant to the Contract shall be sent in writing or

by Fax or E-mail and confirmed in writing to the applicable address specified below :

COMPANY CONTRACTOR OIL INDIA LIMITED 12, OLD RESIDENCY ROAD JODHPUR - 342011 RAJASTHAN ( INDIA ) Fax No. 0291- 2431689 Email – [email protected]

15.2 A notice shall be effective when delivered or on the notice's effective date, whichever is

later. 16.0 SUBCONTRACTING: 16.1 Contractor shall not subcontract or assign, in whole or in part, its obligations to perform

under this contract, except with Company’s prior written consent. 17.0 MISCELLANEOUS PROVISIONS: 17.1 (a) Contractor shall give notices and pay all fees at their own cost required to be given or paid

by any National or State Statute, Ordinance, or other Law or any regulation, or by-law of any local or other duly constituted authority as may be in force from time to time in India, in relation to the performance of the services and by the rules & regulations of all public bodies and companies whose property or rights are affected or may be affected in any way by the services.

(b) Contractor shall conform in all respects with the provisions of any Statute, Ordinance of

Law as aforesaid and the regulations or bye-law of any local or other duly constituted authority which may be applicable to the services and with such rules and regulation public bodies and Companies as aforesaid and shall keep Company indemnified against all penalties and liability of every kind for breach of any such Statute, Ordinance or Law, regulation or bye-law.

17.2 During the tenure of the Contract, Contractor shall keep the site where the services are being

performed reasonably free from all unnecessary obstruction and shall store or dispose of any equipment and surplus materials and clear away and remove from the site any wreckage, rubbish or temporary works no longer required. On the completion of the services, Contractor shall clear away and remove from the site any surplus materials, rubbish or temporary works of every kind and leave the whole of the site clean and in workmanlike condition to the satisfaction of the Company.

17.3 Due to close proximity of site to the international border, movement of Contractor personnel

will be restricted to the set path and Army personnel will have the right to check the photo identity cards. Oil India Ltd. will extend possible administrative help in this regard on request.

(END OF SECTION – III)

Page 19: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

19

SECTION – IV

SPECIAL TERMS & CONDITIONS OF CONTRACT

1.0 ASSOCIATION OF COMPANY'S PERSONNEL 1.1 Company may depute more than one representative to act on its behalf for overall co-

ordination and operational management at the installation site/location. Company's representative shall have the authority to order any changes in the scope of work to the extent so authorised and notified by the Company in writing. He shall liaise with the Contractor, monitor the progress so as to ensure the timely completion of the jobs. He shall also have the authority to oversee the execution of site jobs by the Contractor and to ensure compliance of provisions of the contract.

1.2 There shall be free access to all the equipment and materials of the Contractor during the job

execution at site by Company's representatives for the purpose of observing / inspecting the jobs performed by Contractor in order to judge whether, in Company's opinion, Contractor is complying with the provisions of the contract. However, company representative (s) will not directly operate any machinery/equipment of Contractor at site.

1.3 During the fabrication stage of the Manifold at Contractor’s works or elsewhere, Company

reserves the right to depute its authorised inspection team/engineers at various stages, based on the progress report to be submitted by contractor from time to time. All expenditure including transportation, boarding and lodging etc. of such inspection team/engineers will be born by Company. However, the Contractor will provide all technical assistance to facilitate proper inspection by the team.

2.0 PROVISION OF PERSONNEL AND FACILITIES 2.1 The Contractor shall engage qualified and experienced personnel for execution of services

as per provisions of this contract. The manpower to be deployed by the Contractor at various stages of job execution must have adequate relevant experience in their respective field. On Company's request, Contractor shall remove and replace any of their personnel whose presence/involvement is considered undesirable in the opinion of Company. The Contractor shall deploy all support staff at their own expenses for field jobs. Documentary evidence, identity cards etc. shall be submitted by the Contractor in support of the bio-data for verification of defence personnel near Tanot (Border area) as well as for certification of mobilization by Company's representative before start of field jobs. Contractor has to arrange for clearance from BSF, if necessary, to work in international border area as DND-GPC is situated near international border with Pakistan. OIL will provide necessary help/certificates/documents as required in this regard, if requested.

2.2 The Contractor shall be responsible for, and shall provide for all requirements of their personnel, and of their sub-contractor, if any, including but not limited to their insurance, housing, medical services, messing, transportation (both air and land transportation), vacation, salaries and all amenities, termination payment and all immigration requirement and taxes, if any, payable in India or outside at no charge to the Company.

2.3 The Contractor's representative shall have all the power requisite for performance of the

work. He shall liaise with the Company's representative for the proper co-ordination and timely completion of the job and on any other matters pertaining to the job.

2.4 Contractor will arrange transportation of their equipment/tools and personnel to and from

work site at their cost.

Page 20: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

20

3.0 LABOUR The recruitment of un-skilled labour, if any will have to be met from the areas of operation

and wages will be according to the rates prevalent at the time which can be obtained from the district authorities of the area. The facilities to be given to the labourers should conform to the provisions of labour laws as per Contract Labour (Regulation & Abolition) Act, 1970.

4.0 LIABILITY 4.1 Except as otherwise expressly provided, neither Company nor its servants, agents, nominees,

Contractors, or subcontractors shall have any liability or responsibility whatsoever to whomsoever for loss of or damage to the equipment and/or loss of or damage to the property of the Contractor and or his Contractors or subcontractors, irrespective of how such loss or damage is caused and even if caused by the negligence of Company and/or its servants, agents, nominees, assignees, Contractors and subcontractors. The Contractor shall protect, defend, indemnify and hold harmless Company from and against such loss or damage and any suit, claim or expense resulting therefrom.

4.2 Neither Company nor its servants, agents, nominees, assignees, Contractors, subcontractors

shall have any liability or responsibility whatsoever for injury to, illness, or death of any employee of the Contractor and / or of its Contractors or subcontractors irrespective of how such injury, illness or death is caused and even if caused by the negligence of Company and/ or its servants, agents, nominees, assignees, contractors and subcontractors. Contractor shall protect, defend, indemnify and hold harmless Company from and against such liabilities and any suit, claim or expense resulting there from.

4.3 The Contractor hereby agrees to waive its right to recourse and further agrees to cause his

underwriters to waive their right of subrogation against Company and/or its underwriters, servants, agents, nominees, assignees, contractors and subcontractors for loss or damage to the equipment of the Contractor and/or its subcontractors when such loss or damage or liabilities arises out of or in connection with the performance of the Contract.

4.4 The Contractor hereby further agrees to waive its right of recourse and agrees to cause its

under writers to waive their right of subrogation against Company and/or its underwriters, servants, agents, nominees, assignees, contractors and subcontractors for injury to, illness or death of any employee of the contractor and of its contractors, subcontractors and / or their employees when such injury, illness or death arises out of or in connection with the performance of the Contract.

