0% found this document useful (0 votes)
32 views26 pages

Utility Water Supply Tender Response

The document outlines the bidding process for the supply of utility water and technical/fire water to installations in the Amlapuram area for a period of 18 months, with an estimated cost of Rs. 21,92,830.17. It includes instructions for bidders regarding the submission of bids, requirements for documentation, and compliance with GST regulations. The closing date for tender submission is June 6, 2025, with the opening scheduled for June 9, 2025.

Uploaded by

anil bhuvan
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
32 views26 pages

Utility Water Supply Tender Response

The document outlines the bidding process for the supply of utility water and technical/fire water to installations in the Amlapuram area for a period of 18 months, with an estimated cost of Rs. 21,92,830.17. It includes instructions for bidders regarding the submission of bids, requirements for documentation, and compliance with GST regulations. The closing date for tender submission is June 6, 2025, with the opening scheduled for June 9, 2025.

Uploaded by

anil bhuvan
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

BIDDER RESPONSE SHEET

Name of work: SUPPLY OF UTILITY WATER & TECHNICAL/FIRE WATER TO INSTALLATIONS


AND PSA IN AMLAPURAM AREA OF DR B R AMBEDKAR KONASEEMA DISTRICT FOR A
PERIOD OF 18 MONTHS.

Tender No: KC1AC25006

Estimated cost put to tender: Rs.21,92,830.17 (Twenty One Lakhs Ninety Two Thousand
Eight Hundred Thirty and seventeen-)

Rate not to be quoted here. Only to be CROSS marked (X) in rate column and left blank. Rate
to be quoted in price bid only.
Name of Work Estimated cost of % Rate In % Rate In Bidder To choose
work/tender value Figures Words Whichever Is
in INR Applicable (ABOVE/
BELOW/ AT PAR)
SUPPLY OF UTILITY Rs.21,92,830.17
WATER & (Twenty One
TECHNICAL/FIRE Lakhs Ninety
WATER TO Two Thousand
INSTALLATIONS AND Eight Hundred
PSA IN AMLAPURAM
AREA OF DR B R
Thirty and
seventeen-)
☐ ☐ ☐
AMBEDKAR
KONASEEMA DISTRICT
FOR A PERIOD OF 18
MONTHS.

NOTE:
1. The Price bid to be duly filled in only in the on-line price format. The price bids submitted in
physical form against e-procurement tenders shall not be given any cognizance.
2. The rates quoted shall be inclusive of Goods and Service Tax.
3. Special care should be taken to write the percentage of tender in figures as well as in words
and clearly mention the percentage above / below /At Par tender amount taking into account
the prevailing GST.
4. If percentage not mentioned below / above, it will be considered below only.
5. Bidders are required to ascertain themselves, the prevailing rates of GST and all other
taxes and duties as applicable (along with rates of all related levies viz. Surcharges, Cess,
etc.,) on the scheduled date of submission of Price Bids/ revised Price Bids (if any) and
ONGC would not undertake any responsibility whatsoever in this regard.
6. The Tendered rates will be arrived and entertained to the nearest second decimal digit for
comparison and acceptance.
7. Any discrepancy in numeric value and words, the percentage written in words will be
considered as final.

Bidder’s Name: ______________________________


Appendix - 1

BIDDING DOCUMENT ACKNOWLEDGEMENT PROFORMA

Dated: __________________
Oil & Natural Gas Corporation Ltd.
Engineering Services, Rajahmundry Asset,
A.P. 533106

Dear Sirs,

We hereby acknowledge downloading from complete set of e-Bidding documents pertaining to


SUPPLY OF UTILITY WATER & TECHNICAL/FIRE WATER TO INSTALLATIONS AND PSA IN
AMLAPURAM AREA OF DR B R AMBEDKAR KONASEEMA DISTRICT FOR A PERIOD OF 18
MONTHS. against tender no. KC1AC25006

We have noted that the closing date for receipt of the tender by ONGC is 06-06-2025 at 1500 hrs. (IST)
and opening at 1530 hrs. (IST) on 09-06-2025.

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: __________________

TELEX NO: __________________


FAX NO: __________________
TELEPHONE NO;
PERSONAL ATTENTION OF: __________________ (IF REQUIRED)

NAME OF BIDDER: __________________

Note: This form duly filled and digitally signed should be uploaded along with offer.
.

Appendix-2
BID SUBMISSION PROFORMA

Tender No KC1AC25006

Contractor's Telegraphic Address: __________________


Contractor's Telephone No: __________________
TELEX NO: __________________
FAX NO: __________________

Oil & Natural Gas Corporation Ltd.


Engineering Services, Rajahmundry Asset,
A.P. 533106

Dear Sirs,

1. I/We hereby offer to supply the services detailed in schedule hereto or such portion thereof as you
specify in the Acceptance of Tender at the price given in the said schedule and agree to hold this offer
open for 90 days from the date of opening/closing of techno-commercial unpriced bid.

