+ All Categories
Home > Documents > Tender UP1RL1000410322355116

Tender UP1RL1000410322355116

Date post: 06-Apr-2018
Category:
Upload: maha-lakshmi
View: 220 times
Download: 0 times
Share this document with a friend

of 69

Transcript
  • 8/3/2019 Tender UP1RL1000410322355116

    1/69

    1

    Aa^yala eND naocaurla gaOsa ka^rpaorSana ilaimaTDOIL AND NATURAL GAS CORPORATION LTD.

    MUMBAI REGION, URAN PLANT, URANRoom No-117, Dronagiri Bhavan

    Tel No-022-27234755 / 50 , Fax: 022-27222811

    NO. : MR/URN/28/C/CC/5-M/20009-10/ UP1R L1 0004 Date:- 19 . 03 .2010

    To,

    M/s __________________________________________

    ______________________________________________

    ______________________________________________

    Subject: - Application of Titanium Putty & Brush able Ceramic coating on heat exchangers at Uran Plant, Uran.

    Dear Sir/Madam,

    Please find enclosed herewith-tender document for the job of Application of Titanium Putty on heatexchangers at Uran Plant, Uran The tender document consists of total 69 pages including this letter. Tendersshould be submitted in two bid system comprising of:-

    1. Techno-commercial bid: - Tender documents along with all its enclosures as mentioned in the Bid EvaluationCriteria in one envelope super scribing Techno-commercial bid and duly sealed. Any deviation or exception, if any,should be submitted with this bid only.

    2. Price bid: - The rate shall be filled only in the schedule given in this tender document and should be placed in aseparate envelope super scribing Price Bid and duly sealed. No other document or terms and conditions should beput in the price bid.

    Both these envelopes containing Techno-commercial and Price Bid should be enclosed together in a third envelope,duly sealed and be super scribed with the subject of the tender should reach on or before Dated 16.04.2010up to1400Hrs. The tenders will be opened at 1500 Hrs. on the same day, if possible.

    Tenders delayed in post or for any other reason will not be entertained.

    Thanking you.

    Yours faithfully,CE(M) CC

    For DGM (P)-I/C C/Cell

  • 8/3/2019 Tender UP1RL1000410322355116

    2/69

    2

    Aa^yala eND naocaurla gaOsa ka^rpaorSana ilaimaTDOIL AND NATURAL GAS CORPORATION LTD.

    MUMBAI REGION, URAN PLANT, URANRoom No-117, Dronagiri Bhavan

    Tel No-022-27234755 / 50 , Fax: 022-27222811

    NO. MR/URN/28/C/CC/5-M/2009-10/UP1R L1 0004 Date:- 19 . 03 .2010

    TENDER NOTICE

    1. Oil and Natural gas Corporation Limited, Uran Plant, Uran invites Sealed Tenders under LIMITED TENDER TWO BIDSYSTEM from the indigenous prospective bidders

    2. However, tender enquiry may also be issued to those bidders who meet the under mentioned Pre-qualification Criteria(PQC). The request from such bidders should however be sent (preferably in person) on or before 05/04/2010to DGM(P), I/C Contract Cell, Room No-116 .Dronagiri Bhavan, ONGC Ltd., Uran Plant, Uran to issue the tender document

    Name of the Work : Application of Titanium Putty & Brush able Ceramic coating on heatexchangers at Uran Plant, Uran

    Tender No. : MR/URN/28/C/CC/5-M/2009-10/UP1R L1 0004

    Section : Contract Cell, 117, Dronagiri Bhavan, ONGC, Uran Plant, Uran -400 702

    Type of Tender : National, Limited Tender in Two Bid System.

    Notification Date : 19 . 03 .2010

    Cost of Tender Document : Nil [Free of Cost]

    Period of issue of Tender to approved listof venders

    : On all working days from 19. 03 .2010 to 29-03-2010 between 1000 Hrs.to 1630 Hrs.

    Receiving request for issue of tender fromvendors other than the approved List (Fromthe date of publication on the web site.)

    :On all working days from 19. 03 .2010 to 29-03-2010 between 1000 Hrs. to

    1630 Hrs.

    Verification & Scrutiny of such request bythe indenter and issue of tender documentto eligible bidders (including the timerequired for receiving same by the bidder)

    :

    05.04.2010

    Submission/Closing Date : 16.04.2010 at 1400 Hrs.

    Opening Date : On 16.04.2010at 1500 Hrs (If possible)

    Earnest Money Deposit (EMD)

    : Rs.43,615 (Rupees Forty Three Thousand Six Hundred Fifteen Only)Payable in the form of Crossed Demand Draft in favor of Dy. GeneralManager (F&A), ONGC, Uran Plant, Uran, payable at Uran only, issued byany Nationalized / Scheduled Commercial Bank

    Pre Qualification & Experience : 1. Non-transferable tender document shall be issued on payment of

    required tender Fee, to those bidders who submit the followingminimum document with their application at the time of purchase.

    Bidder should have minimum 02 (Two) Years of experience inproviding similar services such as Application of Titanium Putty &Brush able Ceramic coating on Heat Exchangers, Pressure vesselsin the field of Petro-Chemical Industry OR Chemical industry ORRefinery OR Fertilizer Plant OR Power Plant OR PSU OR HydroCarbon Industries OR Hydro Carbon Process Plant OR GovernmentOrganization OR Industrial Units.

    In this regard the bidder should have executed at least 02 (Two )Contracts/Work orders of similar nature in 02 (Two )different financial

    years during the last seven years, ending last day of month previousto the one in which applications are invited.

  • 8/3/2019 Tender UP1RL1000410322355116

    3/69

    3

    They must submit notarized copies of Work Orders / Contracts,along with the notarized copies of their job completion report.

    In case of non availability of the job completion report, biddermust submit their documentary evidences as given below dulynotarized, in proof of their satisfactory completion of each of those

    contracts.i. Satisfactory Completion / Performance report OR

    ii. Proof of release of Performance Security after completion of thecontract OR

    iii. Proof of settlement /release of final Payment against thecontract OR

    iv. Any other notarized documentary evidence that can substantiate

    v. the satisfactory execution of each of the contract cited abovefrom reputed leading public & private sector clients in support ofabove.

    The work orders should be dated on or after 01/04/2003

    2. In line with above Services, the bidder must have executed the job ofApplication of Titanium Putty & Brush able Ceramic coating jobshaving work order value as below:

    i. A single work order of value not less than Rs.17,44,600/-(Rupees Seventeen Lakhs Forty Four Thousand SixHundred Only) OR

    ii. Two work orders of value not less than 10,90,380/- (RupeesTen Lakhs Ninety Thousand Three Hundred Eight Only)each OR

    iii. Three work orders of value not less than Rs. 8,72,300/-(Rupees Eighty Lakhs Seventy Two Thousand ThreeHundred Only) each

    They must submit notarized copies of Work Orders /Contracts, along with the notarized copies of their job completionreport OR Documents as mentioned at clause 1 above. The workorders should be dated on or after 01/04/2003

    3. In case the bidder is not a manufacturer of the said putty, then thebidder is required to obtain the documentary evidence in respect ofthe Technical suitability for the said application as mentioned, from

    the concerned OEM and submit the same along with the techno-commercial bid.

    The Bidder should submit notarized copy of proof of Registration oftheir establishment/ firm under any one of the followingcategories

    i. Indian Companies Act 56.

    ii. Indian Partnership Act32.

    iii. Shops and Establishment Act 48

    iv. Factories Act 48

    v. Directorate of Industries / NSIC Ltd.

    4. The Bidder shall submit the notarized copy of their EPF allotment

    letter5 issued by Regional Provident Fund Commissioner along withthe notarized copy of latest monthly remittances paid 6to RegionalProvident Fund authorities., along with the Techno-commercial bid,

  • 8/3/2019 Tender UP1RL1000410322355116

    4/69

    4

    5. The bidder must confirm in their Techno- commercial bid, about theacceptance of LD Clause, Force Majeure Clause, Failure &Termination Clause, Security Deposit Clause, Arbitration Clause,Jurisdiction Clause, Payment Clause, Tax/ duties / levies clause andWarranty & Guarantee Clause etc. in Toto as mentioned in tenderdocument

    6. The bidder shall either submit a notarized copy of valid RegistrationCertificate under Service Tax Rules OR an under taking forsubmission of a notarized copy of requisite Service Tax Registrationcertificate along with the first invoice submitted for payment againstthe purchase order in favour of the firm along with Techno-commercial bid.

    7. The bidder should confirm furnishing of Performance BankGuarantee for 10% of the annualized contract value strictly as perthe Performa enclosed in the tender document within Two weeks ofsigning of contract.

    8. The successful bidder has to give an undertaking that they willprovide all the necessary certificates / documents for enabling ONGCto avail in put VAT Credit and CENVAT credit benefits (whereverapplicable), in respect of the payments of VAT, Excise Duty, ServiceTax etc which are payable against the contract (if awarded) alongwith documentary evidence for payment of excise duty and servicetax.

    9. The bidders should submit a declaration to the effect that neither thebidder themselves, nor any of its allied concerns, partners orassociates OR directors OR proprietors involved in any capacity, arecurrently serving any banning orders issued by ONGC debarringthem from carrying on business dealings with ONGC. Offers not

    accompanied with the said declaration will be debarred from carryingout business dealings with ONGC.

    Other Conditions 1. No deviations / exceptions to the bid conditions shall be acceptable.

    2. No cognizance will be taken for postal delays.

    3. The tenders have to be submitted by the due date and time as PerNIT.

    4. a). ONGC reserves the right to reject or prefer any bid and to annulthe bidding process and reject all bids at any time prior to awardof contract, without thereby incurring any liability to the affectedBidder or Bidders or any obligation to inform the affected Bidder

    or Bidders of the ground for ONGCs action.

    b) The ONGC also reserves to itself the right to accept any bid inpart or spilt the order between two or more bidders.

    Tender issuing office address: Office of Chief Engineer (M), Contact Cell, Room No.117, Dronagiri

    Bhavan, ONGC, Uran Plant, Navi Mumbai-400702, Dist.- Raigad.