4.5 Except as otherwise expressly provided, neither Contractor nor its servants, agents,

nominees, contractors or subcontractors shall have any liability or responsibility whatsoever to whomsoever for loss of or damage to the equipment and/or loss or damage to the property of the Company and/or his contractors or subcontractors, irrespective of how such loss or damage is caused and even if caused by the negligence of Contractor and / or its servants, agents, nominees, assignees, contractors and subcontractors. The Company shall protect, defend, indemnify and hold harmless Contractor from and against such loss of damage and any suit, claim or expense resulting therefrom.

4.6 Neither Contractor nor its servants, agents, nominees, assignees, contractors, subcontractors

shall have any liability or responsibility whatsoever to whomsoever or injury to, illness, or death of any employee of the Company and/or of its contractors or subcontractors irrespective of how such injury, illness or death is caused and even if caused by the negligence of contractor and/or its servants, agents, nominees, assignees, contractors and subcontractors Company shall protect, defend indemnify and hold harmless contractor from and against such liabilities and any suit, claim or expense resulting therefrom.

Page 21: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

21

4.7 The Company agrees to waive its right of recourse and further agrees to cause its

underwriters to waive their right of subrogation against contractor and / or its underwriters, servants, agents, nominees, assignees, contractors and subcontractors for loss or damage to the equipment of Company and/or its contractors or subcontractors when such loss or damage or liabilities arises out of or in connection with the performance of the Contract.

4.8 The Company hereby further agrees to waive its right of recourse and agrees to cause its

underwriters to waive their right of subrogation against contractor and / or its underwriters, servant, agents, nominees, assignees, contractors and subcontractors for injury to, illness or death of any employee of the Company and of its contractors, subcontractors and/or their employees when such injury, illness or death arises out of or in connection with the performance of the contract.

5.0 CONSEQUENTIAL DAMAGE

Neither party shall be liable to the other for special, indirect or consequential damages resulting from or arising out of the contract, including but without limitation, to loss of profit or business interruptions, howsoever caused and regardless of whether such loss or damage was caused by the negligence (either sole or concurrent) of either party, its employees, agents or sub-contractors.

6.0 WAIVERS AND AMENDMENTS

It is fully understood and agreed that none of the terms and conditions of the contract shall be deemed waived or amended by either party unless such waiver or amendment is executed in writing by the duly authorized agents or representatives of such party. The failure of either party to execute any right of termination shall not act as a waiver or amendment of any right of such party provided hereunder.

7.0 WITH-HOLDING 7.1 Company may with-hold or nullify the whole or any part of the amount due to Contractor on

account of subsequently discovered evidence in order to protect Company from loss on account of :

(a) For non-completion of jobs assigned as per Section-V. (b) Contractor’s indebtedness arising out of execution of this contract. (c) Defective work not remedied by Contractor. (d) Claims by sub-contractor of Contractor or others filed or on the basis of reasonable

evidence indicating probable filing of such claims against Contractor. (e) Failure of Contractor to pay or provide for the payment of salaries / wages,

contributions, unemployment, compensation, taxes or enforced savings with-held from wages etc.

(f) Failure of Contractor to pay the cost of removal of unnecessary debris, materials, tools, or machinery.

(g) Damage to another Contractor of Company. (h) All claims against Contractor for damages and injuries, and / or for non-payment of

bills etc. (i) Any failure by Contractor to fully reimburse Company under any of the

indemnification provisions of this contract. If, during the progress of the work Contractor shall allow any indebtedness to accrue for which Company, under any circumstances in the opinion of Company may be primarily or contingently liable or ultimately responsible and Contractor shall, within five days after demand is made by Company, fail to pay and discharge such indebtedness, then Company may during

Page 22: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

22

the period for which such indebtedness shall remain unpaid, with-hold from the amounts due to Contractor, a sum equal to the amount of such unpaid indebtedness.

(j) With-holding will also be effected on account of the following : i) Garnishee order issued by a Court of Law in India. ii) Income tax deductible at source according to law prevalent from time to time

in the country. iii) Any obligation of Contractor which by any law prevalent from time to time

to be discharged by Company in the event of Contractor’s failure to adhere to such laws.

7.1.1 When all the above grounds for with-holding payments shall be removed, payment shall

thereafter be made for amounts so with-held. 7.2 Notwithstanding the foregoing, the right of Company to withhold shall be limited to

damages, claims and failure on the part of Contractor which is directly / indirectly to some negligent act or omission on the part of Contractor relating to the Contractor’s obligation on the Contract.

8.0 SET OFF

Any sum of money due or payable to the Contractor (including Security Deposit refundable to them) under this or any other contract may be appropriated by Oil India Limited and set off against any claim of Oil India Limited (or such other person or persons contracting through Oil India Limited) for payment of a sum of money arising out of this contract or under any other contract made by the Contractor with Oil India Limited (or such other person or persons contracting through Oil India Limited).

9.0 APPLICABLE LAW 9.1 The contract shall be deemed to be a contract made under, governed by and construed in

accordance with the laws of India. 9.2 The Contractor shall ensure full compliance of various Indian Laws and Statutory

Regulations, to the extent applicable, as stated below, but not limited to, in force from time to time and obtain necessary permits / licenses etc. from appropriate authorities for conducting operations under the Contract :

a) The Mines Act - as applicable to safety and employment conditions. b) The Minimum Wages Act, 1948. c) The Oil Mines Regulations, 1984. d) The Workmen's Compensation Act, 1923. e) The Payment of Wages Act, 1963. f) The Payment of Bonus Act., 1965. g) The Contract Labour (Regulation & Abolition) Act, 1970 & rules framed thereunder h) The Employees Pension Scheme, 1995. i) The Interstate Migrant Workmen Act.,1979 (Regulation of employment and conditions

of service). j) The Employees Provident Fund and Miscellaneous Provisions Act, 1952. k) The RST Act. l) Service Tax Act. m) Customs and Excise Acts and rules framed thereunder

Page 23: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

23

10.0 POLLUTION OR CONTAMINATION 10.1 Company agrees that Contractor shall not be responsible for and Company shall indemnify

and hold Contractor its agent, servants, officers and employees harmless from any liability, loss, cost or expense for loss or damage from pollution or contamination arising out of or resulting from any of Contractor’s services / operations unless such pollution or contamination is caused by Contractor's willful misconduct or gross negligence.