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

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

4. Agreement at Appendix 3 on Bidding documents and submission of Tender has been duly signed
and uploaded.

Yours faithfully,

Address: __________________
Dated: __________________

NAME OF BIDDER: __________________

Note: This form duly filled and digitally signed should be uploaded along with offer.
Appendix - 3
AGREEMENT
No. __________________ Dated __________________
To,
Oil & Natural Gas Corporation Ltd.
Engineering Services, Rajahmundry Asset,
A.P. 533106
Sub: BIDDING DOCUMENTS
Ref: TENDER No. KC1AC25006
ONGC and the Bidder agree that the Notice Inviting Tenders (NIT) is an offer made on the condition
that the bidder will sign the Integrity Pact and the Bid would be kept open in its original form without
variation or modification for a period of __________ (state the number of days from the last date
for the receipt of tenders stated in the NIT) days AND THE MAKING OF THE BID SHALL BE
REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the
NIT. They confirm acceptance and compliance with the Integrity Pact in letter and spirit. They further
agree that the contract consisting of the above conditions of NIT as the offer and the submission
of Bid as the Acceptance shall be separate and distinct from the contract which will come into
existence when bid is finally accepted by ONGC. The consideration for this separate initial
contract preceding the main contract is that ONGC is not agreeable to sell the NIT to the Bidder
and to consider the bid to be made except on the condition that the bid shall be kept open for
___________ (so many) days after the last date fixed for the receipt of the bids and the Bidder
desires to make a bid on this condition and after entering into this separate initial contract with
ONGC. ONGC promises to consider the bid on this condition and the Bidder agrees to keep the
bid open for the required period. These reciprocal promises form the consideration for this
separate initial contract between the parties.

If Bidder fails to honour the above terms and conditions, ONGC shall have unqualified,
absolute and unfettered right to encash/forfeit the bid security submitted in this behalf
Yours faithfully Yours faithfully

(BIDDER) (ONGC)

(This agreement duly filled and digitally signed must be uploaded along with offer.)

NAME OF BIDDER: __________________


Appendix – 5

CHECK LIST

The bidders are advised in their own interest to ensure that the following points/aspects in particular
have been complied with in their offer failing which the offer is liable to be rejected.
1. Please tick whichever is applicable and cross whichever is/are not applicable.
2. Please sign each sheet.
3. The check-list duly filled in must be uploaded along with the offer.

COMMERCIAL
GROUP 'A'

1 Whether Bank Guarantee / proof of opening of Letter of Credit for the requisite earnest money has
been enclosed with the offer?
Yes No Not applicable
(A) If so, furnish the following: -
(i) Name of the Bank:
(ii) Value:
(iii) Number:
(iv) Date of issue:
(v) Period of validity of the Bank Guarantee/Letter of Credit.

(B) In case bid security is submitted via NEFT/RTGS/Electronic fund transfer to designated
account of ONGC. The following details shall be furnished:
NEFT/RTGS/Electronic fund Transfer (Tick mark mode of transaction)
UTR/Transaction No.:
Date & Time of Transaction:
Amount:
Payer’s Account No.:
Payer’s Account Name:
Payer’s Bank Name & address:
Payer’s Bank IFSC Code:
Payer’s Bank SWIFT Code:
Bidder shall ensure that tender no. is invariably indicated in the text/remark in online transfer
of Bid security/EMD to ONGC’S account.

(Signature of the Bidder)


2. Have the rates, prices and totals, etc. been checked thoroughly before signing the tender?
Yes No
3. Has the bidder's past experience proforma (Appendix-6) been carefully filled and enclosed
with the offer?
Yes No
4. Whether firm prices have been quoted
Yes No
5. Whether price has been quoted in the online price bid format of ONGC’s e-procurement
engine?
Yes No Not applicable
6. Whether the period of validity of the offer is as required in bidding document?
Yes No
7. Whether the offer has been signed indicating full name and clearly showing as to whether it
has been signed as
Secretary Manager Partner
Sole Proprietor Active Partner Pre procuraterium
8. Has it been ensured that there are no over-writings in the offer? Have corrections been
properly attested by the person signing the offer?
Yes No
9. Has the offer been prepared in sufficient details/ clarity so as to avoid post tender opening
clarifications/ amendments?
Yes No
10. Whether all the terms and conditions of the bidding document are accepted?
Yes No
11. Confirm that all documents required in unpriced techno-commercial bid without prices are
placed in unpriced folder?
Yes No
12. Confirm that bid and all documents are signed using valid digital signatures issued by
acceptable Certifying Authority (CA) as per Indian IT Act 2000?
Yes No