    Tender submission Address: Tender box kept at the Office of Chief Engineer (Mech.), Contact Cell,

    Room No.117, Dronagiri Bhavan, ONGC, Uran Plant.Navi Mumbai-400702, Distt.- Raigad

    Chief. Engineer (M)For DGM (P) - I/C C/Cell

  • 8/3/2019 Tender UP1RL1000410322355116

    5/69

    5

    INDEXAnnexure - I

    Instruction to Bidders

    Sl. Clauses Page No.

    1. Covering Letter 12. Tender Notice 2-43. Index 5-74. Eligibility of the Bidder 85. Tender Fee 96. Transfer of Bidding Document 97. Cost of Bidding 98. Content of Bidding Document 99. Language and Signing of Bid 1010. Clarification in Respect of Incomplete Offers 1111. Documents Comprising the Bid 1112. Bid Security /Bid Bond 1113. Price Schedule 1214. Bid Currencies 1215. Payment Clause 1216. Vague and Indefinite Expressions 1317. Period of Validity of Bids 1318. Bid Security 1319. Offers With Fax Bid Bonds 1420. Sealing and Marking of Bids 1421. Deadline for Submission of Bids 1522. Late Bids 1523. Modification and Withdrawal of Bids 1524. Opening of Bids 1525. Evaluation and Comparison of Bids 1526. Unsolicited Post Tender Modifications 1527. Examination of Bids 1528. Specifications 1529. Purchase Preference to Central PSUS 1530. Contacting the ONGC 1631. Award Criteria 1632. ONGCs Right to Accept Any Bid and To Reject Any or All Bids 1633. Notification of Award 1634. Mobilization period 1635. Contract Period 1636. Job Completion Schedule 1637. Signing Of Contract 1638. Performance Security 1739. Correspondence 17

    Representation from the bidder. 17

    Appendix-1 Bidding Document Acknowledgement Proforma 18

    Appendix-2 Bid Submission Proforma 18

    Appendix-3 Bid Submission Agreement Proforma 20

    Appendix-4 Authorization Letter for Attending Tender Opening 21

    Appendix-5 Proforma of Bank Guarantee towards Bid Security 22-23

    Appendix-6 Proforma Certificate on Relatives of Directors of ONGC 24

    Appendix-7 Bidders Past Services (Similar) Proforma 25

    Appendix-8 Proforma for Changes/Modifications Sought by Bidders to the

    Bidding Conditions

    26

  • 8/3/2019 Tender UP1RL1000410322355116

    6/69

    6

    Annexure IIContract and General Contract Conditions

    Sl. Clauses Page No.

    1. Definitions 27-292. Scope of Work/Contract 293. Duration of the Contract 294. Notices and Addresses 295. Duties and Power/Authority 306. Contractors Representative 307. Contract Document 308. Remuneration and payment terms 319. Claims/Taxes & Duties, Fees and Accounting 3210. Performance 3311. Performance Bond 3312. Security deposit 3313. Forfeiture of Security Deposit / Bank Guarantee 3314. Period of Liability 3415. Discipline 3416. Safety & Labour Laws 3417. Secrecy 3418. Statutory Requirement 3419. Insurance 3420. Indemnity Agreement 3721. Patent Indemnity 3822. Independent Contractor status 3823. Termination 3824. Inspection 3925. Severability 3926. Consequential Damages 3927. Liquidated Damages 3928. Change in Laws 4029. Liability of the Government of India 4130. Force Majeure 4131. Employment by Firms to Officials of ONGC 4132. Preference to Local Companies 4133. Jurisdiction and Applicable Law 4234. Arbitration 4235. Labour Laws Arbitration and Other Legal Matters 4236. Observance of Labour Laws 4237. Govt. Directive on Employment of Labour 4338. Continuance of the Contract 4339. Payment of Wages to Laborers 4340. Interpretation 4441. Entire Agreement 4542. Site Pollution Responsibility 4543. Appendix-1 CHECK LIST 46-47

    Annexure IIIGeneral Obligations

    49. Contractors Obligations 48

    50. Material/ Facility provided by ONGC 48

  • 8/3/2019 Tender UP1RL1000410322355116

    7/69

    7

    Annexure IVSafety and security Code for ONGC, Uran

    51. Safety and security Code for ONGC, Uran. 49-50

    AnnexureVScope of Work

    53. Scope of Work- Application of Titanium Putty & Brush able Ceramic coating onheat exchangers at Uran Plant, Uran

    51-53

    AnnexureVI

    60 BEC 54-57

    61 BEC Matrix 58-64

    AnnexureVII

    61 Lump-Sum Price Format PART-I 65

    62 Break up of Lump-Sum Price PART-II 66-68

    ========

  • 8/3/2019 Tender UP1RL1000410322355116

    8/69

    8

    ANNEXURE- I

    INSTRUCTIONS TO BIDDERS

    1. ELIGIBILITY AND EXPERIENCE OF THE BIDDER:-a) Bidder should have minimum 02 (Two) Years of experience of providing similar services such as

    Application of Titanium Putty & Brush able Ceramic coating on Heat Exchangers, Pressure vessels in thefield of Petro-Chemical Industry OR Chemical industry OR Refinery OR Fertilizer Plant OR Power Plant OR

    PSU OR Hydro Carbon Industries OR Hydro Carbon Process Plant OR Government Organization ORIndustrial Units.

    In this regard the bidder should have executed at least 02 (Two ) Contracts/Work orders of similarnature in 02 (Two )different financial years during the last seven years, ending last day of month previous tothe one in which applications are invited. They must submit notarized copies of Work Orders / Contracts,along with the notarized copies of their job completion report

    In case of non availability of the job completion report, bidder must submit their documentaryevidences as given below duly notarized, in proof of their satisfactory completion of each of those contracts.

    i. Satisfactory Completion / Performance report OR

    ii. Proof of release of Performance Security after completion of the contract OR

    iii. Proof of settlement /release of final Payment against the contract ORiv. Any other notarized documentary evidence that can substantiate the satisfactory execution of each

    of the contract cited above from reputed leading public & private sector clients in support of above

    The work orders should be dated on or after 01/04/2003

    b) In line with above Services, the bidder must have executed the job of Application of Titanium Putty & Brushable Ceramic coating jobs having work order value as below.

    i. A single work order of value not less than Rs.17,44,600/- (Rupees Seventeen Lakhs Forty FourThousand Six Hundred Only) OR

    ii. Two work orders of value not less than 10,90,380/- (Rupees Ten Lakhs Ninety Thousand Three

    Hundred Eight Only) each ORiii. Three work orders of value not less than Rs. 8,72,300/- (Rupees Eighty Lakhs Seventy Two

    Thousand Three Hundred Only) each

    They must submit notarized copies of Work Orders / Contracts, along with the notarized copiesof their job completion report OR Documents as mentioned at clause 1. a).The work orders should be dated on or after 01/04/2003

    c) In case the bidder is not a manufacturer of the said putty, then the bidder is required to obtain thedocumentary evidence in respect of the Technical suitability for the said application as mentioned, from theconcerned OEM and submit the same along with the techno-commercial bid.

    d) The Bidder should submit notarized copy of proof of Registration of their establishment/ firm under any oneof the followingcategories.

    i. Indian Companies Act 56.

    ii. Indian Partnership Act32.

    iii. Shops and Establishment Act 48

    iv. Factories Act 48

    v. Directorate of Industries / NSIC Ltd.

    e) The Bidder shall submit the notarized copy of their EPF allotment letter5 issued by Regional Provident FundCommissioner along with the notarized copy of latest monthly remittances paid 6to Regional Provident Fundauthorities., along with the Techno-commercial bid,

    f)

    The bidder shall submit along with Techno-Commercial bid, Bid-bond/EMD for an amount of Rs.43,615(Rupees Forty Three Thousand Six Hundred Fifteen Only) in the form of a Crossed Demand Draft / PayOrder of any Indian Nationalized Bank/ Scheduled Commercial Bank, valid for 150 days from the last dayof the bid Submission date, issued in the name of DGM (F&A), ONGC, Uran Plant, Uran Payable at Mumbai/Uran OR in the form of a Bank Guarantee as per prescribed format. The Bank Guarantee must be valid for

  • 8/3/2019 Tender UP1RL1000410322355116

    9/69

    9

    30 days beyond the required validity of the bid. Offers without EMD will not be considered and summarilyrejected.

    g) NO Earnest money / bid bond / bid security in the form of Bank Draft or in lieu thereof Bid Bond, will benecessary from Public Sector Undertakings. The firms registered with NSIC will also be exempted fromfurnishing bid bond / bid security / earnest money against the instant tender, irrespective of monetarylimit mentioned in their Registration Certificate ,provided they submit , evidence that they are registered forthe item(s) they intend to quote

    h) The bidder must confirm in their Techno- commercial bid, about the acceptance of LD Clause, ForceMajeure Clause, Failure & Termination Clause, Security Deposit Clause, Arbitration Clause, JurisdictionClause, Payment Clause, Tax/ duties / levies clause and Warranty & Guarantee Clause etc. in Toto asmentioned in tender document

    i) The bidder shall either submit a notarized copy of valid Registration Certificate under Service Tax Rules ORanunder taking for submission of a notarized copy of requisite Service Tax Registration certificate alongwith the first invoice submitted for payment against the purchase order in favor of the firm along withTechno-commercial bid.

    j) The bidder should confirm furnishing of Performance Bank Guarantee for 10% of the annualized contractvalue strictly as per the Performa enclosed in the tender document within Two weeks of signing of contract.

    k) The successful bidder has to give an undertaking that they will provide all the necessary certificates /documents for enabling ONGC to avail in put VAT Credit and CENVAT credit benefits (whereverapplicable), in respect of the payments of VAT, Excise Duty, Service Tax etc which are payable against thecontract (if awarded) along with documentary evidence for payment of excise duty and service tax.

    l) The bidders should submit a declaration to the effect that neither the bidder themselves, nor any of its alliedconcerns, partners or associates OR directors OR proprietors involved in any capacity, are currently servingany banning orders issued by ONGC debarring them from carrying on business dealings with ONGC. Offersnot accompanied with the said declaration will be debarred from carrying out business dealings with ONGC.