10.2 Notwithstanding anything to the contrary contained herein, it is agreed that Company shall

release, indemnify and hold Contractor and its Sub-contractors harmless from any and all claims, judgments, losses, expenses and any costs related thereto (including but not limited to Court costs and 'Attorneys fees) for : a) Damage to or loss of any reservoir or producing formation b) Damage to or loss of any well c) Any other subsurface damage or loss, and d) Any property damage or loss or personal injury or death arising out of or in connection

with a blowout, fire explosion and loss of well control regardless of cause.

(END OF SECTION – IV)

Page 24: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

24

SECTION – V

TERMS OF REFERENCE / SCOPE OF WORK / TECHNICAL SPECIFICATIONS

1.0 PREAMBLE 1.1 Rajasthan Project of Oil India Limited (OIL), a Govt. of India Enterprises, is engaged in

exploration and production of Natural Gas from the Jaisalmer Basin and exploration for heavy oil/Bitumen in Bikaner-Nagaur Basin of Western Rajasthan in India. In addition, the Company is carrying out various exploration activities in Rajasthan (India) in five (05) NELP Blocks as Operator under PSC agreement with Govt. of India.

1.2 After discovery of Natural Gas from its Dandewala, Bagitibba and Tanot mining areas in

western Rajasthan in the district of Jaisalmer, OIL installed/commissioned a full fledged Gas Processing Centre (DND-GPC) at Dandewala, nearly 150 KM beyond Jaisalmer town near international border, in the year 1996.

1.3 The Gas Processing Center is capable to handle 1.0 MMSCUMD of natural gas and is

functioning smoothly since its establishment. OIL is now planning to extend the Gas Processing Centre (DND-GPC) by replacing the existing arrangements to accommodate additional producing wells, for which this Production Manifold is required.

1.4 This Section establishes the scope of work/supply and schedule for the job execution by the

Contractor and describes the specifications, instructions, standards and other documents including the specifications of materials, tools or equipment, which the Contractor shall satisfy or adhere to in the performance of the work.

2.0 DEFINITION OF WORK 2.1 The successful Bidder is required to Fabricate and Supply one number (10 points)

Production Manifold of SS pipings and fittings and install/commission the same at site (Gas Processing Centre, situated around 150 KM from Jaisalmer in western Rajasthan near village Tanot). The job involvement would be as under;

(i) Procurement/Supply of pipes and pipe fittings as detailed in PROFORMA-II

(Section – VIII). (ii) Procurement/Supply of Structural steel as detailed in PROFORMA-II (Section-VIII). (iii) Fabrication jobs as detailed in PROFORMA-II (Section – VIII). (iv) Transportation of the fabricated manifold alongwith other fittings and valves up to

the site.

(v) Install the Manifold and fixing of 20 Nos. Gate Valves and 10 Nos. NRV as detailed in PROFORMA-II (Section – VIII).

(vi) These Gate Valves and NRV will be provided by OIL at site. (vii) The successful bidder will have to procure/supply the items as detailed in

PROFORMA-II (Section – VIII) only. Necessary Gate Valves and NRV with required for the job will be provided by OIL at site.

Page 25: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

25

2.2 Installation of the Manifold will be done by the Contractor at DND-GPC, situated approx.

150 KM from Jaisalmer town and is approachable by road. Contractor may carry out the required welding and fabrication jobs at their works (any where in India). But, the final assembly and installation shall be done at site. The Schedule of works as given in the Proforma-II contains the job details and tentative quantity.

3.0 GENERAL AND TECHNICAL REQUIREMENTS 3.1 The Contractor is required to fabricate, supply and install the Manifold at site,

approximately 150 KM from Jaisalmer town near Tanot village in Rajasthan. Scheduled of work with job details and quantity is furnished in Proforma-II. The Contractor may carry our all fabrication jobs including necessary welding in their Works any where in India, but the final assembly and installation will be done at site. Necessary Gate Valves and NRV will be provided by Company (OIL INDIA LIMITED) at site for assembly.

3.2 The items to be bought by Contractor, like pipes and pipe fittings must be inspected by an

independent third party (approved by OIL) viz; Lloyds, BV, RITES, IRS, Tuboscope or DNV and necessary certificates thereto must be submitted to Company.

3.3 The Contractor to supply finished, assembled and tested manifold at DND-GPC. 3.4 To qualify for award of contract, Contractor must have experience in welding fabrication

and commissioning of process pipe line for natural gas services, crude oil and petroleum products. Documentary evidence conforming their eligibility in this regard must be submitted alongwith the Technical Bid.

3.5 The Welders to be engaged by the Contractor for execution of this contract must have

experience to carry out welding as per API 1104 and AWS-D10, 4-86 and under all weather conditions and at all positions. Documentary evidence in support of welders’ qualification as above must be furnished to OIL before starting the welding jobs.

3.6 Workmanship, if any, found defective during Radiographic/Hydraulic testing shall be

repaired by the Contractor and similarly, for materials supplied by the Contractor, if found defective, shall be replaced without any extra cost to Company.

3.7 For carrying out the site jobs at Dandewala GPC, the Contractor must establish a site camp

to accommodate their installation crew and machineries. Company will provide open space free from encroachment for the Contractor to establish the camp. Contractor to establish the camp, parking area, workshop and temporary shed/tents for living, dinning, kitchen, toilet etc. for their installation crew at their cost as required. Water, electricity, first-aid and other amenities required for Contractor’s personnel will be arranged by the Contractor. Company will not assume any responsibility whatsoever regarding lodging and messing of Contractor’s personnel at site.

3.8 Contractor will have to arrange for necessary statutory permits like labour license etc. prior

to mobilization of site crew, if required. The site being located near to international border, Contractor needs provide photo identity cards for their personnel for verification by Army/BSF personnel, if required during job execution.

3.9 Contractor will provide all necessary safety gears to the personnel engaged by them to carry

out the site jobs as statutorily required. 3.10 Contractor to arrange and pay for insurance coverage for their men and machineries.

Page 26: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

26

3.11 Any administrative matters/disputes which may arise during the job execution pertaining to

Contractor will be resolved by the Contractor. 3.12 Any medical attention, which may be required to any of the Contractor’s personnel during

the course of installation jobs at site shall be arranged by the Contractor. 3.13 After completion of installation jobs, Contractor should dismantle their establishment,

remove all scrap and garbage etc. from site, if any, and handover the site in clean and tidy condition.

3.14 Contractor will not be permitted to sublet the jobs in part or whole. 3.15 Necessary safety measures are to be taken and followed strictly as Company’s rules and as

per OMR 1984. HOT/COLD work permit shall be obtained by the Contractor from OIL’s installation Manager at site daily before starting the day’s work.