(Signature of the Bidder)

GROUP `B'
1. Whether a copy of latest income tax clearance certificate has been enclosed?
Yes No Not applicable
2. Whether details of your registration under GST have been indicated in the offer?
Yes No
3. Whether the Bidder has quoted after taking into account various incentives and concessions
permissible under statutes?
Yes No Not applicable

Technical
1. Whether the materials/services being offered fully conform to the required technical
specifications?
Yes No

(Signature of the Bidder)


Appendix-6
BIDDERS PAST SERVICES (SIMILAR) PROFORMA

Bidders to fill pro-forma for providing details of experience in support of experience criteria

Sl Name/ Work order Work order Date of Date of Completed


No description / NOA / / NOA / commence completion value of work/
of work Agreement Agreement ment / Status of Up-to-date
number value work and Completed
and date scheduled value of work
date of
completion
(1) (2) (3) (4) (5) (6) (7)
1

NOTE: - EXPERIENCE DOCUMENTS TO BE ENCLOSED ALONGWITH THIS PROFORMA AS


PER BEC CLAUSE B.1.2

Signature of the Bidder with seal

_______________________

Name __________________
Appendix - 7

AUTHORISATION LETTER FOR ATTENDING TENDER OPENING

NO. Date _____________

To,

Oil & Natural Gas Corporation Ltd.


Engineering Services, Rajahmundry Asset,
A.P. 533106

Subject: Tender No. KC1AC25006 Due on 09-06-2025 (TBO)

Sir,

Mr................................ has been authorised to be present at the time of opening of


above tender due on................ at ....................., on my/our behalf.

Yours faithfully

Signature of Bidder

Copy to: Mr.......................………………………for information and for production before the


______________________ (ES) ____ at the time of opening of bids.
Appendix - 8

PROFORMA CERTIFICATE ON RELATIVES


OF DIRECTORS OF ONGC

This has reference to our proposed contract regarding __________________ to be entered into
with Oil and Natural Gas Corporation Ltd. (ONGC).

For the purpose of Section 297/299 of the Companies Act, 1956, an extract enclosed at Appendix
11-A, we certify that to the 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 or Director;

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

Authorized Signatory of
The Contracting Party

Place __________________

Date __________________
Appendix - 9

PROFORMA FOR CHANGES/ MODIFICATIONS SOUGHT BY BIDDERS 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 the following proforma, in case pre-bid is not held. This can
be used even in cases where pre-bid is held, to inform about the proposals in advance to the pre-
bid date.

Clause No. of Full Changes/ modifications REMARKS


Bidding compliance/ proposed by the
Document not agreed Bidders

Signature of the Bidder

….............…………....................

Name __________________

Seal of the Company


………………………………………

Note:- Bids maintaining or taking exceptions/deviations shall be rejected straightaway.


Appendix -10

PROFORMA FOR CERTIFICATE ACCEPTING ALL TERMS AND CONDITIONS


(To be furnished by the authorized signatory of bidder. This certificate needs to be given in original
on letter head that will be enclosed along with the offer, provided further such a certificate is valid at
time of bidding)

With regards to tender number KC1AC25006 for the work “SUPPLY OF UTILITY WATER &
TECHNICAL/FIRE WATER TO INSTALLATIONS AND PSA IN AMLAPURAM AREA OF DR B R
AMBEDKAR KONASEEMA DISTRICT FOR A PERIOD OF 18 MONTHS. undersigned in the
capacity of (please indicate name and designation) ____________________________hereby
certifies that M/s __________________________________ accepts all terms and conditions as
mentioned in Annexure I: Instruction to bidders and Annexure II: General Contract Conditions and
Annexure III: Additional Conditions of Contract, Special Conditions of Contract and Important
condition, Schedule “B”, Technical Specifications in toto.
This certificate is valid at the time of bid and will remain valid during the entire execution period of
the order.
It is also confirmed that bid is valid for a period of 90 days from the date of opening of technical bid.
The duration of contract as indicated in the bid document is also agreed to. The Price quoted are
firm for the entire period of validity of bid and during execution of contract till completion of work.
The bidder is part of only one bid.