    2. TENDER FEEThe offer will not be considered without tender fee. The Government Departments are exempted from payment oftender fee. In the event a particular tender is cancelled, the tender fee will be refunded to the concerned Bidder.However for this instant tender - UP1RL10004, No tender fee is required and tender document is beingissued Free of cost to all the eligible venders.

    3. TRANSFER OF BIDDING DOCUMENTThe Bidding document is not transferable.

    4. COST OF BIDDINGThe Bidder shall bear all costs associated with the preparation and submission of its bid, and the ONGCwill in no case be responsible or liable for those costs, regardless of the conduct or outcome of the biddingprocess.

    A. THE BIDDING DOCUMENT5. CONTENT OF BIDDING DOCUMENTS

    7.1. The services required, bidding procedures and contract terms are described in the bidding document. Inaddition to the Invitation for Bids, the bidding documents include:

    ANNEXURE I : Instructions to bidders

    Appendix 1 : Bidding Document Acknowledgement Performa

    Appendix 2 : Bid submission Performa

    Appendix 3 : Bid submission Agreement Performa.

    Appendix 4 : Performa of Authorization Letter for attending Tender Opening

    Appendix 5 : Performa of Bank Guarantee towards Bid Security

    Appendix 6 : Performa of Certificate on Relatives of Directors

  • 8/3/2019 Tender UP1RL1000410322355116

    10/69

    10

    Appendix 7 : Performa for bidders past services (similar)

    Appendix 8: Performa for changes/ modifications sought by Bidders to the

    bidding conditions

    ANNEXURE II : General conditions along with appendix.

    Appendix 1 : Check List

    ANNEXURE III : General Obligations

    ANNEXURE IV : Safety and security code for ONGC

    ANNEXURE -V : SCOPE OF WORK

    ANNEXURE VI : BEC & /BEC MATRIX

    ANNEXURE VII : Price schedule (part-I & Part-II

    7.2. The bidders are expected to examine all instructions, forms, terms and specifications in the biddingdocuments. Failure to furnish all information required by the bidding documents will be at the bidders risk.Tenders not complying with tender conditions and not conforming to tender specifications will result in therejection of its bid without seeking any clarifications. Also, bidders are expected to visit the site forassessment of quantum of jobs before submission of their offers preferably on the day of Pre-bidconference.

    B. PREPARATION OF BIDS6. LANGUAGE AND SIGNING OF BID

    7.1. The bid prepared by the bidder and all correspondence and documents relating to the bid exchanged bythe Bidder and the ONGC shall be written in English language. Supporting documents and printedliterature furnished by the Bidder may be in another language provided they are accompanied by anaccurate translation of the relevant passages in English, in which case, for purposes of interpretation ofthe bid, the translation shall prevail.

    7.2. Bids shall be submitted in the prescribed bid Performa as per appendix 1 to 8 of Annexure-I. Theprescribed Performa at appendix of Annexure I, duly filled in and signed should be returned intact whether

    quoting for any item or not. When items are not being tendered for, the corresponding space should bedefaced by some such words as "Not Quoting".

    7.3. In the event of the space on the bid Performa being insufficient for the required purpose, additional pagesmay be added. Each such additional page must be numbered consecutively, showing the tender numberand should be duly signed. In such cases reference to the additional page(s) must be made in the bid.Bidders are requested to note that they have to number all the pages serially of their offerswithout fail.

    7.4. The bid Performa referred to above, if not returned or if returned but not duly filled in will be liable to resultin rejection of the bid.

    7.5. The Bidders are advised in their own interest to ensure that all the points brought out in the check list &

    BEC Matrix are complied with in their bid, failing which the offer is liable to be rejected.

    7.6. The bids can only be submitted in the name of the Bidder in whose name the bid documents wereissued by ONGC. The bid papers, duly filled in and complete in all respects shall be submittedtogether with requisite information and Annexure / appendix. It shall be complete and free fromambiguity, change or interlineations.

    7.7. The bidder should indicate at the time of quoting against this tender their full postal and telegraphic/telex /fax addresses and also similar information in respect of their authorized agents in India, if any.

    7.8. The Bidder shall sign its bid with the exact name of the firm to whom the contract is to be issued. The bidshall be duly signed and sealed by an executive officer of the Bidder's organization. Each bid shall be

    signed by a duly authorized officer and in the case of a Corporation the same shall be sealed with thecorporation seal or otherwise appropriately executed under seal.

    7.9. The bidder shall clearly indicate their legal constitution and the person signing the bid shall state hiscapacity and also source of his ability to bind the Bidder.

  • 8/3/2019 Tender UP1RL1000410322355116

    11/69

    11

    7.10. The power of attorney or authorization, or any other document consisting of adequate proof of the abilityof the signatory to bind the bidder, shall be annexed to the bid. ONGC may reject outright any bid notsupported by adequate proof of the signatory's authority.

    7.11. The Bidder, in each tender, will have to give a certificate in its offer, that the terms and conditions(Annexure I and II), as laid down in this bidding document are acceptable to it in Toto.

    7.12. Any interlineations, erasures or overwriting shall be valid only if they are initialed by the person or persons

    signing the bid.

    7.13. The complete bid including the prices must be written by the bidders in indelible ink. Bids and or priceswritten in pencil will be rejected.

    7. CLARIFICATION IN RESPECT OF INCOMPLETE OFFERS7.1. ONGC has to finalize its purchase within a limited time schedule. Therefore, ONGC will not seek any

    clarifications in respect of incomplete offers.

    7.2. Prospective bidders are advised to ensure that their bids are complete in all respects and conform toONGC's terms, conditions and bid evaluation criteria of the tender. Bids not complying with ONGC'srequirement will be rejected out rightly without seeking any clarification.

    8. DOCUMENTS COMPRISING THE BIDThe bid prepared by the Bidder shall comprise the following components, duly completed:

    7.1. Price schedule.

    Documentary evidence establishing that the Bidder is eligible to bid and is qualified to perform thecontract if its bid is accepted. The documentary evidence of the Bidder's qualifications to perform theContract, if its bid is accepted, shall establish to the ONGC's satisfaction:

    7.2. That the Bidder should meet all the criteria prescribed in the Bid Evaluation Criteria & BECMatrix (Annexure-Iv).

    7.3. Documentary evidence that the services to be rendered by the Bidder conform to the requirements ofbidding documents.

    7.4. The Un-priced bid Performa i.e. Schedule of Rate format provided in the tender document is also to beenclosed along with technical bid but leaving the price columns blank or unwritten. Bidder are advised notto add any terms & conditions / deviations in their price bid and if found any deviations / terms &conditions after opening of price bid of the firm, the offer submitted by the firm will be rejected out rightly.

    7.5. The documentary evidence of conformity of the services to the bidding documents may be in the form ofliterature, drawings and data and shall consist of:

    a. A detailed description of essential technical and performance characteristics of the services.

    b. An item-by-item commentary on the ONGCs technical specifications demonstrating conformity tothe provisions of the technical specifications of the bidding document.

    9. Bid Security/ Bid Bond:-7.1. The bidders will have to furnish EMD for. Rs.43,615 (Rupees Forty Three Thousand Six Hundred

    Fifteen Only) in the form of crossed demand draft to be drawn in favor of Deputy General Manager(F&A), ONGC, Uran Plant, Uran, issued from any nationalized / Scheduled Commercial Bank of India orin the form of bid bond / bank guarantee with a validity of at least 150 days from the date of prescribedsubmission of bid date as per Appendix 5 of Annexure - I, having full contents / paragraphs, provided inthe tender document along with their technical bid. The EMD submitted by the bidders shall be refundedafter the finalization of the contract, in the form of Cheques / ECS against Demand Draft submission andin case of bank guarantee, same will be released & interest on it shall not be payable. Any change in

    contents / paragraph of the Bid Bond format as provided in the tender document will be sole reason forrejection of offer out rightly.

    7.2. Tenders received without EMD shall be summarily rejected.

  • 8/3/2019 Tender UP1RL1000410322355116

    12/69

    12

    7.3. EMD shall be forfeited in any of the following cases:-

    a. If the Bidder withdraws or modifies his tender / bid during the validity period.

    b. Having been selected as a successful bidder fails or refuses to accept the work order or refusesto sign the agreement with ONGC

    10. PRICE SCHEDULEThe Bidder shall complete the appropriate price schedule furnished in the bidding document, indicating the servicesto be provided as per the work scope and schedule of rates thereof.

    7.1. Price Bid

    The bidders shall indicate on the appropriate price schedule the net unit prices (wherever applicable)Schedule of Rates format should be read with all other Sections of this bid package. No bid will beaccepted on any forms other than the one provided by the ONGC in its tender and such offer submittedby the bidder will be out rightly rejected.

    7.2. Prices quoted by the bidder shall be firm during the bidders performance of the contract and not subjectto variation on any account.

    7.3. Discount:Bidders are advised not to indicate any separate discount. Discount, if any, should be merged with thequoted prices. Discount of any type, indicated separately, will not be taken into account for evaluationpurpose. However, in the event of such an offer, without considering discount, is found to be lowest,ONGC shall avail such discount at the time of award of contract.

    7.4. Concessions Permissible Under StatutesBidder, while quoting against this tender, must take cognizance of all concessions permissible under thestatutes including the benefit under central sale tax act, 1956, failing which it will have to bear extracost where Bidder does not avail confessional rates of levies like customs duty, excise duty, sales tax,etc. ONGC will not take responsibility towards this.

    7.5. Income Tax Liability

    The bidder will have to bear all Income Tax liability both corporate and personal tax.

    11. BID CURRENCIESBidders should quote firm prices in Indian rupee only. Prices quoted in any other currency shall not be considered.