3.16 Responsibility of security of equipment, materials, machineries of Contractor at site will be

with the Contractor. 3.17 Not transport facility for transfer of men and materials will be provided by Company. All

materials to be supplied by the Contractor shall be delivered at site by the Contractor. 3.18 Quantum of fabrication jobs as shown in Proforma-II are tentative. Payment will be made

against actual job done. For the bought-out items, if any thing remains surplus or not required for fabrication, the same may be delivered to Company.

3.19 Bidders must quote for all the items/jobs and submit their Commercial Bids/Priced Bids

strictly as per format furnished in Proforma-II. Evaluation of Price Bids to ascertain the lowest bidder and total estimated contract value against the tender will be done as per rates quoted by the bidders therein.

3.20 Bid not covering the entire requirement will be straightway rejected. Bidders must confirm

in their technical bid that they have considered all the items/jobs indicated in Proforma-II of the tender.

3.21 Bidder to furnish work plan with various milestones for execution of the contract. 3.22 Bidder to furnish list of manpower for deployment at site including site engineer, supervisor,

technical staff and workmen etc. 3.23 The Contractor shall make all arrangements for radiographic examination of welding joints

to the extent of 100%. In addition, ultrasonic and/or any other NDT, which are required as per API-1104/AWS/ASME (as applicable) for establishing integrity of workmanship/ fabrication job, need to be carried out by the Contractor at their cost.

3.24 Inspection of all weld jobs shall be done as per ASME Sec-I, ASME Sec-VII, AWS D 14.6,

Mil STD 1689, NBIC and other relevant codes as required. 3.25 For Radiographic inspection and other NDT, Contractor shall engage third party service

provider specialized in such field and having requisite equipment and skilled Personnel (inspector) of appropriate level. Credentials of such third party agency shall be submitted by the bidder alongwith their Technical bids. The bidder may propose more than one such third party agency for NDT with details of their qualification and experience. Final selection of the agency out of the list will be at the option of Company (OIL).

Page 27: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

27

3.26 Representative of OIL shall have all the rights and access for inspecting the work being

executed by the Contractor at any stage. Bidder must agree for this. The Company’s representative/inspector shall have free access to all concern areas where the actual work to be executed. The Contractor shall also facilitate the Company official/inspector all means and facilities necessary to carry out inspection.

4.0 OTHER TECHNO-COMMERCIAL REQUIREMENTS 4.1 The bidder/Principal bidder/ MOU partner must have a fabrication shop anywhere in India

having facilities for automated welding and heat treatment for piping and vessel fabrication job as per ASME, SECTION-VIII, Division-1. Documentary evidence pertaining to same will be required for Technical Qualification.

4.2 The bidder/Principal bidder/MOU partner must have facilities / infrastructure and necessary

software for design and detail engineering, preparation of engineering drawing including isometric for process piping job.

4.3 The bidder/Principal bidder/MOU partner must have mobile welding, grinding and cutting set

suitable for carrying out welding jobs on SS, CS piping as per ASME-B31.3, AWS-D10.4-86 and API-1104.

4.4 The bidder/Principal bidder/ MOU partner must engage a Project In-charge/Manager at site

who have a minimum qualification of Graduate in Engineering and at least 5 years experience in executing projects of similar nature and completed at least one job successfully during last 5 years ending 31-3-2009. Documentary evidence in support of this must be submitted along with the technical bid.

5.0 SCHEDULE OF JOB COMPLETION : 5.1 In order to meet the operational convenience, above mentioned jobs are planned to be

carried out as under;

5.1.2 Contractor to commence procurement of pipes and pipe fittings required for fabrication and installation of the Manifold immediately upon receipt of notification of award of Contract and complete fabrication jobs at their works as soon as possible. Thereafter, the fabricated Manifold alongwith related fittings and structural materials for Skid and Walkway to be transported up to the site (Dandewala, nearly 150 Km from Jaisalmer Town in Rajasthan) with installation crew and equipment. In view of operational urgency, Company expects the Contractor to complete mobilisation of installation crew and machineries alongwith the fabricated manifold and fittings at site within 180 Days from the date of issue of letter of award by Company.

5.1.3 The site jobs including installation and testing should be completed within two month from

the date of mobilization at site. Thus, the entire contract should be executed within a period of Eight (8) months from the date of issue of award by Company. The contract will remain in force till completion of all assigned jobs to the satisfaction of Company.

6.0 PAYMENT TERMS : No advance payment whatsoever will be paid by Company against the contract. All payments

due by Company to the Contractor shall be made at Contractor’s designated bank against proper and undisputed invoices/bills as per following schedule.

Page 28: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

28

6.1 Cost of Materials & Mobilisation Charges : On time lump sum Mobilisation Charge as

quoted by the successful bidder alongwith 70% (seventy percent) of the cost of materials (bought-out items i.e. Srl. No. A1 to A4 of Proforma-II) will be paid after completion of mobilization of site crew including all materials, equipment and machineries etc. at site. Contractor to raise/submit invoice in triplicate for payment of Mobilisation Charges & cost of materials upon commencement of site jobs after the site camp is established. Payment will be released by Company, if undisputed, within 15 days of receipt of the invoice/bill.

6.2 Payment of Site Jobs (Installation/fabrication/testing) : Payment towards execution of the

site jobs (installation/fabrication/testing) together with remaining 30% (thirty percent) of materials cost and demobilization charges, if quoted any, will be paid after successful completion of Contractor’s all contractual obligations at the end against Contractor’s invoice on certification by Company’s site in charge.

7.0 LIQUIDATED DAMAGES : 7.1 The Contractor will be liable to pay liquidated damages at the rate of 0.5% of the total

evaluated contract value for delay of each week or part thereof, subject to maximum of 7.5% in the event of default by the Contractor as under;

- Delay in completion/execution of the project entirely, within the scheduled time frame of

eight (8) months from the date of issue of LOA by Company. 7.2 The Liquidated damages as mentioned above are genuine pre-estimate of damages (not

penalty) duly agreed by both the parties and Company will recover/deduct the same from Contractor’s bill/invoice as applicable.