(Signature)
Name and Designation
(Seal)
Appendix-11

DECLARATION(S) FOR ACCEPTACE OF ‘BIDDER FROM A COUNTRY WHICH SHARES A


LAND BORDER WITH INDIA’ POLICY
(To be submitted in bidder’s official letter head)

Bidders shall submit following certificate:


a) “We have read the clause regarding restrictions on procurement from a bidder of a country which
shares a land border with India. We certify that bidder M/s __________________ (name of the
bidder) is not from such a country or if from such a country, has been registered with the Competent
Authority. We hereby certify that bidder M/s __________________ (Name of bidder) fulfils all the
requirement in this regard and is eligible to be considered against the tender.”
[Wherever applicable bidder must submit evidence of valid registration by Competent Authority]
b) The successful bidder shall not be allowed to sub-contract works to any contractor from
a country which shares a land border with India unless such contractor is registered with the
Competent Authority. Bidder shall submit the following certificate in this regard:
“We have read the clause regarding restrictions on procurement from a bidder of a country which
shares a land border with India and on sub-contracting to contractors from such countries.
We certify that bidder M/s __________________ (Name of bidder) will not sub-contract any work to
a contractor from such countries unless such contractor is registered with the Competent Authority.”
[Wherever applicable bidder must submit evidence of valid registration by Competent Authority]

(c) Additional certificate by Bidders in the cases of specified ToT:

We have read the clause regarding restrictions on procurement from a bidder having Transfer of
Technology (ToT) arrangement. We certify that bidder M/s __________________ (Name of bidder)
does not have any ToT arrangement requiring registration with the competent authority OR if we
have such arrangement then we certify that bidder M/s __________________ (Name of bidder) has
valid registration to participate in this procurement.

(AUTHORIZED SIGNATORY OF BIDDER)


Ref. ITB Clause 44 & O.M No. F.7/10/2021-PPD (1) dated 23.02.2023 issued by Department of
Expenditure, Ministry of Finance, Govt, of India in this regard are available at website
[Link]
Appendix - 12

DECLARATION OF BIDDER FOR BANNING OF FIRMS BY ONGC

(To be submitted in bidder’s official letter head)

Neither the bidder themselves, nor any of its allied concerns, partners or associates or
directors or proprietors involved in any capacity, are currently serving any banning order issued by
ONGC debarring them from carrying on business dealings with ONGC.

Signature of bidder / Contractor


With Date:
Appendix - 13

UNDERTAKING FOR GENUINENESS OF THE DOCUMENTS / CERTIFICATES/


INFORMATION

(To be submitted in bidder’s official letter head)

I/we hereby declare that all the documents / certificates / information submitted by me / us
for this tender no. KC1AC25006 are genuine. In case any of the documents / certificates /
information submitted by me / us is found to be false or forged, action as deemed fit may be initiated
by ONGC at its sole discretion.

(Signature of Contractor with Seal)


Appendix –14

Undertaking for Purchase Preference Policy (Make in India)

(To be submitted in bidder’s official letter head)

1. (Applicable in case of Class-I local supplier)

“We ____________________________________ (Name of the bidder) undertake that


we meet the mandatory minimum Local Content (LC) requirement i.e. equal to or more
than 50% for qualifying as ‘Class-I local supplier’ as per the PP-MII policy, for claiming
purchase preference linked with Local Contents under the PP-MII policy against tender No.
KC1AC25006. The percentage of local content in the bid is ______%.”

(OR)

2. (Applicable in case of Class-II local supplier)

“We__________________________________ (Name of the bidder) undertake that we


meet the mandatory minimum Local Content (LC) requirement i.e. more than or equal to
20% but less than 50% for qualifying as ‘Class-II local supplier’ as per the PP-MII policy
for participating against tender No. KC1AC25006. The percentage of local content in the
bid is ______%.”

(Authorized signatory of bidder)

Refer ITB clause 29.2


Appendix -5

Undertaking for compliance under GST Act, 2017


(to be submitted on Company’s Letterhead)

I, ________________________________, aged _______ years, Director/Proprietor/Partner of


(Name of Firm/Company and address) do solemnly affirm and declare as under:

1. That I am duly authorized to furnish this undertaking/declaration on behalf of


____________________________________ (Name of Firm/Company).

2. That __________________________________ (Name of Firm/Company) has submitted its Bid


Ref. No. ____________ dated __________ against Tender No.KC1AC25006 or SUPPLY OF
UTILITY WATER & TECHNICAL/FIRE WATER TO INSTALLATIONS AND PSA IN
AMLAPURAM AREA OF DR B R AMBEDKAR KONASEEMA DISTRICT FOR A PERIOD OF
18 MONTHS. (Item/Works).

3. That __________________________________ (Name of Firm/Company) is fully aware of and


in compliance with the provisions regarding anti-profiteering under The Central Goods &
Services Tax Act, 2017.

4. That __________________________________ (Name of Firm/Company) shall pass on the


benefits/is passing on the benefits which it shall get/is getting on account of Input Tax Credit
and/or due to any change in rate of tax or provisions under the GST/Custom Laws of India. The
details and amounts being passed onto ONGC have been listed out and annexed herewith.

5. That __________________________________ (Name of Firm/Company) is aware of the


consequences of non-compliance of the provisions regarding anti-profiteering under The Central
Goods & Services Tax Act, 2017.

