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

Size: px
Start display at page:

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

Transcription

1 OIL INDIA LIMITED (A Government of India Enterprise) P.O. Duliajan , Assam, India. contracts@oilindia.in OIL INDIA LIMITED invites tenders under single stage 2-bid system from experienced contractors/firms through its e-procurement portal: for following services: IFB No. Description of service Bid Security CDI 4311P12/BD Hiring of services for loading, transportation and off-loading of Oil well cement at various drilling/ work over wells. `253,000/- 2.0 Period of Sale of Bid document : From to Technical Bid closing / opening date& Time : (11:00 hrs / 14:00 hrs) 3.0 Cost of Bid Document : Rs.5, Cost of Bidding Document (Non-refundable & Non-transferable) of ` 5, each by D/Draft in favour of M/s Oil India limited and payable at Duliajan is to be sent to: Head-Contracts, Oil India Limited, P.O. Duliajan, Assam On receipt of requisite Bid Document cost, USER_ID and initial PASSWORD will be communicated to the bidder (through ) and will be allowed to participate in the tender through OIL s e-procurement portal. No physical bid documents will be provided. USER_ID AND INITIAL PASSWORD WILL BE ISSUED TILL ONE WEEK PRIOR TO THE BID CLOSING DATE. 5.0 Eligibility criteria and other details of NIT can be viewed using Guest Login provided in the e- Procurement portal. The link to OIL s e-procurement portal has also been provided through OIL s web site Bidders Qualification Criteria BID REJECTIONCRITERIA (BRC)/ BID EVALUATION CRITERIA(BEC) A) BID REJECTION CRITERIA (BRC): The bid shall conform generally to the specifications and terms and conditions given in the bidding documents. Bids will be rejected in case services offered do not conform to the required parameters stipulated in the technical specifications. Not- withstanding the general conformity of the bid to the stipulated specifications, the following requirements will have to be particularly met by the bidders without which the same will be considered as nonresponsive and rejected. 1

2 A. TECHNICAL 1.0 The transportation Silos offered should be new and have minimum capacity of 200(two hundred) cft. 1.1 The bidder should offer brand new Carrier Chassis for Transportation Silos. The bidder's declaration to this effect is to be submitted along with the bid. However, the relevant document supporting the possession of the brand new Carrier Chassis for transportation silos is to be submitted prior to mobilization of the Transportation Silos The bidder should enclose undertakings to provide uninterrupted service. There should not be any shut down / waiting period in respect of their equipment for want of spares. 2. Experience 2.1 (a) The bidder must have minimum of 2(two) years of experience in Cement Bulk handling Plant along with providing the services of transportation of oil well cement in bulk, in an oil/gas well drilling company, in the last 10 (ten) years ending Bid Closing Date. The average annual financial turn over during the last 3(three) years ending Bid Closing Date should be ` Lakhs. Valid authentic documents in support to above are to be submitted. (b) The bidder must be technically sound in providing services of cement transportation. 2.2 In support of experience, the bidder must submit the following: (a) Documents establishing two years of experience in the specific field of operation in drilling/work over oil/gas wells. (b) Areas / establishment with whom worked etc. 3. Bidder has to depute required no. of personnel in order to run their equipment in all the times. The personnel deployed by the bidder should be competent, qualified and must have sufficient experience for installation, operation as well as maintenance of the compressor and other equipment supplied by the bidder. B. BID EVALUATION CRITERIA: 1.1 The bids conforming to the technical specifications, terms and conditions stipulated in the tender and considered to be responsive after subjecting to Bid Rejection Criteria will be considered for further evaluation as per the Bid Evaluation criteria given below. 1.2 To ascertain the inter-se-ranking, the comparison of the responsive bids will be made on the basis of total financial implication (T) calculated as below: Total financial implication (T) = Sum of quoted fees mentioned in Schedule of Rate. The total contract cost will be evaluated for four years as follows - Total cost of Contract (T) = M + (RT x 48 months) + (TR x 10, 40,000 T.Km) Where, M = Mobilization Charge, Lump sum RT = TR = Equipment Rental Charge per month Transportation Charge, Per MT Per kilometer. NOTE: actual. The quantum mentioned above is for evaluation purpose only. However, payment will be made as per 2