    12. PAYMENT CLAUSE7.1. Payment terms :

    a. 100% Payment shall only be made after satisfactory completion of jobs Exchanger wise as perscope of work given in the tender document.

    b. Bill/invoice should be raised in the name of DGM (F&A), ONGC; Uran.c. For payment of the bill, Contractor has to produce the bill / invoice in quadruplet at our Central

    Dispatch section, Ground Floor, HR/ER Section, Dronagiri Bhavan, Uran Plant. Uran, inscribing theconcerned user section for allotment of tracking number. After allotment of tracking number, HR/ERshall forward the bills/invoices to concerned user section. Soon after completion of the jobs in allrespect and as stated above, the concerned user section shall certified the bills/invoices for paymentpurpose and forwarded the three copies of bills/invoices to Engineer in charge for verification. Afterverification, the Engineer In Charge shall forward the two copies of bills/invoices to finance sectionfor release of payments to the contractor. Payment shall be made within 15 working days from thedate of receipt of the bill in the central dispatch section.

    d. In the event of any dispute in a portion or whole of any invoice, the CORPORATION shall makepayment of undisputed portion and shall promptly notify the Contractors representative in writing forthe remaining portion in CONTRACT to mutually resolve the dispute and if resolved in part or full,

    payment shall be release to the CONTRACTOR within 30 working days of such settlement.

    e. No advance payment and mobilization / demobilization charges at any stage and at any time will bemade to the contractor.

  • 8/3/2019 Tender UP1RL1000410322355116

    13/69

    13

    f. Final bill of the work shall be cleared only after submitting the proof of surrender of all photo gatepasses issued to the contractor. The proof of surrender of photo gate passes has to be obtainedfrom issuing authority, and to be submitted to the concerned Engineer In charge before gettingcleared the final bill.

    g. Receipts for payment made on account of a work, when executed by a firm on partnership must alsobe signed by the serving partners, except where the contractors are described in their tenders as afirm in which case the receipts must be signed in the name of the firm by one of the partners, or by

    some person having authority to give effectual receipt for the same.

    7.2. Deduction of taxes / duties & levies shall be made as per applicable laws.

    7.3. Final bill of the work shall be cleared only after submitting the proof of surrender of all photo gates passesissued to the contractor. The proof of surrender of photo gate passes has to be obtained from issuingauthority before getting cleared the final bill.

    7.4. Receipts for payment made on account of a work, when executed by a firm on partnership must also besigned by the serving partners, except where the contractors are described in their tenders as a firm inwhich case the receipts must be signed in the name of the firm by one of the partners, or by some personhaving authority to give effectual receipt for the same.

    7.5. All correspondence related with the job with the Contractor is to be done by the Engineer-in-Chargedirectly under intimation to Contract Cell

    7.6. Similarly all correspondence related to the job by the Contractor is to be made to the Engineer-in-Chargedirectly under intimation to Contract Cell

    7.7. If transaction is taking locally and documents are not negotiated through Bank for payment, the paymentagainst clear (undisputed) bills/invoices submitted by the vender will be made by ONGC throughElectronic Payment Mechanism (as per details mentioned in the clause below) within 15 (Fifteen) workingdays from the date of submission of bills/invoices complete in all respect.

    7.8. ONGC shall make payments only through Electronic Payment Mechanism (viz NEFT/RTG/ECS).Biddersshould invariably provide the following particulars along with their bills/invoices..

    a. Name & Complete Address of the supplier/Contractor as per Bank records.b. Name & Complete Address of the Bank with Branch details.c. Type of Bank account ( Current/Saving / Cash Credit )d. Bank account Number ( indicate Core Bank account Number, if any )e. IFSC/ NEFT Code ( 11 digit code)/MICR code ,as applicable along with a cancelled cheque leaf.f. Permanent Account No(PAN) under Income Tax Actg. TIN/Sales Tax Registration Number (For supply of goods) and Service Tax Registration Number

    (For supply of services) as applicable.

    7.9. E-Mail address of the vendor/authorized official (for receiving the updates on the status of payments).

    7.10. For receiving payment through NEFT/RTGS the bank/branch in which the bidder is having account andintends to have the payment should be either an NEFT enable bank or SBI branch with core bankingfacility.

    7.11. In case the bank of the bidder/contractor does not have the necessary facility for receiving the paymentelectronically (through NEFT/RTGS/ECS) then the bidder should submit a certificate from the bank to thiseffect. In that case the payment shall be made through cheque/demand Draft (Subject to recovery ofBank charges as applicable, in case of payment through Demand Draft ) which would be sent to thevendor through Registered Post.

    13. VAGUE AND INDEFINITE EXPRESSIONSBids qualified by vague and indefinite expressions such, as "Subject to availability" etc. will not be considered.

    14. PERIOD OF BID VALIDITY14.1. The Bid shall be valid for acceptance for the period of 90 Days from the date of opening of tender as

    indicated in the "INVITATION FOR BID / BEC" (hereinafter referred to as validity period) and shall not

  • 8/3/2019 Tender UP1RL1000410322355116

    14/69

    14

    be withdrawn on or after the opening of bids till the expiration of the validity period or any extensionagreed thereof.

    14.2. In exceptional circumstances, prior to expiry of the original bid validity period, the ONGC may requestthe bidder for a specified extension in the period of validity. The requests and the responses shall bemade in writing. The Bidder will undertake not to vary / modify the bid during the validity period orany extension agreed thereof. Bidder agreeing to the request for extension of validity of offer shall berequired to extend the validity of Bid Security correspondingly.

    15. BID SECURITY7.1. The Bid Security is required to protect the ONGC against the risk of Bidder's conduct, which would

    warrant the securitys forfeiture in pursuance to clause 9.0.

    7.2. Government Departments and Public Sector Undertakings are exempted from payment of BidSecurity.

    7.3. The Bidders not covered under Para 14.2 above must enclose bid security with their offer (in case oftwo bid systems, with techno-commercial bid) . The amount for bid security has been indicated inthe "Invitation for Bid".

    7.4. The Bid Security shall be acceptable in any of the following forms:i) Bank Draft in favor of ONGC valid for 150 days from the last date of prescribed submission

    date of the of bid.

    ii) Bank Guarantee in the prescribed format as perAppendix -4, must be valid for30 daysbeyondthe date of required validity of bid. The bank guarantee by domestic bidders will have to begiven from the Nationalized / Scheduled banks, on a non-judicial stamp paper as per stamp dutyapplicable rate of the place from where the bid has emanated. The non-judicial stamp papershould be in the name of the issuing bank.

    7.5. ONGC shall not be liable to pay any bank charges, commission or interest on the amount of BidSecurity.

    7.6. Subject to provisions in clause 14.0, offers without Bid Security will be ignored.

    7.7. The Bid Security shall be forfeited by ONGC in the following events:

    i. If Bid is withdrawn during the validity period or any extension thereof duly agreed by theBidder.

    ii. If Bid is varied or modified in a manner not acceptable to ONGC during the validity period or anyextension of the validity duly agreed by the Bidder.

    iii. If a Bidder, having been notified of the acceptance of its bid, fails to furnish Security Deposit /Performance Bank Guarantee (Performance Security) within 15 days of notification of suchacceptance.

    7.8. The Bid Security of unsuccessful Bidders will be returned on finalization of the bid. The Bid Security ofsuccessful bidder will be returned on receipt of Security Deposit/Performance Bond (PerformanceSecurity) from the successful bidder.

    16. OFFERS WITH FAX BID BONDSNormally offers received along with Fax Bid Bond are not considered. However, ONGC reserves the right toconsider the offer, provided it is followed by confirmatory original Bid Bond executed in prescribed Performa andlegally operative on or before the date fixed for opening of bids (techno-commercial bid opening date in case ofTWO BID SYSTEM) and received by tender inviting authority within 15 days of opening date of bids (techno-commercial bid opening date in case ofTwo Bid System),

    7.1. If Bidder fails to submit original Bid Bond with the same content as in Fax Bid Bond and in accordancewith bidding document, irrespective of their status/ranking in tender, the bid will be rejected and ONGCmay consider to debar the Bidder from participating against its future tenders.

    7.2. Telex/Telegraphic/Tele-fax/ Xerox/ Photocopy bids will not be considered.

  • 8/3/2019 Tender UP1RL1000410322355116

    15/69

    15

    C. SUBMISSION AND OPENING OF BIDS17. SEALING AND MARKING OF BIDS.

    7.1. The original copy of the Bid is to be submitted in a double cover. The inner cover should be sealed andsuper scribed as "Tender Number: - UP1RL10004 and due for opening on Date 16.04.2010 at 1500Hrs. The outer cover should duly bear the tender number and date of closing/ opening prominently

    underlined, along with the address of ONGCs office, as indicated in Invitation for Bids. The tendersare to be submitted on or before 1400 Hrs. on Dated 16.04.2010 as mentioned in NIT.

    7.2. The inner cover shall also indicate the name and address of the Bidder to enable the bid to be returnedunopened in case it is declared "late".

    7.3. The right to ignore any offer, which fails to comply with the above instructions, is reserved. Only one bidshould be included in one cover.

    7.4. In case of "Two Bid System" offers are to be submitted in triple sealed covers. The first inner sealedcover will contain Techno-Commercial bids having all details but with price column blanked out.

    However a tick mark ( ) shall be provided against each item of the price bid format to indicate

    that there is a quote against this item in the Priced Commercial bid This cover will clearly besuperscripted with "Techno-Commercial bid" along with tender number and item description. Thesecond sealed inner cover will contain only the price schedule duly filled in and signed and will be clearlysuper scribed with PRICE BID" along with tender number. These two covers shall be put into outercover and sealed. The outer cover should duly bear the tender number and date of closing/ openingprominently underlined, along with the address of this office.

    7.5. Price bids, which remain unopened with ONGC, will be returned to the concerned bidders within 5 (five)working days of receipt of Performance Guarantee Bond(s) from the successful bidder(s).

    7.6. Any change in quotation after opening of the tender WILL NOT BE CONSIDERED.

    7.7. ONGC will not be responsible for the loss of tender form or for the delay in postal transit.

    18. DEADLINE FOR SUBMISSION OF BIDSThe Bid must be received by the ONGC at the address specified in Invitation for Bids not later than 1400 Hrs (IST)

    on the notified date of closing of the tender. Offers sent by hand delivery should be put in the Tender Box at the

    specified office not later than 1400 Hrs. (IST) on the specified date. All out-station tenders, if sent by post, should

    be sent under registered cover.