6. That the above statements at Para 1 to 5 are true and correct to the best of my knowledge,
information and belief.

(Authorized signatory of bidder)


Appendix - 6

UNDERTAKING FOR SUBMISSION OF EPF CODE CERTIFICATE

I / We, M/s ____________________________ hereby undertake to furnish / produce copy of EPF code
certificate registration with Regional Provident Fund Commissioner within 30 days from the date of
LOI/NOA.

Yours faithfully,

SIGNATURE OF BIDDER:

NAME OF BIDDER: __________________


BEC MATRIX

Name of Work: “SUPPLY OF UTILITY WATER & TECHNICAL/FIRE WATER TO


INSTALLATIONS AND PSA IN AMLAPURAM AREA OF DR B R AMBEDKAR KONASEEMA
DISTRICT FOR A PERIOD OF 18 MONTHS.

Bidder shall carefully choose relevant option (s) against each item mentioned below from the
dialog box.
1. Confirmed / Not Confirmed
2. Not Applicable

Based upon the above bid evaluation criteria, following BEC matrix has been developed for filling of
information by bidders:

Cl. no. BEC CLAUSE Bidder’s Response /


Compliance
A Vital criteria for acceptance of bids:
Bidders are advised not to take any
exception/deviations to the bid document.
Exceptions/ deviations, if any, should be brought out
during the Pre-bid conference. In case Pre-bid
conference is not held, the exceptions/ deviations
along with suggested changes are to be
communicated to ONGC within the date specified in
the NIT and bid document. ONGC after processing
such suggestions may, through an addendum to the
CONFIRMED /
bid document, communicate to the bidders the
NOT CONFIRMED
changes in its bid document, if any.
However, during evaluation of bids, ONGC may ask
the Bidder for Clarifications/ confirmations/deficient
documents of its bid. The request for clarification and
the response shall be in writing and no change in the
price or substance of the bid shall be sought or
permitted. If the bidder still maintains
exceptions/deviations in the bid, such conditional/
non-conforming bids shall not be considered and may
be rejected.
B REJECTION CRITERIA
B.1 TECHNICAL REJECTION CRITERIA:-
The following vital Technical conditions should be
strictly complied with failing which the bid shall be
rejected.
B.1.1 Bid should be complete and covering the entire scope
of job/ supply and should conform to the technical
specifications indicated in the bid documents, duly CONFIRMED /
supported with technical catalogues/ literatures NOT CONFIRMED
wherever required. Incomplete and non-conforming
bids will be rejected outright.
B.1.2 Eligibility and experience of the bidder:-
2.1(a)-I B.1.2.1(a)-I The bidders (Single Bidder / Indian Joint
Venture Company incorporated) should have CONFIRMED /
successfully completed / executed *similar works NOT CONFIRMED
during last 7 years ending last day of month previous
to the one in which application are invited should be
either of the following:
Three similar completed works each costing not less
than the amount equal to 40% of Annualized
Estimated cost.
(OR)
Two similar completed works each costing not less
than the amount equal to 50% of Annualized
Estimated cost.
(OR)
One similar completed work costing not less than the
amount equal to 80% of Annualized Estimated cost.

*Similar works means ‘Any Nature of Civil


Construction / Civil Maintenance Works / Water
Supply through Tankers’’

Note:-
1. To this effect, Bidder should submit copies of
respective Work Order/NOA/LOI/contract/Agreement,
along with documentary evidence in respect of
satisfactory execution of each of those
contracts/satisfactory completion of relevant services,
in the form of copies of any of the documents
(indicating respective contract number and name of
work & executed value of the work, period of
execution), such as - (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 (OR) (iv) any other documentary
evidence that substantiate the satisfactory execution
of each of the contracts cited above.

2. Work Experience certificates issued by entities


other than Central Govt./State Govt./PSU’s must
accompany verifiable Digitally signed TDS
Certificate/Form 26AS Annual / Quarterly Tax
Statement / Form 16 (indicating TDS amount
deducted by client) to complaint the documents
required under Note 1, otherwise such work
experience documents shall be not given any
cognizance for meeting the eligibility criteria.

3. In case of work experience related to rate


contracts, average annualized value of work
done against the rate contracts shall be
considered as one work for the purpose of
evaluation of bids. This is however, further
subjected to the similar work criteria
mentioned above.

4. Actual Executed cost of work of


completed works shall be considered
irrespective of work order value / Contract
Value / Change Order / revised Contract Value
for Experience Criteria.

5. The bidder’s experience in ongoing


contract involving multiple services/ works (with
no interdependence ) shall also be considered
in meeting the experience criteria above subject
to condition that the relevant services /work has
been satisfactorily completed.

6. In case of contracts involving multi-


disciplinary works / composite works / group-
wise / subhead wise works, then the
documentary evidence towards satisfactory
completion of works as per Note 1, must
indicate the completion value for each multi-
disciplinary work separately or should clearly
bring out cost break up of works required as per
similar works defined.