(END OF SECTION – V)

Page 29: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

29

SECTION – VI

FORM OF BID SECURITY (BANK GUARANTEE)

WHERAS, (Name of Bidder) ……………………… (hereinafter called “the bidder”) has submitted his bid dated (Date) ………for the provision of certain oilfield services (hereinafter called “the bid”). KNOW ALL MEN by these presents that we (Name of Bank) ………………… of (Name of country) ……………… having our registered office at …………… (hereinafter called “the Bank”) are bound unto Oil India Limited (herein after called “Company” in the sum of (………..) * for which payment well and truly to be made to Company, the bank binds itself, its successors and assignees by these presents. SEALED with the common seal of the said Bank this ………. Day of ……… , 2010. THE CONDITIONS of this obligation are: 1. If the bidder withdraws his bid during the period of bid validity specified in the Form of Bid;

Or

2. If the bidder, having been notified of the acceptance of his bid by the Company during the period of bid validity:

- fails or refuses to execute the Form of Agreement in accordance with the Instructions

to bidders, if required; or - fails or refuses to furnish the Performance Security in accordance with the

Instructions to bidders; We undertake to pay to Company up to the above amount upon receipt of its first written

demand, without Company having to substantiate its demand, provided that in its demand Company will note that the amount claimed by it is due to it owing to the occurrence of one or both of the two conditions specifying the occurred condition or conditions. This guarantee will remain in force up to and including the date, 240 days after the closing date for submission of bids as stated in the tender document or as extended by you at any time prior to this date, notice of which extension to the bank being hereby waived, and any demand in respect thereof should reach the bank not later than the above date. DATE: ………….. SIGNATURE OF THE BANK: …………………….. WITNESS: ………….. SEAL: ……………………. (Signature, Name and Address) ______________________________________________________________________________

The bidder should insert the amount of the guarantee in words and figures denominated in the currency of the Company’s country or an equivalent amount in a freely convertible currency.

(END OF SECTION - VI)

Page 30: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

30

SECTION - VII

FORM OF PERFORMANCE BANK GUARANTEE (UNCONDITIONAL)* To: (Name of Company ………………………………………………………………………….) (Address of Company ………………………………………………………………………..) WHEREAS (Name and address of Contractor) ……………………………… (hereinafter called “Contractor”) had undertaken, in pursuance of Contract No…………. dated …………… to execute (Name of Contract and brief description of the work) …………………………………… (hereinafter called “the Contract”), AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a bank guarantee by a recognised bank for the sum specified therein as security for compliance with his obligations in accordance with the Contract; AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee, now THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Contractor, up to a total of (Amount of Guarantee)** ……………….. (in words) ……………… ……………….. such sum being payable in the type and proportions of currencies in which the Contract Price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of the guarantee sum as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand. We further agree that no change or addition to or other modifications of the terms of the Contract or of the work to be performed thereunder or of any of the Contract documents which may be made between you and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. This guarantee is valid until the date (……………)** four months after Contract Completion. SIGNATURE & SEAL OF THE CONTRACTOR :………………………………………… Name of Bank :………………………………………… Address :………………………………………… :………………………………………… :………………………………………… :………………………………………… Date :………………………………………… ______________________________________________________________________________ * Bidders are NOT required to complete this form while submitting the bid. **An amount is to be inserted by the guarantor, representing the percentage of the Contract price

specified in the Contract, and denominated either in the currency of the Contract or in a freely convertible currency acceptable to the Company as per para 25.0 under Section-II

(END OF SECTION-VII)

Page 31: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

31

SECTION - VIII

BID REJECTION CRITERIA (BRC) / BID EVALUATION CRITERIA (BEC) A. BID REJECTION CRITERIA ( BRC ) : The Bid shall conform generally to the specifications and terms and conditions including the

scope of work/supply given in the bidding document. Bids will be rejected in case services offered do not conform to the required parameters stipulated in the technical specifications/ Scope of work/Terms of reference. Notwithstanding the general conformity of the bid to the stipulated specifications/terms, the following requirements will have to be particularly met by the bidders without which the same will be considered as non-responsive and rejected.

1.0 TECHNICAL : 1.1 The bidder should have experience and expertise in executing projects on turnkey basis

involving Detailed Engineering, Procurement, Fabrication, Erection, Installation, Testing, Commissioning including mechanical & structural work for a project in Industrial Sector. During last Seven (7) years, ending last day of the month previous to scheduled Bid Closing, the bidder must have successfully carried out jobs of similar nature (involving purchase of materials, fabrication and supply) for any Industrial Sector as under;

(i) Three similar work, each costing not less than Rs. 50.00 lakh.

or (ii) Two similar work, each costing not less than Rs. 60.00 lakh

or (iii) One similar work, costing not less than Rs. 100.00 lakh. Note : Documents establishing successful execution of contracts as above must be submitted alongwith the technical bid, failing which the offer will be rejected. These documents should be in the form of duly attested copies of contracts/work orders and completion certificates/payment certificates etc. issued by clients.

1.2 Out of the contracts mentioned in para 1.1 above, at least one contract or project should be

in Hydrocarbon sector involving procurement, structural and plant piping fabrication, erection, installation, testing and commissioning jobs. The procurement & fabrication shall be conforming to ASME/ANSI/API/AWS standards or against international standards for SS/CS pipes, pipefittings etc.

1.3 The Principal Bidder must have minimum annual average turnover of Rs. 38.00 lakh (as per

audited annual report) during last three financial years ending March, 2009. In order to assess the financial stability of the bidder by Company, the bidder must provide financial statements like balance sheet and profit & loss account for last three completed financial years alongwith their Technical bids. In case of Joint Venture firms, the financial statements of the constituent members also to be submitted. In absence of these documents, the bid will be liable for rejection.

1.4 The key manpower to be engaged by the Contractor should have qualification and

experience as called for under the technical requirements of this tender, failing which the offer will not be accepted. Documentary evidence like Bio-data of the offered key personnel in support of this must be submitted alongwith the technical bid.

Page 32: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

32

1.5 Bids which do not include all the jobs/services mentioned in the tender document will be

considered as incomplete and rejected. 1.6 Conditional offers will not be considered and will be rejected. 1.7 Any bid containing false statement will be rejected. 1.8 Bids must meet the technical requirements as mentioned in the Terms of Reference/Scope of

Work/Technical Specifications (Section-V) of the bidding document. 1.9 OIL shall be entering into an integrity Pact with the bidders as per format enclosed vide

PROFORMA-III of the tender document. Each page of this Integrity Pact Proforma has been duly signed by OIL’s competent signatory. The Proforma has to be returned by the bidder (alongwith their Technical Bids) duly signed by the same signatory who signs the bid. Any bid, not accompanied by the Integrity Pact Proforma duly signed by bidder’s authorized signatory will be rejected straightway. All pages of the Integrity Pact to be signed by the bidder’s authorized signatory who signs the bid.

2.0 COMMERCIAL : 2.1 The bids are to be submitted in a single stage two bid system i.e. Technical Bid (un-priced)

and Commercial Bid (priced) submitted together in separate envelopes. Both the bids should be identical except that only the Commercial bid should contain prices. The offer will be rejected, if the technical bid contains prices/rates.

2.2 Bidders must offer firm prices in Indian Rupees only in their Commercial Bids. Prices

quoted by the successful bidder must remain firm during the entire period of execution of the contract and not subject to variation on any account whatsoever. A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected.