    19. LATE BIDS7.1. Bidders are advised in their own interest to ensure that bid reaches the specified office well before the

    closing date and time of the bid.

    7.2. Any bid received after dead line for submission of bid, will be rejected and returned unopened.

    20. MODIFICATION AND WITHDRAWAL OF BIDSNo bid may be modified after the dead line for submission of bids.

    21. OPENING OF BIDS7.1. The bid will be opened at 1500 Hrs. (IST) on the date of opening indicated in "INVITATION FOR

    BID". The Bidder ortheir authorized representative may be present at the time of opening of bidon the specified date, but a letter in the form as at annexed at Annexure I ,Appendix- 7 hereto must beforwarded to this office along with bid and a copy of this letter must be produced in the office by theperson attending the opening of bid. Unless he presents this letter, he may not be allowed to attend theopening of bid.

    7.2. In case of unscheduled holiday on the closing/opening day of bid, the next working day will be treated asscheduled prescribed day of closing/opening of bid; the time notified remaining the same.

  • 8/3/2019 Tender UP1RL1000410322355116

    16/69

    16

    D. EVALUATION OF BIDS22. EVALUATION AND COMPARISON OF BIDS

    Evaluation and comparison of bids will be done as per provisions of Bid Evaluation Criteria & BEC Matrix as atAnnexure-III.

    23. UNSOLICITED POST TENDER MODIFICATIONS:Unsolicited post-tender modifications will lead to straight away rejection of the offer.

    24. EXAMINATION OF BID7.1. The ONGC will examine the bids to determine whether they are complete, whether any computational

    errors have been made, whether required sureties have been furnished, whether the documents havebeen properly signed and whether the bids are generally in order.

    7.2. The ONGC will determine the conformity of each bid to the bidding documents. Bids falling under thepurview of Rejection Criteria of the bid Evaluation Criteria of the bidding document will be rejected.

    25. SPECIFICATIONS:The Bidder must note that its Bid will be rejected in case the tender stipulations are not complied with strictly or theservices offered do not conform to the required specifications indicated therein. The lowest Bid will be determined

    from among those Bids, which are in full conformity with the required specifications.26. PURCHASE PREFERENCE TO CENTRAL PSUS:

    7.1. ONGC reserves the right to allow to the Central PSUs, Purchase Preference facilities as admissibleunder the existing policy, the parameters of which are defined in Office Memorandum No.DPE/13(1)/2002-Fin dated 14/6/2002 (as amended from time to time) issued by DPE, under the Ministryof Heavy Industries and Public Enterprises. However, Central PSUs will not get purchase preference ofup to 10% over and above the price preference indicated above. For according purchase preferenceto Central Public Sector Enterprises the standard laid down formula by ONGC will only be usedto calculate value addition.

    7.2. ONGC also reserves its right to allow to the Indian Small Scale Sector purchase preference facility asadmissible under the existing policy.

    27. CONTACTING THE ONGCNo bidder shall contact ONGC on any matter relating to its bid, from the time of the opening to the time the contractis awarded.

    E. AWARD OF CONTRACT28. AWARD CRITERIA.

    The Corporation will award the contract to the successful bidder whose bid has been determined to be in fullconformity to the bid documents and has been determined as the lowest evaluated bid.

    29.

    ONGCS RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS.ONGC reserves the right to reject, accept or prefer any bid and to annul the bidding process and reject all bids atany time prior to award of contract, without thereby incurring any liability to the affected Bidder or Bidders or anyobligation to inform the affected Bidder or Bidders of the ground for ONGCs action. The ONGC also reserves toitself the right to accept any bid in part or split the order between two or more bidders.

    30. NOTIFICATION OF AWARD (NOA)7.1. Prior to the expiration of the period of bid validity, the ONGC will notify the successful bidder in writing

    that its bid has been accepted.

    7.2. The notification of award will constitute the formation of the contract.

    7.3. Upon the successful bidders furnishing performance security, pursuant to Clause No. 31, ONGC willpromptly notify each unsuccessful bidder and discharge their bid securities.

  • 8/3/2019 Tender UP1RL1000410322355116

    17/69

    17

    31. MOBILIZATION PERIODSuccessful bidder shall be required to mobilize complete equipment along with manpower for commencement ofservices as per Scope of Work given in the tender document at the specified site within a maximum of 07 days asper written instructions from ONGC

    32. CONTRACT PERIOD:The contract period for the job shall be 12 (Twelve) months from the date of placement of LOI.

    33. JOB COMPLETION SCHEDULE:7.1. Contractor has to complete the entire jobs i.e. Application of Titanium Putty & Brush able Ceramic

    coating on 15 Nos of heat exchangers within 120 days time only as per completion schedule givenin the scope of work.

    7.2. Contractor has to arrange the necessary tools and accessories or any other things required to carry outthe job as per time schedule given for each individual jobs in the scope of work

    7.3. Contractor has to obtain work permit prior to start up of the job at site. The time taken in obtaining workpermit is inclusive in above period.

    34. SIGNING OF CONTRACTThe successful bidder is required to sign a formal detailedcontract with ONGC within a maximum period of 15days of date of Fax order / LOI / NOA. Until the contract is signed, the Fax order/ LOI / NOA shall remain bindingamongst the two parties. In case of delay in signing the contract on the part of ONGC, contractor shall be paid 80%of the applicable rates falling due as per the contractual obligations on adhoc basis, till formal signing of thecontact, after which the balance of due payments shall be released / adjusted against regular bills. However nopayment will be made and mobilization will not be deemed completed, when the delay is on the part of thecontractor to sign the contract, as per draft contract at Annexure-II of the tender.

    35. PERFORMANCE SECURITY7.1. Within 15 (fifteen) days of the receipt of notification of award from the ONGC, the successful Bidder shall

    furnish the Performance Security in accordance with the conditions of the contract, in the SecurityPerforma provided at Appendix 1 of Annexure II of the bidding documents, or another form acceptable tothe ONGC.

    7.2. Failure of the successful Bidder to comply with the requirement of Clause 14.7(C) shall constitutesufficient grounds for the annulment of the award and forfeiture of the bid security, in which eventthe ONGC may make the award to the next lowest evaluated bidder or call for new bids.

    36. CORRESPONDENCE.7.1. ONGCs fax No. 022-27222811

    7.2. All correspondence from Bidders/ contractor shall be made to the office of the Purchase Authority fromwhere this tender has emanated.

    7.3. All correspondence must bear reference to bid number/contract no..

    37. REPRESENTATION FROM THE BIDDER:The bidder(s) can submit representation(s) if any, in connection with the processing of the tender directly only to theCompetent Purchase Authority (CPA) i.e. to Sh. U.S.Deshmukh, Group General Manager-PMU, DronagiriBhavan, Uran Plant, Uran Navi Mumbai - 400702, Dist. Raigad, Maharashtra.

    ==========

  • 8/3/2019 Tender UP1RL1000410322355116

    18/69

    18

    ANNEXURE 1Appendix - 1

    BIDDING DOCUMENT ACKNOWLEDGEMENT PROFORMA

    Dated:.................................TOThe Group General Manager-PMU.Oil & Natural Gas Corporation Ltd.Mumbai Region, Uran Plant, Uran-400702.Dist.-Raigad, Maharashtra

    Dear Sirs,

    We hereby acknowledge receipt of a complete set of Bidding Documents consisting of 06 (Six) Annexure (along with

    their Appendices) enclosed to the "Invitation for Bid pertaining to Application of Titanium Putty on heat exchangers at

    Uran Plant, Uran Against tender NO. UP1RL10004.

    We have noted that the closing date for receipt of the tender by ONGC is on dated 16.04.2010 at 1400 hrs. (IST) and

    opening at 1500 hrs. (IST) on the same day.

    We guarantee that the contents of the above said Bidding Documents will be kept confidential within our organization

    and text of the said documents shall remain the property of ONGC and that the said documents are to be used only for

    the purpose intended by ONGC.

    Our address for further correspondence on this tender will be as under:

    . .

    .

    FAX NO:

    TELEPHONE NO: Yours faithfully,

    PERSONAL ATTENTION OF:

    (IF REQUIRED) (BIDDER WITH SEAL)

    Note: This form should be returned along with offer duly signed.

  • 8/3/2019 Tender UP1RL1000410322355116

    19/69

    19

    ANNEXURE 1 Appendix - 2

    BID SUBMISSION PROFORMA

    Tender No. UP1RL10004Contractors Address:_______________________________________Telephone No._______________________________________

    ________________________________________ FAX NO:

    To,Group General Manager-PMU,Oil & Natural Gas Corporation Ltd.Mumbai Region, Uran Plant, Uran-400702.Dist.-Raigad, Maharashtra

    Dear Sirs,

    1. I/We hereby offer to supply the services detailed in schedule hereto or such portion thereof as youspecify in the Acceptance of Tender at the price given in the said schedule and agree to holdthis offer open 90 days from the date of opening the tender )

    2. I/We have understood and complied with the "Instructions to Bidders at Annexure - I, "Bid EvaluationCriteria" at Annexure VI and accepted the "General Terms and Conditions" at Annexure II for providingservices and have thoroughly examined and complied with the specifications, drawings, SpecialConditions of Contract and/or pattern stipulated at Annexure III hereto and am/are fully aware of thenature of the service required and my/our offer is to provide services strictly in accordance with therequirements.

    3. The following pages have been added to and form part of this tender:-

    4. Agreement at Appendix 3 on purchase of Bidding documents and submission of Tender has been dulysigned and returned herewith.

    Yours faithfully,Signature of Bidder

    Address :

    Dated :

    Signature of witnessAddress

    Note: This form should be returned along with offer duly signed.

  • 8/3/2019 Tender UP1RL1000410322355116

    20/69

    20

    ANNEXURE 1 Appendix - 3

    BID SUBMISSION AGREEMENT PROFORMA

    No- Dated:-

    To,The Group General Manager -PMU,Oil & Natural Gas Corporation Ltd.Mumbai Region, Uran Plant, Uran-400702.Dist.-Raigad, Maharashtra

    SUB: PURCHASE OF BIDDING DOCUMENTS.