7. The works carried out exclusively


pertaining to Horticulture (or) Grass cutting,
shall not be considered as civil works defined
against similar works.

8. In case of bidders submitting the


experience certificate for works carried out on
subcontract basis needs to submit the following
documents:

(1) Copy of the permission letter issued by the


principal client/company to let out or
undertake work under subcontract
(2) Satisfactory completion of certificate issued
by the principal client /company.

2.1(a)- Consortium Bids: Bids from consortium of


III companies shall not be considered.
2.1 (b) B.1.2.1 (b) Incorporated Joint Venture Bid:
In case the bidder is an Incorporated Indian Joint
Venture Company, registered in India and
incorporated under the Companies Act 1956 and any
amendments there under, then the technical
experience criteria laid down in the Technical BEC
should be met as under: CONFIRMED /
(i) The Joint Venture Company by itself should meet NOT CONFIRMED /
the experience criteria NOT APPLICABLE
or
(ii) Any Partner in the Joint Venture Company
having a stake of at least 26% in the Joint Venture
Company should meet the technical experience
criteria stipulated in the tender on its own and cannot
rely on any other arrangement such as Consortium or
Supporting Company of the JV Partner for meeting
the technical experience criteria. Documentary
evidence in support of the above should be submitted
along with the techno-commercial bid.
(iii) In case of (ii) above, an undertaking from the Joint
Venture partner, based on whose experience the JV
seek qualification, shall be submitted with the techno
commercial bid stating they shall maintain minimum
26% shareholding in the JV till the execution of the
contract.

2.2 Details of experience and past performance of the


bidder and incorporated joint venture partner (in case
of a joint venture), on works/ jobs done of similar
nature in the past and details of current work in hand
CONFIRMED /
and other contractual commitments, indicating areas
NOT CONFIRMED
and clients are to be submitted along with the techno-
commercial bid, in support of the experience laid
down at para 2.1(a) and 2.1(b) above.

2.3 Indian companies/ Joint Venture


companies(Incorporated JV):- Indian bidders whose
proposal for Joint Venture involves foreign equity CONFIRMED /
participation or payment of royalty and / or lump sum
NOT CONFIRMED /
for technical know-how and wherever Govt. approval
is necessary, are required to submit copy of Govt. NOT APPLICABLE
approval, on their application submitted to SIA, prior
to the date price bid opening.
B.2 COMMERCIAL REJECTION CRITERIA:
The following vital commercial conditions should be
strictly complied with failing which the bid will be
rejected.
B.2.2 The bid along with all appendices and copies of
documents (except copies of the documents required
in physical form) should invariably be submitted
through GePNIC-CPPP ([Link]
before the scheduled date and time for the tender
closing. All the documents uploaded shall be digitally
signed by the authorized signatory of the bidder.
The password protected e-bids (Techno-commercial /
Price bids), which require the password to open the
file, will not be considered.
The Techno-commercial bid shall contain all details
without indicating prices of the quoted items. However
CONFIRMED /
a suitable response shall be selected of the given
NOT CONFIRMED
options against each item of the format at Appendix-
..... (Bidders Response Sheet) to indicate that there is
a quote against that item in the Price Bid/BOQ. The
Price bid shall contain only the prices duly filled in the
on-line price format of GePNIC-CPPP
([Link] Bidders shall necessarily
use the same excel sheet for price bid. The price bids
submitted in physical form against e-procurement
tenders shall not be given any cognizance.
However, the following documents should be
submitted in physical form, in a sealed envelope
super-scribed as “Physical documents against e-
procurement Tender Reference Number…………..,
Tender ID………….., due on ………… To be opened
by Tender Opening Officers at 15.30 Hrs, on due date
for opening of bid” [Documents should reach to the
purchaser’s office on or before 15:00 Hrs. of the
closing date specified for submission of bid through
GePNIC-CPPP. Wherever any other time for receipt /
opening of documents have been specified in the
tender document, same should be appropriately
indicated/followed in place of 15.00 Hrs / 15.30 Hrs.] :
(i) (Applicable only in case bid security is
submitted in the form of SFMS BG or
Unconditional Irrevocable Insurance Surety
Bond. Not applicable in case bid security is
submitted via NEFT/RTGS/Electronic fund
transfer or e-BG).

The original SFMS BG towards bid security (along


with SFMS delivery report /message copy which has
been transmitted by issuing bank through SFMS
system to beneficiary’s i.e. ONGC’s bank) or the
original Unconditional Irrevocable Insurance Surety
Bond towards bid Security.
B.2.2.1 Bidder should not indicate /disclose prices in techno-
commercial (un-priced bid).
In case bidder indicate/disclose prices in techno-
commercial (un-priced bid) or at any stage before
opening of price bid, their bids shall be evaluated
without giving any cognizance to such prices.