2.3 Bid security shall be furnished as a part of the Technical bid. The amount of bid security

should be as specified in the ‘Forwarding Letter. However, Public Sector Undertakings (Central or State) are exempted from submission of bid security against this tender. Bid not accompanied by a proper bid security as above will be rejected.

2.4 Bids received after the scheduled bid closing date and time will be rejected outright.

2.5 The Bid documents are not transferable. Bids submitted by parties who did not purchase the

tender documents from Company will be rejected.

2.6 Any bid received in the form of Telex/Cable/Fax/E-Mail will not be accepted.

2.7 Bids shall be typed or written in indelible ink and Original bid shall be signed by the bidder or his authorized representative on all pages, failing which the bid may be rejected.

2.8 Bids shall contain no interlineation, erasures or overwriting except as necessary to correct

errors made by bidder, in which case such corrections shall be initialed 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.

2.9 Bids must be kept valid for a minimum period of 180 days from the date of scheduled bid

closing. Bids with inadequate validity will be rejected.

Page 33: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

33

2.10 Bidders must quote clearly and strictly in accordance with the price schedule outlined in “Schedule of Rates” (Proforma-II) of bidding documents, otherwise the bid will be summarily rejected. The Bids in which the rates for any part of the work are not quoted shall be rejected. However, if no charge is involved for any of the work/item, ‘NIL’ should be mentioned against such part of work.

2.11 Bidder must accept and comply with the following clauses as given in the Bidding

Document in toto, failing which offer will be rejected-

a) Performance Bank Guarantee clause. b) Force Majeure clause c) Tax liabilities clause d) Arbitration clause e) Applicable Law f) Liquidated Damage clause

3.0 GENERAL :

3.1 Proforma -I : The Compliance statement must be filled up by bidders in their technical bid.

In case bidder takes exception to any clause of the bidding 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 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.

3.2 To ascertain the substantial responsiveness of the bids, 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 in toto must be received on or before the deadline given by the company, failing which the offer will be summarily rejected.

3.3 If any of the clauses in the BRC contradicts with other clauses of bidding document

elsewhere, then the clauses in the BRC shall prevail.

B. BID EVALUATION CRITERIA (BEC):

1.0 The bids conforming to the technical specifications, terms and conditions stipulated in the bidding document and considered to be responsive after subjecting to Bid Rejection Criteria (BRC) will be considered for further evaluation as per the Bid Evaluation Criteria given below.

1.1 Commercial Evaluation of bids submitted by the technically qualified bidders will be done

on the basis of rates quoted by them as per the enclosed Price Schedule Format (Proforma-II) to ascertain the inter-se-ranking on total value basis considering all the items. However, it is to be clearly understood that the quantity indicated against each item therein is based on estimates/assumptions of the Company and valid for bid evaluation purpose only. Payment will be made by OIL on actual job done/quantity consumed during execution of the contract against certification by Company’s site Engineer.

1.2 In the event of computational error between unit rate and total price, the unit rate as quoted

by the bidder in original bid shall prevail. Similarly, in the event of any discrepancy between words and figures, the unit rates as quoted in words shall prevail.

(END OF SECTION-VIII)

Page 34: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

34

PROFORMA-I

STATEMENT OF COMPLIANCE (Only exceptions/deviations to be rendered)

SECTION NO.

(PAGE NO.) CLAUSE NO.

SUB-CLAUSE NO. COMPLIANCE/

NON COMPLIANCE REMARKS

(Authorised Signatory) Name of the Bidder : ___________

NOTE : OIL INDIA LIMITED expects the bidders to fully accept the terms and conditions of the

bid document. However, should the bidders still envisage some exceptions/deviations to the terms and conditions of the bid document, the same should be indicated here and put in their Technical Bid. If the proforma is left blank, then it would be presumed that the bidder has not taken any exception/deviation to the terms and conditions of the bid document.

**********

Page 35: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

35

PROFORMA-II

PRICE SCHEDULE FORMAT / SCHEDULE OF WORK

FABRICATION, SUPPLY AND INSTALLATION OF PRODUCTION MANIFOLD

Srl. No.

Description Unit Quantity Unit Rate (Rs.)

Total (Rs.)

A. COST OF MATERIALS FOR PIPES & PIPE FITTINGS :

A1 Schedule 80 S, SS-304L, Seamless, BE Pipes;

(i) 8” (200 mm) NB (ii) 4” (100 mm) NB (iii) 3” (75 mm) NB

Mtr. Mtr. Mtr.

12 12 60

A2 Forged Flanges, SS-316, ANSI Class-2500, WN, RTJ type, dimensions as per ASME-B16.5. Flanges shall be complete with studs, nuts and RX- type Ring Joint Gaskets. Bore shall be as per schedule 80s pipe.

(i) 3” (75 mm) NB (ii) 4” (100 mm) NB (iii) 6” (150 mm) NB

(iv) 8” (200 mm) NB

Pair Pair Pair Pair

30 02 02 02

A3 Blind Flanges, Forged, SS-316, ANSI Class-2500, RTJ type, dimensions as per ASME-B16.5. Flanges shall be complete with studs, nuts and RX-type Ring Joint Gaskets. Bore shall be as per Schedule 80S pipe.

(i) 3” (75 mm) NB (ii) 4” (100 mm) NB (iii) 6” (150 mm) NB (iv) 8” (200 mm) NB

Pair Pair Pair Pair

08 01 01 01

A4 Schedule 80S, SS304L, BE pipe fittings. WP 210 Kg/Cm2.

(i) 3” (75 mm) Equal Tee (ii) 3” (75 mm) X 90 deg. Elbow (iii) 4” (100 mm) X 3” (75 mm) Reducer of 200 mm Length. (iv) 8” 9200 mm) X 6’ (150 mm) Reducer of 200 mm Length.

No. No. No.

No.

15 25 02

01

Page 36: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

36

Srl. No.

Description Unit Quantity Unit Rate (Rs.)

Total (Rs.)

B. COST OF FABRICATION JOBS:

B1 Fabrication of Tee point on SD-304L, Schedule 80S pipes by cutting, grinding and welding. Tee (s) should have saddle support at the base. Job should be as per ASME-B31.3, AWS-D10.4-86. (i) 3” (75 mm) NB Tee on 8” (200 mm) NB Pipe. (ii) 3” (75 mm) NB Tee on 4” (100 mm) NB Pipe.

No. of Joints

No. of Joints

10

10

B2 Cutting, Grinding and face preparation of 3” (75 mm) NB, Sch-80S, SS304L pipe pieces of different length out of pipe joints, as per enclosed sketch.