    Ref:TENDER NO. UP1RL10004

    ONGC and the Bidder agree that the Notice Inviting Tenders (NIT) is an offer made on the condition that theBid would be kept open in its original form without variation or modification for a period of 90 days AND THEMAKING OF THE BID SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE ofthis condition of the NIT. They further agree that the contract consisting of the above conditions of NIT asthe offer and the submission of Bid as the Acceptance shall be separate and distinct from the contract whichwill come into existence when bid is finally accepted by ONGC. The consideration for this separate initialcontract preceding the main contract is that ONGC is not agreeable to sell the NIT to the Bidder and toconsider the bid to be made except on the condition that the bid shall be kept open for 120 (One HundredTwenty days ) after the last date fixed for the receipt of the bids and the Bidder desires to make a bid on thiscondition and after entering into this separate initial contract with ONGC. ONGC promises to consider the bidon this condition and the Bidder agrees to keep the bid open for the required period. These reciprocal promisesform the consideration for this separate initial contract between the parties.

    If Bidder fails to honor the above terms and conditions, ONGC shall have unqualified, absolute and unfetteredright to encash /forfeit the bid security submitted in this behalf.

    Yours faithfully yours faithfully

    (BIDDER) (Tender Issuing Authority ONGC)

    (One copy of this agreement duly signed must be returned along with offer.)

  • 8/3/2019 Tender UP1RL1000410322355116

    21/69

    21

    ANNEXURE 1 Appendix - 4

    PROFORMA OFAUTHORISATION LETTER FOR ATTENDING TENDER OPENING

    Ref. NO. Date:..

    To,

    Group General Manager)-PMU,Oil & Natural Gas Corporation Ltd.Mumbai Region, Uran Plant, Uran-400702.Dist.-Raigad, Maharashtra

    TENDER NO. - UP1RL10004 DUE ON DATED 16.04.2010

    Sir,

    Mr................................ has been authorized to be present at the timeof opening of above tender due on 16.04.2010 at 1500 Hrs., on my/our behalf.

    Yours faithfully

    Signature of Bidder with company seal

    Copy to:

    Deputy General Manager ( P) - I/C C/CellRoom No. 116, Dronagiri Bhavan,ONGC, Uran Plant, Uran.Navi Mumbai 400 702,

    Dist: Raigad ,Maharashtra

    -For information and for production before theconcerned ONGC officials at the time ofopening of bids

    .

  • 8/3/2019 Tender UP1RL1000410322355116

    22/69

    22

    ANNEXURE I Appendix -5

    PROFORMA OF BANK GUARANTEE TOWARDS BID SECURITY

    BID BOND

    Ref. No.................... Bank Guarantee No..........

    Dated..... To,The Group General Manager-PMU,Oil & Natural Gas Corporation Ltd.Mumbai Region, Uran Plant, Uran-400702.Dist.-Raigad, Maharashtra State

    Dear Sirs,

    1) Whereas Oil & Natural Gas Corporation Ltd. incorporated under the Companies Act, 1956, having itsregistered office at Jeevan Bharti, Tower-II, 124 Connaught Circus, New Delhi - 110001 - Indiaand one of its offices at Mumbai Region, Dronagiri Bhavan, Uran Plant, Uran-400702, Dist.-Raigad, Maharashtra (hereinafter called ONGC' which expression shall unless repugnant to thecontext or meaning thereof include all its successors, administrators, executors and assignees)has floated a Tender No. ________________ and M/s ____________________________ havingHead/Registered office at _______________________________ (hereinafter called the 'Bidder'which expression shall unless repugnant to the context or meaning thereof mean and include all itssuccessors, administrators, executors and permitted assignees)have submitted a bidReference No........................ and Bidder having agreed to furnish as a condition precedent forparticipation in the said tender an unconditional and irrevocable Bank Guarantee of Indian Rupees,Rs.------------------------ (Rupees ------------------------------------------------------------------------) for the due

    performance of Bidder's obligations as contained in the terms of the Notice Inviting Tender (NIT) andother terms and conditions contained in the Bidding documents supplied by ONGC which amount isliable to be forfeited on the happening of any contingencies mentioned in said documents.

    2) We (name of the bank)_________________ registered under the laws of_____________ havinghead/registered office at _________ (hereinafter referred to as "the Bank" which expression shall,unless repugnant to the context or meaning thereof, include all its successors, administrators,executors and permitted assignees) guarantee and undertake to pay immediately on first demand byONGC, the amount of Indian Rs.----------------- --------(Rupees ---------------------------------------------------------)in aggregate at any time without any demur and recourse, and without ONGC having to substantiate thedemand. Any such demand made by ONGC shall be conclusive and binding on the Bank irrespective ofany dispute or difference raised by the Bidder.

    3) The Bank confirms that this guarantee has been issued with observance of appropriate laws of thecountry of issue.

    4) The Bank also agree that this guarantee shall be irrevocable and governed and construed in accordancewith Indian Laws and subject to exclusive jurisdiction of Indian Courts of the place from where tendershave been invited.

    5) This guarantee shall be irrevocable and shall remain in force up to 150 dayswhich includes thirty daysafter the period of bid validity and any demand in respect thereof should reach the Bank not later than theaforesaid date.

    6) Notwithstanding anything contained herein above, our liability under this Guarantee is limited to IndianRs.-------------------------------------- (Rupees ------------------------------------------ only) and our guaranteeshall remain in force until ---------------.

  • 8/3/2019 Tender UP1RL1000410322355116

    23/69

    23

    We must receive any claim under this Guarantee before the expiry of this Bank Guarantee. If no such claimhas been received by us by the said date, the rights of ONGC under this Guarantee will cease. However, if sucha claim has been received by us by the said date, all the rights of ONGC under this Guarantee shall be valid andshall not cease until we have satisfied that claim.

    In witness whereof, the Bank, through its authorized officer, has set its hand and stamp on this........day of...........at .....................

    WITNESS NO. 1--------------------- --------------------------

    (Signature) (Signature)Full name and official address Full name, designation and official address

    ( In legible letters) ( In legible letters) with Bank stamp.

    Attorney as per Power of

    Attorney No...........

    Dated .WITNESS NO. 2

    (Signature)Full name and official address(In legible letters)

    Note:(i) This Bank Guarantee/all further communications relating to the Bank Guarantee should be forwarded

    to Chief Engineer (M), Contract Cell, Room No.-117, Dronagiri Bhavan, Uran Plant, Uran400702.

    (ii) Bank guarantee, duly executed as per the above format, is to enclosed with the offer

    INSTRUCTIONS FOR FURNISHING BANK GUARANTEETOWARDS BID SECURITY

    1. The Bank Guarantee by Indian Bidders will be given on non- judicial stamp paper as per stamp duty applicable atthe place where the tender has emanated. The non-judicial stamp paper should be in name of the issuing Bank.

    2. Please indicate the currency in which Bank Guarantee is being given Indian Rupees had been mentioned only forillustration. Therefore, in case where Bank Guarantee is being given in a currency other than Rupees, these terms

    may be deleted and replaced by relevant currency.

    3. The expiry date as mentioned in Clause 5 & 6 above should be arrived at by adding 30 days to the date of expiryof the bid validity unless otherwise specified in the bidding documents. In the present case, the bank guaranteeshould be valid up to 150 days.

    4. The Bank Guarantee by Indian bidders will be given from Nationalized/Scheduled Banks only. The Foreignbidders will give Bank Guarantees from an Indian Bank situated in their city. In case no Indian Bank is situated inbidders city then Bank Guarantee from foreign Bank acceptable to ONGC (whether situated in bidder's country orin India) will be considered. If any foreign bidder desires to furnish guarantee from a bank other than any IndianBank, such bidder should furnish collateral security/guarantee/confirmation from any foreign banks operating inIndia or the state Bank of India.

  • 8/3/2019 Tender UP1RL1000410322355116

    24/69

    24

    ANNEXURE 1 Appendix - 6

    PROFORMA OF CERTIFICATE ON RELATIVESOF DIRECTORS OF ONGC

    This has reference to our proposed contract regarding ----------------------------------------------------------------------------------------__________________________________________________________________________ to beentered in to with Oil and Natural Gas Corporation Limited (ONGC), ONGC, Uran Plant, Uran.

    For the purpose of Section 297/299 of the Companies Act, 1956, an extract given here under, we certify that tothe best of my/ our knowledge:

    (i) I am not a relative of any Director of ONGC.

    (ii) We are not a firm in which a Director of ONGC or his relative is a partner.

    (iii) I am not a partner in a firm in which a Director of ONGC or his relative is a partner.

    (iv) We are not a private company in which a Director of ONGC is a Member of Director.

    (v) We are not a company in which Directors of ONGC hold more than 2% of the paid-up share capital of ourcompany or vice-versa.

    Authorized Signatory ofThe Contracting Party

    Place:

    Date:

  • 8/3/2019 Tender UP1RL1000410322355116

    25/69

    25

    ANNEXURE I Appendix - 7

    PROFORMA FOR BIDDERS PAST SERVICES (SIMILAR)

    SL.NO. NAME & ADDRESS OFCLIENT

    PERIOD DESCRIPTION OF

    SERVICESCOMPLETEDSUCCESSFULLY

    REMARKFROM TO

    NOTE: CERTIFICATES FROM CLIENTS TO BE ENCLOSED ALONG WITH THIS PROFORMA.

    Signature of the Bidder ___________________________

    Name _________________________________________

    Seal of the Company _____________________________

  • 8/3/2019 Tender UP1RL1000410322355116

    26/69

    26

    ANNEXURE 1 Appendix - 8

    PROFORMA FOR CHANGES / MODIFICATIONS SOUGHT BYBIDDERS TO THE BIDDING CONDITIONS

    ONGC expects the bidders to fully accept the terms and conditions of the bidding documents. However, changes/modifications to the terms and conditions of bidding documents, if any proposed, can be communicated in thefollowing Performa, in case pre-bid is not held. This can be used even in cases where pre-bid is held, to inform aboutthe proposals in advance to the pre-bid date.

