Sunteți pe pagina 1din 5

BID PACKAGE FOR B-193 FIELD DEVELOPMENT PROJECT

INVITATION FOR BIDS

OIL AND NATURAL GAS CORPORATION LTD.


ENGINEERING SEVICES (OFFSHORE), MATERIALS MANAGEMENT DEPARTMENT, MUMBAI REGION

4th Floor, 11 High Building, Bandra Sion Link Road, Sion (W)
MUMBAI 400017. FAX No.: (022) 24088500 TEL. No. (22) 24088412/24089486 GRAMS: TELETECHNIC TO,

INVITATION FOR BIDS Dear Sirs, 1.0 Sealed bids in four copies (one original+ three copies) are invited in the prescribed bid forms and Proforma, for the Scope of Work described in the Bidding Documents. The details of the tender are given below: a) Tender No b) Brief Description of the project

MR/OW/MM/B-193/07/2007
The scope of work for the tender shall include in general but not limited to Surveys (pre-engineering, pre-construction/pre-installation and post-installation) Design, Engineering, Procurement, Fabrication, Anticorrosion & Weight coating (in case of Rigid pipeline), Load out, Tie down / Sea fastening Towout/Sail-out, Transportation, Installation, Hook-up, Installation of submarine pipeline, and Modifications on existing facilities, Testing, Pre-commissioning, Commissioning (wherever applicable) of entire facilities as described in the bidding documents for the following facilities: One process and well platform B-193-A (6 slots) with living quarters on separate jacket Five unmanned well-platforms B-172-A (4 slots) B-178-A (4 slots) B-179-A (3 slots) B-28A-A (3 slots) B-23A-A (4 slots) SUBMARINE PIPELINES TOTAL 114 Km o o o o 12 x 16 km from B-178-A to B-193-A for oil 8 x 7.5 km from B-179-A to B-178-A 12 x 5.5 km from B-172-A to B-178-A 10 x 16.5 km from B-28A-A to B-193-A

o o o o o

-1-

BID PACKAGE FOR B-193 FIELD DEVELOPMENT PROJECT


o o o INVITATION FOR BIDS

12 x 23 km from B-23A-A to B-193-A with lateral near B-28A platform for gas 16 x 25.50 km from B-193-A to BPB platform for gas 12 x 20.0 km from B-193-A to ICP-Heera pipeline tie-in MODIFICATIONS

At BPB platform and tie-in with ICP Heera trunk line with the available lateral

c) Project Completion date d) Tender Fee 1) Foreign bidder 2) Indian bidder e) Bid sale closing date and Time f) Closing date and time for submission of bids (both unpriced techno-contractual and priced bid) by bidders to ONGC g) Opening date and time 1) Unpriced TechnoContractual Bid 2) Price Bid

As per Clause 1.4 of Part-I of the Bidding Documents.

US Dollars 1,000/Indian Rupees 45,000/30.08.2007 at 1600 Hrs. IST

10.10.2007 at 1400 Hrs. IST

10.10.2007 at 1500 Hrs. IST

To be intimated later, after evaluation and shortlisting of Unpriced techno-contractual Bids.

h) Bid Bond Bank Guarantee (To be submitted with Unpriced Techno contractual Bid) 1) Foreign bidder 2) Indian bidder i) Bid Bond validity upto US$ 500,000/Rs. 2,00,00,000/One Hundred and Twenty (120) days from the last date for Bid Submission

-2-

BID PACKAGE FOR B-193 FIELD DEVELOPMENT PROJECT


j) Bid validity upto INVITATION FOR BIDS

Ninety (90) days from the last date for Bid Submission. Twelve (12) months from the date(s) of completion and handing over of complete facilities to the Company. Refer cls.no.6.1. of GCC. (To be submitted within two (2) weeks of Signing of the Contract) Ten percent (10%) of the Contract Price during Execution Period and 5% during Warranty Period Initially till the Scheduled Project Completion Date plus the warranty period plus sixty (60) days.

k) Warranty period

l) Performance Bank Guarantee (PBG) 1) Amount

2) Validity m) Correspondence 1) Address

Head MM, Engineering Services (Offshore) Oil and Natural Gas Corporation Ltd. Materials Management Department, 4th Floor, 11 High Building, Bandra Sion Link Road, Sion (W) MUMBAI 400017. 91-022-24088412/24089486 91-022-24088500

2) Telephone No. 3) Fax No. 2.0

Organization of the Bidding Documents This Bidding Documents consist of four separate parts as follows: Part-I: Instructions to Bidders Part-II: General Conditions of Contract Part-III: Appendices Part IV: Scope of Work, Specifications & Drawings (Five Volumes i.e. Vol. II, Vol. III, Vol. IV, Vol. V) The first three parts viz. Part-I, Part-II and Part-III are covered in Volume-I of the Bidding Documents. Part-IV is covered in Vol. II to Vol. V.