No. of pieces

50

B3 Butt Welding and fixing of Schedule-80S, SS-304L pipe joints between pipe to pipe, pipe to flanges/Tee/Bend etc. the welding shall be as per ASME-B31.3, AWS-D10.4-86. Pipe fittings 3000 psig (210 Kg/Cm2) WP Flanges are of ANSI-2500 Class (i) 3” (75 mm) NB (ii) 4” (100 mm) NB (iii) 6” (150 mm) NB (iv) 8” (200 mm) NB

No. of weld Joints

100 06 02 04

C. SITE JOBS (INSTALLATION & TESTING) :

C1 Charges for Mobilisation of Installation Crew at site (Dandewala in western Rajasthan) alongwith fabricated Manifold and other fittings and machinery, tools & gadgets for installation & testing

Lump sum

01

C2 Manual handling/shifting of pipes, pipe fittings, valves etc. up to a distance of 200 metre approx.

Ton 20

Page 37: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

37

Srl. No.

Description Unit Quantity Unit Rate (Rs.)

Total (Rs.)

C3 Installation of Flanged Ends, 3” (75 mm) NB. ANSI-2500 class valves to the piping system (after aligning & fixing in position and after installing Ring joint gaskets) by fixing appropriate number of studs and nuts with the companion flanges. NOTE : Valves shall be provided by OIL. Estimated weight of each valve would be approx. 600 Kg. (3” x 2500 class GTV : 20 Nos. and 3” x 2500 class NRV : 10 Nos.)

No. of Valves

30

C4 Fixing of the pair of Flanges/Flange to blind Flange after aligning and placing the ring joint gasket in place. (i) 3” (75 mm) NB X 2500 Class (ii) 4” (100 mm) NB X 2500 Class (iii) 6” (150 mm) NB X 2500 Class

(iv) 8” (200 mm) NB X 2500 Class

Pair of Flanges

15 03 03 02

C5 Fabrication and installation of one number MS Skid including supply of materials, to be made out of 150 mm IS Beam, as per IS-2062, required for placement of Production Header. Details of Skid dimensions shall be provided at site.

Kg 2000

C6 Construction of Walkway of one mtr. wide, generally as per enclosed sketch. All materials required for the walkway will be supplied by the Contractor.

Mtr. 20

C7 Radiographic Inspection of the weld joints. Radiographic inspection of the SS welded joints to be carried out as per relevant API code and as per the scope of work & specification for the following sizes of pipes. (i) 3” (75 mm) NB Weld joints (ii) 4” (100 mm) NB Weld joints (iii) 6” (150 mm) NB Weld joints (iv) 8” (200 mm) NB Weld joints

NOTE : The Contractor shall use and supply NDT-65 or D-7 or AA-5 or equivalent film for radiography inspection. Radiography instrument must be approved by BARC (Gamma Ray).

No. of Joints

100 06 02 04

Page 38: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

38

Srl. No.

Description Unit Quantity Unit Rate (Rs.)

Total (Rs.)

C8 Hydraulic Testing of the complete Manifold at a pressure of 210 Kg/Cm2.

Lump sum

01

C9 Demobilisation Charges from site after successful completion of site jobs

Lump sum

01

TOTAL ESTIMATED CONTRACT VALUE : (Sum Total of all above charges i.e.; A + B + C)

Note : 1.0 All materials to be procured and supplied by the Contractor for the purpose of execution of

the contract shall be brand new, unused and from reputed sources. 2.0 Test certificates issued by an independent third party inspection agency viz; DNV/

Lloyds/RITES/IRS/BV/Tuboscope for physical properties and chemical compositions of all tubular items shall be provided to OIL.

3.0 Rates to be quoted on FOR destination (Dandewala) basis in Indian Rupees inclusive of all

taxes, duties, transportation and transit insurance etc. OIL will not pay/reimburse any additional amount over and above the quoted rates.

4.0 All above rates must be quoted inclusive of all applicable taxes, duties, levies including

works contract tax, service tax etc. 5.0 Quantity indicated above against each item is based on OIL’s estimate/assumption and valid

for bid evaluation only. However, payment will be made by OIL on the basis of actual job execution/quantity consumed against certification by Company’s site Engineer.

6.0 Contractor must arrange mobile crane/fork lift with operators at site at their cost to handle

heavy materials, if required, as per scope of work. 7.0 Mobilisation Charges (Srl. No. C1) should not exceed three percent (3%) of the total

evaluated contract cost, failing which the offer will be liable for rejection.

***********

Page 39: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

39

PROFORMA-III

INTEGRITY PACT

Between

Oil India Limited (OIL) hereinafter referred to as "The Principal"

And (Name of the bidder)......................................................hereinafter referred to as "The Bidder/Contractor" Preamble: The Principal intends to award, under laid down organizational procedures, contract/s for --------------------------------------. The Principal values full compliance with all relevant laws and regulations, and the principles of economic use of resources, and of fairness and transparency in its relations with its Bidder/s and Contractor/s. In order to achieve these goals, the Principal cooperates with the renowned international Non-Governmental Organization "Transparency International" (TI). Following TI's national and international experience, the Principal will appoint an external independent Monitor who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above. Section: 1 -Commitments of the Principal (1) The Principal commits itself to take all measures necessary to prevent corruption and to observe

the following principles:

1. No employee of the Principal, personally or through family members, will in connection with the tender for, or the execution of a contract, demand, take a promise for or accept, for him/herself or third person, any material or immaterial benefit which he/she is not legally entitled to.

2. The Principal will, during the tender process treat all Bidders with equity and reason. The Principal will in particular, before and during the tender process, provide to all Bidders the same information and will not provide to any Bidder confidential/additional information through which the Bidder could obtain an advantage in relation to the tender process or the contract execution.

3. The Principal will exclude from the process all known prejudiced persons.

(2) If the Principal obtains information on the conduct of any of its employees which is a criminal

offence under the relevant Anti-Corruption Laws of India, or if there be a Page 2 of 6 substantive suspicion in this regard, the Principal will inform its Vigilance Office and in addition can initiate disciplinary actions.

Page 40: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

40

(Page – 2 of 5) Section: 2 -Commitments of the Bidder/Contractor (1) The Bidder/Contractor commits itself to take all measures necessary to prevent corruption. He

commits himself to observe the following principles during his participation in the tender process and during the contract execution.

1. The Bidder/Contractor will not, directly or through any other person or firm, offer, promise or give to any of the Principal's employees involved in the tender process or the execution of the contract or to any third person any material or immaterial benefit which h e/she is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract.

2. The Bidder/Contractor will not enter with other Bidders into any undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, Subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to introduce cartelization in the bidding process.

3. The Bidder/Contractor will not commit any offence under the relevant Anticorruption Laws of India; further the Bidder/Contractor will not use improperly, for purposes of competition or personal gain, or pass on to others, any information or document provided by the Principal as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically.