    Clause No.of BiddingDocument

    Full compliance /not agreed

    Changes/ modificationsproposed by the Bidders

    Remarks

    Signature of the Bidder

    Seal of the Company

    Note: Bids maintaining or taking exceptions/ deviations shall be rejected straightway

  • 8/3/2019 Tender UP1RL1000410322355116

    27/69

    27

    ANNEXURE - II

    CONTRACT AND GENERAL CONTRACT CONDITIONS(To be signed with the successful bidder)

    This CONTRACT is made and entered into on this ..day of Two thousand and . by and between OIL &NATURAL GAS CORPORATION LIMITED, a CORPORATION registered under the Companies Act 1956, having its

    registered office at Jeevan Bharti, Tower-II, 124, Connaught Circus, New Delhi- 110 001, India and one of its workcenter at Mumbai Region, Uran Plant, Uran-400702, Dist-Raigad, Maharashtra State (hereinafter referred to asCORPORATION which expression shall include its successors, administrators, executors and assignees) on theone part and M/s ., a company registered under the companies Act with its Registered office at referred to as the CONTRACTOR (which expression shall include its successors, administrators, executors andpermitted assignees) on the other part.

    Whereas CORPORATION is desirous of (Description of services) for carrying out CORPORATIONsoperations conforming to specifications as set forth in the Scope of Work at Annexure-III of this agreement.

    And Whereas the CONTRACTOR represents that it has the necessary experience for carrying out CORPORATION'soperations as referred to herein and has submitted a bid for providing the required services against

    CORPORATIONs Tender No. all in accordance with the terms and conditions set forth herein and any otherreasonable requirements of the CORPORATION from time to time.

    And Whereas CORPORATION's has accepted the bid of the CONTRACTOR and has placed Fax order / Letter ofIntent /Notification Of Award vide its letter .. Dated. On the CONTRACTOR.

    Now it is hereby agreed to by and between the parties as under:

    1.0 DEFINITIONS:1.1 Unless inconsistent with or otherwise indicated by the context, the following terms stipulated in this

    CONTRACT shall have the meaning as defined hereunder.

    1.2 CONTRACTShall mean a written CONTRACT signed between ONGC and the CONTRACTOR (the successfulbidder) including subsequent amendments to the CONTRACT in writing thereto.

    1.3 CORPORATION/ ONGC:Shall mean OIL & NATURAL GAS CORPORATION LTD., India and shall include its legalrepresentatives, successors and permitted assignees.

    1.4 SITEShall mean the place in which the operations/services are to be carried out or places approved by theONGC for the purposes of the CONTRACT together with any other places designated in the

    CONTRACT as forming part of the site.

    1.5 CORPORATIONS SITE REPRESENTATIVE/ENGINEERShall mean the person or the persons appointed by ONGC from time to time to act on its behalf at thesite for overall co-ordination, supervision and project management at site.

    1.6 CONTRACTOR:Shall mean any person/ persons/ firm/ company etc. to whom work has been awarded and whose bidhas been accepted by ONGC and shall include its authorized representatives, successors and permittedassignees.

    1.7 SUB-CONTRACT:Shall mean order/contract placed by the CONTRACTOR for any portion of the CONTRACTOR worksub-letted with necessary written consent of ONGC on third party. Such sub-letting shall not relieve theCONTRACTOR from any obligation, duty or responsibility under the contract.

  • 8/3/2019 Tender UP1RL1000410322355116

    28/69

    28

    1.8 SUB-CONTRACTOR:Shall mean any person or persons or firm or their legal representatives, successors, assignees to whompart of CONTRACTOR has been subletted by the CONTRACTOR after necessary consent of ONGC.

    1.9 CONTRACTORS REPRESENTATIVEShall mean such person/or persons duly appointed representative at the site and base as theCONTRACTOR may designate in writing to the ONGC as having authority to act for the CONTRACTOR

    in matters affecting the work and to provide the requisite services.

    1.10CONTRACT PRICEShall mean the sum accepted or the sum calculated in accordance with the rates accepted by ONGCand amendments thereof, and shall include all fees, registration and other charges paid to statutoryauthorities without any liability on ONGC for any of these charges. The prices will remain firm duringcurrency of the CONTRACTOR unless specifically agreed to in writing by ONGC.

    1.11DAYShall mean a calendar day of twenty-four (24) consecutive hours beginning at 00.00 hours withreference to local time at the site.

    1.12EQUIPMENT/MATERIALS/GOODS:Shall mean and include any equipment, machinery, instruments, stores, goods which CONTRACTOR isrequired to provide to the ONGC for/under the CONTRACTOR and amendments thereto.

    1.13WORKS / OPERATIONS:Shall mean all work to be performed by the CONTRACTOR as specified in the Scope of Work under thisCONTRACT.

    1.14GUARANTEE/ WARRANTEE:Shall mean the period and other conditions governing the warranty/guarantee of the works as providedin the CONTRACT.

    The contractor shall warrant that every work executed hereunder shall be free from all defects andfaults in materials, workmanship, handling, etc. for a period of 12 (Twelve) months from the date ofsuccessful completion & re-commissioning in all respect and shall be of the highest grade and consistentwith established and accepted standard of materials and workmanship of the type contracted for and infull conformity with the design, drawing and specifications. If during the aforesaid period the work or thepart of the work is discovered to be defective or faulty or not in conformity with the specifications(decision of ONGC on that behalf being final and binding on the contractor), then the ONGC shall beentitled for the cost of work so found defective and also of damages sustained as a result of suchdefective work. The contractor shall, if required, also carry out repairs/replacement free of cost or at theoption of the ONGC make payment to ONGC within two months of receipt of advice, the value thereof atthe contract price and such other expenditure and damages as may arise by reason of the breach ofcondition therein specified.

    Nothing herein contained shall or prejudice against any other right of the ONGC on that behalfor otherwise.

    Where the Contractor does not directly execute the work itself and the warranty given bythe person/firm carrying out such work on their behalf deviates from the above said warranty, it shall beresponsibility of the contractor to abide the warranty stipulated by the ONGC.

    1.15MOBILISATION:Shall mean rendering the equipment fully manned and equipped as per CONTRACTOR and ready tobegin work at site designated by ONGC after ONHIRE survey and ONGCs acceptance thereafter. Thedate and time of ONGCs acceptance of ONHIRE survey will be treated as the date and time ofmobilization. However, successful bidder has to mobilization the manpower along with all the materials

    required, tools & tackles etc. as stated in the scope of work.

    1.16DEMOBILISATION:Shall mean the removal of all things forming part of the mobilization from the site of ONGC. The dateand time of OFFHIRE survey shall be treated as the date and time of demobilization.

  • 8/3/2019 Tender UP1RL1000410322355116

    29/69

    29

    1.17DRAWINGS:Shall mean and include all Engineering sketches, general arrangements/ layout drawings, sectionalplans, all elevations, etc. related to the CONTRACTOR together with modification and revision thereto.

    1.18SPECIFICATIONS:Shall mean and include detailed description, statements to technical data, performance characteristics,and standards (Indian as well as International) as applicable and as specified in the CONTRACT.

    1.19 INSPECTORS:Shall mean any person or outside Agency nominated by ONGC to inspect equipment, materials andservices, if any, in the CONTRACTOR stage-wise as well as final as per the terms of the contract.

    1.20 TESTS:Shall mean such process or processes to be carried out by the CONTRACTOR as are prescribed in theCONTRACT considered necessary by ONGC or their representative in CONTRACT to ascertain quality,workmanship, performance and efficiency of equipment or services thereof.

    1.21 FACILITY:Shall mean all property of the ONGC owned or hired by ONGC.

    1.22 THIRD PARTYShall mean any group, CORPORATION, person orpersons who may be engaged in activity associatedwith the work specified but who shall remain at an arms length from the work and who s hall not have adirect responsibility or authority under the terms of this CONTRACT.

    1.23APPROVAL:Shall mean and include the written consent duly signed by ONGC or their representative in respect of alldocuments, drawings or other particulars in relation to the CONTRACT

    2.0 SCOPE OF WORK / CONTRACT:Scope of the CONTRACTOR shall be as defined in the CONTRACT, specifications, drawings and Annexurethereto at Annexure-V .

    3.0 DURATION OF THE CONTRACT:The contract period for the job shall be 12 ( Twelve ) months from the date of placement of LOI.

    4.0 NOTICES AND ADDRESSES:a. For the purposes of this CONTRACT, the addresses of the parties will be as follows and all

    correspondence and notices in relations to the present CONTRACT sent to the parties at the addressesmentioned below shall be deemed to be sufficient service of notice on the parties. All such notices aswell as reports, invoices and other relevant material shall be addressed to the parties as per the addressgiven below:i. For Contract related Communication:-

    Deputy General Manager (P),

    I/C Contract Cell, Room No-116,Dronagiri Bhavan, Uran Plant, Uran- 400702,Ph- 022-2723 4750 / 4755 FAX: 022-27222811

    ii. For operations, reports and paymentsDesignated Engineer-in-Charge for:Contract execution, report & bill / payment certification & verification

    iii. Bills are to be raised in the name of Dy. General Manager (F&A), ONGC, Uran Plant, Uran

    b. CONTRACTORS REGISTERED OFFICE AND ADDRESS..

    ..

    .. Phone:..Fax:.

    Contact Person & Mobile No-

  • 8/3/2019 Tender UP1RL1000410322355116

    30/69

    30

    5.0 DUTIES AND POWER /AUTHORITY:5.1. The duties and authorities of the ONGCs Engineer-in-Charge OR Site Representative are to act on

    behalf of the ONGC for:

    a. Overall supervision, co-ordination and Project Management at site

    b. Proper utilization of equipment and services.

    c. Monitoring of performance and progress & Payment thereof.

    d. Commenting/ countersigning on reports made by the Contractors representative at site in

    respect of works, receipts, and consumption etc. after satisfying himself with the facts of the

    respective cases.

    e. He shall have the authority, but not obligation at all times and any time to inspect/test/examine/

    verify any equipment machinery, instruments, tools, materials, personnel, procedures and

    reports etc. directly or indirectly pertaining to the execution of the work. However this shall not

    construe to imply an acceptance by the inspector. Hence, the overall responsibility of quality of

    work shall rest solely with the CONTRACTOR.

    f. Each and every document emerging from site in support of any claim by the contractor has to

    have the countersignature/ comments of the ONGCs representative/engineer without which noclaim will be entertained by the ONGC.