3 C. COMMERCIAL: 1.1 The bids are to be submitted in a single stage two bid system i.e. Technical bid (unpriced) and commercial Bid (priced) through electronic form in the OIL s e-tender portal within the Bid Closing Date and Time stipulated in the e-tender. The Technical Bid is to be submitted as per Scope of Work & Technical Specification of the tender and commercial bid as per the online Commercial Bid format. 1.2 Price quoted by the successful bidder must be firm during the performance of the contract and not subject to variation on any account. A bid submitted with an adjustable price will be treated as non-responsive and rejected. 1.3 Bid security (i.e.emd) shall be furnished as a part of Technical bid. The amount of bid security should be as specified above. Any bid not accompanied by a proper bid security will be rejected. 1.4 Bids received after bid closing date and time will be rejected outright. 1.5 The bid documents are not transferable. Bids made by parties who have not purchased the Bid Documents from the Company will be rejected. 1.6 Bidder must accept and comply with the following clauses as given in the Tender Document in totality, failing which offer will be rejected - (i) (ii) (iii) (iv) (v) (vi) Performance Guarantee Bond Clause Force Majeure Clause Tax Liabilities Clause Arbitration Clause Acceptance of Jurisdiction and Applicable Law Liquidated damage cum penalty clause D. GENERAL 1. In case bidder takes exception to any clause of Tender Document not covered under BEC / BRC, then the Company has the discretion to load or reject the offer on account of such exception if the bidder does not withdraw / modify the deviation when / as advised by the Company. The loading so done by the Company will be final and binding on the Bidders. No deviation will however, be accepted in the clauses covered under BRC. 2. To ascertain the substantial responsiveness of the bid the Company reserves the right to ask the Bidder for clarification in respect of clauses covered under BRC also and such clarification fulfilling the BRC clauses must be received on or before ten days from the date of clarification sought by the Company, failing which the bid will be summarily rejected. 3. In case any of the clauses in the BRC contradict with other clauses of Bid Document elsewhere, then the clauses in the BRC shall prevail. 4. The originals of such documents [furnished by bidders(s)] shall have to be produced by bidder(s) to OIL as and when asked for. 5. OIL shall enter in to an Integrity Pact with the bidders as per Annexure enclosed. Each page of this Integrity Pact has to be signed by the bidder and returned along with the technical bid. Bid not accompanied with the Integrity Pact duly signed will be rejected outright. 3

4 Bid invitations (Tenders) Guidelines to bidders for participating in OIL's e-procurement tenders The details of e-procurement tenders can be accessed from our e-procurement site. To view e-procurement tenders you need to login using your login id & password to view all tenders available for you. If you do not have a user id, please click on Guest login button to view available open tenders. Pre-requisites to submit tenders on line through e-procurement Portal Bidders should have a valid User Id to access OIL e-procurement site. Bidders should have a legally valid Class 3 digital certificate with Organizations Name as per Indian IT Act from the licensed Certifying Authorities operating under the Root Certifying Authority of India (RCAI), Controller of Certifying Authorities (CCA) of India. Tender fee must have been paid, if applicable for the Bid Invitation. If Bidder is exempt from paying tender fee, Bidder must hold exemption from the Tender Officer. Bidder should fulfill any other pre-requisites mentioned in the tender documents of a specific tender. Obtaining User Id to access OIL e-procurement site Initially user id and password will be assigned to you. Please send your updated mailing address with pin code, phone number, fax number and ID to us at erp_mm@oilindia.in. Bidders interested in a particular bid invitation should apply for user id at least 7 days prior to the last date mentioned (Last Date for Tender Fee Payment, if exists or Submission Deadline) in the bid invitation. Instructions for obtaining Digital Certificate In order to bid for OIL e-tenders all the vendors are required to obtain a legally valid digital certificate as per Indian IT Act from the licensed Certifying Authorities (CA) operating under the Root Certifying Authority of India (RCAI), Controller of Certifying Authorities (CCA) of India. ( Steps for obtaining Digital Certificate Visit the site of the licensed CA using internet browser. Apply online for a class 3 digital certificate for the designated individual with organization name. Ensure the Digital Certificate is legally valid in India. For making payment and submission of documents required for issue of the Digital Certificate, follow the instructions on the CA's website. Use the class 3 Digital Certificate thus obtained for online bidding on OIL e-procurement site. Links to some licensed CA's are provided below 1. TCS 4

5 2. Safescrypt 3. MTNL Trustline 4. (n)code Solutions 5. e-mudhra 6.. Technical Settings 1. Web Browser Supported: Microsoft IE Ver 6.0 or higher recommended 2. Java: To view some of the components, you need to install Java Internet component JDK 5.0 from 3. Proxy: If you are unable to access OIL e-procurement site or Bid Documents, check if you are using proxy to connect to internet or if your PC is behind any firewall. Contact your system administrator to enable connectivity. Please note that standard Port for HTTPS (443) connectivity should be enabled on your proxy/firewall. Dial-up internet connectivity without Proxy settings is another option. 4. Pop-ups: Pop-ups should be enabled on OIL e-procurement URL and Bid Documents URLs. This is required to view tender documents. 5. Recommended Screen Resolution: 1024 by 768 pixels. 6. Internet Speeds: If you are experiencing slow connectivity to OIL e-procurement, then contact your system administrator/isp provider for desirable speeds. 7. Active-x controls: Maintain the settings as described in Internet Explorer settings document to enable digital signature signing and verification. Parameter Allow Scrip lets Automatic prompting for ActiveX controls Binary and script behaviors Download signed ActiveX controls Download unsigned ActiveX controls Initialize and script ActiveX controls not marked as safe Run ActiveX controls and plug-ins Script ActiveX controls marked safe for scripting Use Pop-up Blocker Value Disable 8. Digital signature client SW/component : To use Digital Signature, a client level Software is required. This is third party software from Safescrypt. This is installed automatically, once you start working on OIL s e-procurement system. A popup will come before it starts installation. You need to ensure you have administrative rights on the PC or the laptop. This installation is one time activity for a PC or Laptop. 5