3.0

Resolution of Clarifications/Exceptions/Deviations to tender terms, Conditions & Specifications. ONGC has to finalise its purchase within a limited time schedule. Therefore, it may not be feasible for ONGC to seek clarifications in respect of incomplete offers. In order to avoid clarification/ confirmation after opening of bids, a system of holding pre-bid conference has been introduced so that objections/ points of the bidders, if any, are taken into account and a mutually acceptable level of understanding is reached

3.1

3.2

-3-

BID PACKAGE FOR B-193 FIELD DEVELOPMENT PROJECT


INVITATION FOR BIDS

between ONGC and the participating bidders with regard to various tender provisions before the bids are submitted. Hence, prospective bidders are advised to carefully examine the various tender provisions before attending pre-bid conference and that the doubts, if any, to the tender conditions/ tender specifications should be raised during pre-bid conference. ONGC would try to ensure that the doubts raised by the prospective bidders are clarified to their satisfaction. In case, due to the points/ doubts raised by the prospective bidders, any specific terms and conditions needs to be modified, then the same will be considered for modification. However, after tender closing/ opening, no clarification would be sought by ONGC. All the bidders must ensure that their bid is complete in all respects and conforms to tender terms and conditions, BEC and the specifications in toto failing which their bid would be straightaway rejected without seeking any clarifications on any exception/ deviation taken by the bidder in their bid. Bidder to ensure that after award of Work and during execution, the Contractor shall not seek to alter any agreed contractual terms, conditions & Specifications. In such an event, dealing with such Contractor for future tenders of the Company would be adversely affected. 4.0 Two Bid System shall be followed for this tender. Bidders should take due care to submit tenders in accordance with the requirements in sealed covers. Bid Evaluation Criteria at Appendix A-6 of Part-III of the Bidding Documents shall be the basis for evaluation of tenders. In case the Bidding Documents are purchased by Indian Agent of a foreign bidder in Indian currency, the provisional amount paid in Rupees will be refunded by Finance Department on receipt of tender fee in foreign currency from the principal which must be sent along with the Unpriced Techno-Contractual bid. This Invitation for Bids, in original, issued along with Bidding Documents, will be sent by the bidder along with offer. Offer sent without having the prescribed Bidding Documents of ONGC and without complying with the terms and conditions of Bidding Documents for submitting the offer, will be ignored. 6.0 The bidder is required to complete the Acknowledgment Letter in the form provided at Appendix B-1 of Part-III of the Bidding Documents and send the same to the Company within one week of issue of the Bidding Documents. Pre-Bid Meeting / Conference Pre-bid conference will be held on 14.09.2007 at 1100 Hrs. (IST) at ONGC, Conference Hall, 4th Floor, 11 High Building, Bandra-Sion Link Road, Sion (W), Mumbai-400017 for the purpose of clarification, if any, of points on technical and commercial issues relating to the Bidding Documents. The bidder is requested to submit any query/ clarification on Bidding Documents in writing to reach the Company on or before 07.09.2007 by 1600 Hrs. (IST), for the purpose of discussion in pre-bid conference. The queries /clarifications sought in writing are also to be sent on e-mail in Microsoft words format to : arumugam_ ashokan @ongc.co.in. No further queries/ clarification on bidding documents will be entertained/ accepted by the Company thereafter.

5.0

7.0 7.1

-4-

BID PACKAGE FOR B-193 FIELD DEVELOPMENT PROJECT


7.2 INVITATION FOR BIDS

Bidders are advised to depute their authorized & accredited representative preferably of the rank of Executive Director level or equivalent to attend pre-bid conference to take decision across the table. Any modification to the Bidding Documents listed in Clause 2.0 above, which may become necessary as a result of the pre-bid meeting, shall be made by the Company exclusively through the issuance of an amendment pursuant to Clause 8.0 of Part-I of the Bidding Documents and not through the minutes of the pre-bid meeting. Non attendance at the pre-bid conference shall not be a cause for disqualification of a bidder. The tender documents are available for viewing and downloading from the website http://tenders.ongc.co.in Bidders have the option of purchasing the bid document from the office of Group General Manager (MM)-ES , Mumbai as detailed above (or) download the bid document within the time specified for the sale of bid documents and use the same for participating in the tender. But, the bidders downloading the bid document from the website should ensure to submit the tender fee so as to reach this office before the deadline specified for tender sale alongwith confirmation letter on meeting the major qualification criteria, which will be acknowledged by ONGC to bidder through fax/e-mail. Non- Submission of tender fee /letter conforming meeting the major qualification criteria will render such bids liable for rejection.

7.3

7.3

8.0

Yours faithfully

For Head MM -ES (Offshore)

-5-

S-ar putea să vă placă și