Evaluation will be done as per Price Evaluation


Criteria of BEC on the basis of prices quoted in the CONFIRMED /
price bid only. NOT CONFIRMED

If the bidder has indicated/disclosed some price in


techno-commercial bid (at techno-commercial stage)
or at any stage before opening of price-bid, but has
not indicated any price in its Price Bid, its offer shall
be considered as without any price and thus shall be
rejected and in no case price revealed in techno-
commercial bid shall be considered for award.
B.2.3 Acceptance of terms & conditions :
The bidder must confirm unconditional acceptance of
General Conditions of Contract at Annexure II,
CONFIRMED /
Special Conditions of Contract at Annexure III and
NOT CONFIRMED
Instruction to Bidders at Annexure I as well as the
instructions contained in website
[Link]
B.2.3.1 Bidder should confirm their acceptance that they
comply with the provisions with regard to “Guidelines
for eligibility of a ‘Bidder from a Country which shares
CONFIRMED /
a land border With India’ ” as detailed at Annexure-I
NOT CONFIRMED
“Instructions to Bidders”.
Bidder should also submit the requisite certificate
as mentioned.
B.2.4 Offers of following kinds will be rejected: CONFIRMED /
(a) Offers made without Bid Security/Bid Bond/Bank NOT CONFIRMED
Guarantee/Earnest Money Deposit alongwith the offer
(Refer clause 17 of Instruction to Bidders at Annexure
I).
(b) Offer not submitted in e-form through GePNIC-
CPPP
(c) Offers which do not confirm unconditional validity
of the bid for 90 days from the date of opening of bid.
(d) Offers where prices are not firm during the
entire duration of the contract and/or with any
qualifications.
(e.i) Offers which do not conform to ONGC’s ‘online
price bid format’ as given in the GePNIC-CPPP
([Link]) Offers which do not conform filling of all relevant
fields in the online bidding format for the items quoted
by them.
(f) Offers which do not confirm to the mobilisation period
indicated in the bid.
(g) Offers which do not confirm to the contract period
indicated in the bid.
(h.i) Deleted
([Link]) Deleted
(i) Deleted
(j) Offers not accompanied with a copy of valid
registration certificate under GST Legislation of India
(k) Offers not accompanied with an undertaking to
provide all the necessary compliances/Invoice/
documents required under GST legislation for
enabling ONGC to avail Input tax (GST) credit.
(Not applicable for the bidder who are under
composition levy)
(l) Offers not accompanied with a declaration that
neither the bidders themselves, nor any of its allied
concerns, partners or associates or directors or
proprietors involved in any capacity, are currently
serving any banning orders issued by ONGC
debarring them from carrying on business dealings
with ONGC.
(m) Deleted
(n) Offers not accompanied with the undertaking
on the company’s letter head and duly signed by
the signatory of the bid that all the
documents/certificates/information submitted by
them against the tender are genuine.
(o) Offers not accompanied with the
undertaking/Agreements as per clause B.1.2 and
B.2.6.0, if applicable.
(p) Offers and all attached documents not digitally
signed using digital signatures issued by an
acceptable Certifying Authority (CA) as per Indian IT
Act 2000 by the person as per power of attorney
submitted as per ITB(Refer clause No. 9.1(i) of
Annexure-I ).
(q) Password protected e-bids (Techno-
commercial / Price bids), which require the
password to open the file.
B.2.5 Bidder shall bear, within the quoted rates, the
Personnel Tax as applicable in respect of their
personnel and their sub-contractor’s personnel, CONFIRMED /
arising out of this contract. Bidder shall also bear, NOT CONFIRMED
within the quoted rates, the Corporate Tax, as
applicable, on the income arising out of this contract.
C PRICE EVALUATION CRITERIA
C.1.1 Evaluation of bids:
(a) Bidders should quote percentage strictly as per the
Price Bid Format given in the tender document. Bids
not quoting prices strictly as per the Price Bid Format
shall be rejected. ONGC will open the price bids, on a
date to be announced later, of only those bidders
whose bids are techno-commercially acceptable.
(b) Price bids of only techno-commercial acceptable
bidders will be opened for further evaluation.
(c) The rankings of the bidders will be decided based
on percentage quoted in the price bid. Bidder quoting
the lowest percentage shall be treated as L-1 bidder.
(d) TIE BREAKER CLAUSE:
CONFIRMED /
Ranking of the bidder will be made based on the rates
NOT CONFIRMED
(%) quoted by each bidder. In case on more than one
qualified bidder quote same rate i.e., (-) %, (+)
percentage or at par as per Price Bid Format, then
ranking of such bidder quoting same rate shall be
decided based Similar Works Experience / Executed
Value for individual project submitted under BEC
B.1.2. Bidders having higher work experience value
for an individual project will get preference in ranking.
Similar methodology shall be applicable for further