    5.2 Contractors representative:

    a. The Contractors representative shall have all the powers requisite for the performance of the

    works.

    b. He shall liaise with ONGCs representative for the proper co-ordination and timely completion of

    the works and on any matter pertaining to the works.

    c. He will extend full co-operation to ONGCs representative/inspector in the manner required by

    them for supervision/inspection/observation of equipment, material, procedures, performance,

    reports and records pertaining to works.

    d. To have complete charge of Contractors personnel engaged in the performance of the work

    and toensure compliance of rules and regulations and safety practice.

    6.0 CONTRACT DOCUMENT:6.1 Governing language:

    The governing language for the CONTRACT shall be English. All CONTRACT documents and allcorrespondence and communication to be given and all other documentation to be prepared and supplied under the CONTRACT shall be written in English and the CONTRACT shall be construed andinterpreted in accordance with English language.

    6.2 Entire Agreement:The CONTRACT constitutes the entire agreement between the ONGC and the CONTRACTOR withrespect to the subject matter of the CONTRACT and supersedes all communication, negotiations andagreement (whether written or oral) of the parties with respect thereto made prior to the date of thisagreement.

    6.3 Save where the context otherwise requires, words imparting singular number shall include the plural andvice versa and words imparting neutral gender shall include masculine or feminine gender and viceversa.

    6.4 Modification in Contract:All modifications leading to changes in the Contract with respect to technical and/or commercial aspects,including terms of delivery shall be considered valid only when accepted in writing by ONGC by issuing

    amendment to the Contract. ONGC shall not be bound by any printed conditions, provisions in theContractors BID, forms of acknowledgement of Contract, invoice, packing list and other documentswhich purport to impose any condition at variance with or supplement to Contract.

  • 8/3/2019 Tender UP1RL1000410322355116

    31/69

    31

    6.5 Assignment:The CONTRACTOR shall not, save with the previous consent in writing of the ONGC, sublet/SUB-CONTRACT, transfer or assign the CONTRACTOR any part thereof in any manner whatsoever.However, such consent shall not relieve the CONTRACTOR from any obligation, duty or responsibilityunder the CONTRACT and CONTRACTOR shall be fully responsible for the services hereunder and forthe execution and performance of the CONTRACT.

    6.6 Waivers and amendments:

    i. Waivers: - It is fully understood and agreed that none of the terms and conditions of thisCONTRACT shall be deemed waived by either party unless such waiver is executed in writingonly by the duly authorized agents or representative of both the parties. The failure of eitherparty to execute any right shall not act as a waiver of such right by such party.

    ii. Amendments: - It is agreed that CONTRACTOR shall carry out work in accordance with thecompletion program to be furnished by the CORPORATION, which may be amended from timeto time by reasonable modifications as CORPORATION sees fit.

    7.0 REMUNERATION AND PAYMENT TERMS:7.1. CORPORATION shall pay to CONTRACTOR for the services, to be provided by the

    CONTRACTOR as per the Scope of Work (Annexure-V), and as per the price Schedule (Annexure-VII). The rates payable, shall be firm during the entire CONTRACT period, including extensionperiod, if any.

    a. 100% Payment shall only be made after satisfactory completion of jobs Exchanger wise as perscope of work given in the tender document.

    b. Bill/invoice should be raised in the name of DGM (F&A), ONGC; Uran.c. For payment of the bill, Contractor has to produce the bill / invoice in quadruplet at our Central

    Dispatch section, Ground Floor, HR/ER Section, Dronagiri Bhavan, Uran Plant. Uran, inscribing theconcerned user section for allotment of tracking number. After allotment of tracking number, HR/ERshall forward the bills/invoices to concerned user section. Soon after completion of the jobs in all

    respect and as stated above, the concerned user section shall certified the bills/invoices for paymentpurpose and forwarded the three copies of bills/invoices to Engineer in charge for verification. Afterverification, the Engineer In Charge shall forward the two copies of bills/invoices to finance sectionfor release of payments to the contractor. Payment shall be made within 15 working days from thedate of receipt of the bill in the central dispatch section.

    d. In the event of any dispute in a portion or whole of any invoice, the CORPORATION shall makepayment of undisputed portion and shall promptly notify the Contractors representative in writing forthe remaining portion in CONTRACT to mutually resolve the dispute and if resolved in part or full,payment shall be release to the CONTRACTOR within 30 working days of such settlement.

    e. No advance payment and mobilization / demobilization charges at any stage and at any time will bemade to the contractor.

    f. Final bill of the work shall be cleared only after submitting the proof of surrender of all photo gatepasses issued to the contractor. The proof of surrender of photo gate passes has to be obtainedfrom issuing authority, and to be submitted to the concerned Engineer In charge before gettingcleared the final bill.

    g. Receipts for payment made on account of a work, when executed by a firm on partnership must alsobe signed by the serving partners, except where the contractors are described in their tenders as afirm in which case the receipts must be signed in the name of the firm by one of the partners, or bysome person having authority to give effectual receipt for the same.

    7.2. Deduction of taxes / duties & levies shall be made as per applicable laws.

    7.3. Final bill of the work shall be cleared only after submitting the proof of surrender of all photo gatespasses issued to the contractor. The proof of surrender of photo gate passes has to be obtainedfrom issuing authority before getting cleared the final bill.

  • 8/3/2019 Tender UP1RL1000410322355116

    32/69

    32

    7.4. Receipts for payment made on account of a work, when executed by a firm on partnership mustalso be signed by the serving partners, except where the contractors are described in their tendersas a firm in which case the receipts must be signed in the name of the firm by one of the partners, orby some person having authority to give effectual receipt for the same.

    7.5. All correspondence related with the job with the Contractor is to be done by the Engineer-in-Chargedirectly under intimation to Contract Cell

    7.6. Similarly all correspondence related to the job by the Contractor is to be made to the Engineer-in-Charge directly under intimation to Contract Cell

    7.7. If transaction is taking locally and documents are not negotiated through Bank for payment, thepayment against clear (undisputed) bills/invoices submitted by the vender will be made by ONGCthrough Electronic Payment Mechanism (as per details mentioned in the clause below) within 15(Fifteen) working days from the date of submission of bills/invoices complete in all respect.

    7.8. ONGC shall make payments only through Electronic Payment Mechanism (vizNEFT/RTG/ECS).Bidders should invariably provide the following particulars along with theirbills/invoices..

    a. Name & Complete Address of the supplier/Contractor as per Bank records.b. Name & Complete Address of the Bank with Branch details.c. Type of Bank account ( Current/Saving / Cash Credit )d. Bank account Number ( indicate Core Bank account Number, if any )e. IFSC/ NEFT Code ( 11 digit code)/MICR code ,as applicable along with a cancelled

    cheque leaf.

    f. Permanent Account No(PAN) under Income Tax Actg. TIN/Sales Tax Registration Number (For supply of goods) and Service Tax Registration

    Number (For supply of services) as applicable.

    7.9. E-Mail address of the vendor/authorized official (for receiving the updates on the status ofpayments).

    7.10. For receiving payment through NEFT/RTGS the bank/branch in which the bidder is having accountand intends to have the payment should be either an NEFT enable bank or SBI branch with corebanking facility.

    7.11. In case the bank of the bidder/contractor does not have the necessary facility for receiving thepayment electronically (through NEFT/RTGS/ECS) then the bidder should submit a certificate fromthe bank to this effect. In that case the payment shall be made through cheque/demand Draft(Subject to recovery of Bank charges as applicable, in case of payment through Demand Draft )which would be sent to the vendor through Registered Post.

    a. In all cases, except the cases involving payment through Letter of Credit or payment in foreigncurrency, ONGC shall make payments only through Electronic Payment mechanism (viz.NEFT/RTGS/ECS). Bidders should invariably provide the following particulars along withtheir offers:

    i. Name & Complete Address of the Supplier/ Contractor as per Bank records.

    ii. Name & Complete Address of the Bank with Branch details.

    iii. Type of Bank account (Current/Savings/Cash Credit).

    iv. Bank Account Number (indicate Core Bank Account Number, if any).

    v. IFSC/NEFT Code (11 digit code)/MICR code, as applicable, along with a cancelled

    Cheque leaf.

    vi. Permanent Account Number (PAN) under Income Tax Act;

    vii. TIN/Sales Tax Registration Number (for supply of Goods) and Service Tax RegistrationNumber (for providing Services), as applicable.

    viii. E-mail address of the vendor/ authorized official (for receiving the updates on status of

    payments).

  • 8/3/2019 Tender UP1RL1000410322355116

    33/69

    33

    For receiving payment through NEFT/TTGS, the bank/branch in which the bidder is havingaccount and intends to have the payment should be either an NEFT enabled bank or SBIbranch with core banking facility. "

    b. ONGC's right to question the amounts claimed:Payment of any invoice shall not prejudice the right of the Operator to question the allowability under this Agreement of any amounts claimed therein, provided ONGC, within one year

    beyond the expiry of each CONTRACT year, delivers to CONTRACTOR, written noticeidentifying any item or items which it questions and specifying the reasons thereof. ShouldONGC so notify CONTRACTOR, such adjustment shall be made, as the parties shall agree.These provisions shall be reciprocal for similar rights to the CONTRACTOR. TheCONTRACTOR shall provide on demand a complete and correct set of records pertaining to allcosts for which it claims reimbursement from ONGC and as to any payment provided forhereunder, which is to be made on the basis of Contractors costs.

    8.0 CLAIMS, TAXES & DUTITES, FEES AND ACCOUNTIING:8.1 CLAIMS: -

    CONTRACTOR agrees to pay all claims, taxes and fees for equipment, labor, materials, services and

    supplies to be furnished by it hereunder and agrees to allow no lien or charge resulting from such claimsto be fixed upon any property


Recommended