4. The Bidder/Contractor will, when presenting his bid, disclose any and all payments he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract.

(2) The Bidder/Contractor will not instigate third persons to commit offences outlined above or be

an accessory to such offences. Section 3 -Disqualification from tender process and exclusion from future Contracts If the Bidder, before contract award has committed a transgression through a violation of Section 2 or in any other form such as to put his reliability or risibility as Bidder into question, the Principal is entitled to disqualify the Bidder from the tender process or to terminate the contract, if already signed, for such reason.

1. If the Bidder/Contractor has committed a transgression through a violation of Section 2 such as to put his reliability or credibility into question, the Principal is entitled also to exclude the Bidder/Contractor from future contract award processes. The imposition and duration of the exclusion will be determined by the severity of the transgression. The severity will be determined by the circumstances of the case, in particular the number of transgressions, the position of the transgressions within the company hierarchy of the Bidder and the amount of the damage. The exclusion will be imposed for a minimum of 6 months and maximum of 3 years.

2. The Bidder accepts and undertakes to respect and uphold the Principal's Absolute right to resort to and impose such exclusion and further accepts and undertakes not to challenge or question such exclusion on any ground, including the lack of any hearing before the decision to resort to such exclusion is taken. This undertaking is given freely and after obtaining independent legal advice.

Page 41: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

41

(Page – 3 of 5)

3. If the Bidder/Contractor can prove that he has restored/recouped the Damage caused by him and has installed a suitable corruption prevention system, the Principal may revoke the exclusion prematurely.

4. A transgression is considered to have occurred if in light of available evidence no reasonable doubt is possible.

Section 4 -Compensation for Damages 1. If the Principal has disqualified the Bidder from the tender process prior to the award according

to Section 3, the Principal is entitled to demand and recover from the Bidder liquidated damages equivalent to 3 % of the value of the offer or the amount equivalent to Earnest Money Deposit/Bid Security, whichever is higher.

2. If the Principal has terminated the contract according to Section 3, or if the Principal is entitled

to terminate the contract according to section 3,the Principal shall be entitled to demand and recover from the Contractor liquidated damages equivalent to 5% of the contract value or the amount equivalent to Security Deposit/Performance Bank Guarantee, whichever is higher.

3. The bidder agrees and undertakes to pay the said amounts without protest or demur subject only

to condition that if the Bidder/Contractor can prove and establish that the exclusion of the Bidder from the tender process or the termination of the contract after the contract award has caused no damage or less damage than the amount or the liquidated damages, the Bidder/Contractor shall compensate the Principal only to the extent of the damage in the amount proved.

Section 5 -Previous transgression 1. The Bidder declares that no previous transgression occurred in the last 3 years with any other

Company in any country conforming to the TI approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process.

2. If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender

process or the contract, if already awarded, can be terminated for such reason. Section: 6 -Equal treatment of all Bidders/Contractor/Subcontractors 1. The Bidder/Contractor undertakes to demand form all subcontractors a commitment in

conformity with this Integrity Pact, and to submit it to the Principal before contract signing. 2. The Principal will enter into agreements with identical conditions as this one with all Bidders,

Contractors and Subcontractors. 3. The Principal will disqualify from the tender process all bidders who do not sign this Pact or

violate its provisions.

Section: 7 -Criminal charges against violating Bidders/Contractors/ Subcontractors

If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or of an employee or a representative or an associate of a Bidder, Contractor or Subcontractor, which constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will inform the Vigilance Office.

Page 42: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

42

(Page – 4 of 5)

Section: 8 -External Independent Monitor/Monitors (three in number depending on the size of the contract) (to be decided by the Chairperson of the Principal) 1. The Principal appoints competent and credible external independent Monitor for this Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement. 2. The Monitor is not subject to instructions by the representatives of the parties and performs his functions neutrally and independently. He reports to the Chairperson of the Board of the Principal. 3. The Contractor accepts that the Monitor has the right to access without restriction to all Project documentation of the Principal including that provided by the Contractor. The Contractor will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to Subcontractors. The Monitor is under contractual obligation to treat the information and documents of the Bidder/Contractor/Subcontractor with confidentiality. 4. The Principal will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the Principal and the Contractor. The parties offer to the Monitor the option to participate in such meetings. 5. As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so inform the Management of the Principal and request the Management to discontinue or heal the violation, or to take other relevant action. The monitor can in this regard submit non-binding recommendations. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner, refrain from action or tolerate action. 6. The Monitor will submit a written report to the Chairperson of the Board of the Principal within 8 to 10 weeks from the date of reference or intimation to him by the 'Principal' and, should the occasion arise, submit proposals for correcting problematic situations. 7. If the Monitor has reported to the Chairperson of the Board a Substantiated suspicion of an offence under relevant Anti-Corruption Laws of India, and the Chairperson has not, within reasonable time, taken visible action to proceed against such offence or reported it to the Vigilance Office, the Monitor may also transmit this information directly to the Central Vigilance Commissioner, Government of India. 8. The word 'Monitor' would include both singular and plural. Section:9 -Pact Duration This Pact begins when both parties have legally signed it. It expires for the Contractor 12 months after the last payment under the respective contract, and for all other Bidders 6 months after the contract has been awarded. If any claim is made/ lodged during this time, the same shall be binding and continue to be valid despite the lapse of this pact as specified above, unless it is discharged/determined by Chairperson of the Principal.

Page 43: FORWARDING LETTER - Oil India · FORWARDING LETTER Tender No. : JCO 7877 P11 ... the Bid document (Ref. Section-VI for the format) and valid for 60 days beyond the validity of the

43

(Page – 5 of 5)

Section:10 -Other provisions 1. This agreement is subject to Indian Law. Place of performance and jurisdiction is the Registered Office of the Principal, i.e. Noida. 2. Changes and supplements as well as termination notices need to be made in writing. Side agreements have not been made. 3. If the Contractor is a partnership or a consortium, this agreement must be, signed by all partners or consortium members. 4. Should one or several provisions of this agreement turn out to be invalid, the remainder of this agreement remains valid. In this case, the parties will strive to come to an agreement to their original intensions. ………………………………….. …………………………………... For the Principal For the Bidder/Contractor

Witness 1: .............................

Witness 2: ............................. Place. JODHPUR. Date ……………

---------------------------------------------------------------------------------------------------------------------

NAME OF INDEPENDENT EXTERNAL MONITORS: (a) Shri N. Gopalaswami, IAS (Retd.).

Phone: +91-44-2834-2444 (Res), 96001 44444 (Mobile). E-mail: [email protected]

(b) Shri Ramesh Chandra Agarwal, IPS.

Phone: +91-9810787089, 91-1122752749. E-mail: [email protected]


Recommended