ranking. Documents submitted with techno-
commercial bid shall be considered for comparison
purpose and no additional work experience
documents shall be sought after price bid opening.
C.1.2 Bidders are required to ascertain themselves, the
prevailing rates of GST on the scheduled date of
submission of Techno-commercial Bids and ONGC
would not undertake any responsibility whatsoever on
such rate as ascertained by the bidders.
Accordingly, bidders (excluding the Service providers
covered under clause C-1.2.1 below) should quote
the prices, clearly indicating the rate of GST,
description of service and the Service Accounting
Code (i.e. HSN/SAC) as per GST Law as
CONFIRMED /
ascertained by the bidder.
NOT
Total price inclusive of GST as quoted by the
CONFIRMED
bidders shall be considered for evaluation.
In case the GST is not quoted explicitly in the offer,
the offer will be considered as inclusive of GST.
In the contracts involving multiple services or the
services involving usage of certain goods or
materials (which are consumables in nature forming
part of the output service), the Bidder should provide
the break-up for cost of goods and cost of various
services. However, the bidder shall quote GST for the
output services.
GST and Customs Duties if any, on input services/
capital goods/inputs required to meet the scope of
work will be borne by the bidder within their quoted
prices. The bidder must avail eligible input tax credit
of GST and Customs Duties paid on input services
/capital goods/ Inputs and benefit of input tax credit
should be passed on to ONGC by way
of quoting rate(s) net of input tax credit i.e. value of
goods/service adjusted by input tax credit available to
the bidder.
C.1.2.1 For Services provided to ONGC in taxable Territory of
India whereas per relevant provisions of tender
document, the liability to pay 100% GST is on ONGC, CONFIRMED /
the bidder should not include the GST in his quoted NOT CONFIRMED
price. However, the GST as applicable will be loaded
on the quoted price for the purpose of evaluation.
C.1.3 If there is any change in the rate of GST after the date
of bid closing but prior to award of the contract due to
which there is any change in the original ranking of
bidders, then the originally evaluated L-1
bidder would be considered for award of contract but
subject to matching his prices with the bidder who CONFIRMED /
has emerged lowest as a result of modification in NOT CONFIRMED
GST. In case originally evaluated L-1 bidder fails to
match the price (of the bidder who emerges L-1 due
to change in GST rate) then the award of contract will
go to the bidder who subsequently emerges L-1 due
to change in GST rate.
C.1.4 PURCHASE PREFERENCE POLICY (IES):
C.1.4.2 Bidders to comply Public Procurement (Preference to
Make in India) Order 2017” (MII) read with Ministry of
CONFIRMED /
Petroleum & Natural Gas notification applicable in
NOT CONFIRMED
this tender as per Clause No. 29.2 of Instruction to
Bidders and submit requisite information/documents.
D Criteria for loading of bids : Deleted
E GENERAL:
E.1 The BEC over-rides all other similar clauses CONFIRMED /
operating anywhere in the Bid Documents. NOT CONFIRMED
E.2 The bidder/contractor is prohibited to offer any service
/ benefit of any manner to any employee of ONGC and CONFIRMED /
that the contractor may suffer summary termination of NOT CONFIRMED
contract / disqualification in case of violation.
E.3 Onsite inspection will be carried out by ONGC’s
CONFIRMED /
officers / representative /Third Parties at the discretion
NOT CONFIRMED
of the ONGC.
E.4 Discount: Bidders are advised not to indicate any
separate discount. Discount, if any should be merged
with the quoted prices. Discount of any type indicated
separately will not be taken into account for evaluation CONFIRMED /
purpose. However, in the event such offer without NOT CONFIRMED
considering discount is found to be lowest,
Corporation shall avail of such discount at the time of
award of contract.
E.5 Bidders shall be required to produce all the
CONFIRMED / NOT
documents in original if asked by ONGC at any time
CONFIRMED
during evaluation of their bid and, in case of award of
contract during contract period also. These are to be
submitted within the time allowed by ONGC. Any
failure and /or delay to produce the original
documents as asked by ONGC will make the bid
liable for rejection with cancellation of
NOA/Termination of Contract as the case may be
with ONGC rights to invoke recourse under contract
conditions.
E.6 The bidder shall clearly indicate their legal
constitution i.e. proprietorship / partnership company/
Cooperative society / Trust etc., and submit the copy
of certificate of incorporation / registration in case of CONFIRMED /
companies, duly registered partnership deed in case NOT CONFIRMED
of partnership firm, registered deed in case of trusts
and certificate from registrar of cooperative society in
case of cooperative society.

NAME OF BIDDER: ________________________________________

You might also like