Documente Academic
Documente Profesional
Documente Cultură
BID DOCUMENT
FOR
INVITATION TO BID
Dear Sir,
Bids are invited in e-form in the prescribed bid forms and proforma enclosed
herewith from Bidders through E-Procurement site through ONGC e-bidding
engine at http:// etender.ongc.co.in for charter hire of offshore Jack up rig, as
detailed in ‘Notice Inviting Tenders’ indicated hereunder.
P46JC19004
1. Tender No. (RFx No.)
Open Tender on International Competitive Bidding
2. Type of Tender Basis under Two-Bid system & QCBS methodology
Charter hire of :
01 no. MLT/ BMC/ Livingston Design with standard
3. Description of Services specs. 300 ft. IL Cantilever type offshore Jack up
rigs (conventional)
14.11.2019
5. Date of N.I.T.
Start date of participation / 14.11.2019
6 Commencement of downloading of
tender documents
Date of closure of downloading of 24.12.2019, 1559 Hrs IST
7
tender documents
Last date for receipt of queries from
21.11.2019
Bidder’s for Pre-bid Conference
26.11.2019 at 1100 Hours (IST)
8. Pre-Bid Conference Date / Time
ONGC, Conference Hall, 11 High Building, Bandra
Venue for pre-bid conference
Sion Link Road, Mumbai 400017.
Closing date & time for submission of
bids (both unpriced techno-commercial
and priced bid) by bidders to ONGC
and
9. 24.12.2019, 1600 hrs (IST)
Last date & time for submission of
physical documents (as required in the
tender)
Registered Office: Pandit Deendayal Urja Bhavan 5, Nelson Mandella Marg, Vasant Kunj
New Delhi 110 070 CIN no. L74899DL1993GOI054155,
3 website www.ongcindia.com
However, during evaluation of bids, ONGC may at its discretion 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.
4.0 Two Bid System shall be followed for this tender. Bid Evaluation Criteria at
Annexure – V of the Bidding Documents shall be the basis for evaluation of
tenders.
5.0 Pre-Bid Meeting / Conference:
5.1 Pre-Bid Conference (PBC) will be held on date & time mentioned in table
above at ONGC Office Complex, 6th Floor, 11- High Building, Bandra –
Sion Link Road, Mumbai – 400017 for the purpose of clarification of
points on technical and commercial issues relating to the tender
documents, if any. Bidders are advised to download the tender
documents well in advance to pre-bid conference date, providing sufficient
time to response.
5.3 Any modification to the tender documents, which may become necessary
as a result of the pre-bid meeting, shall be made by the Corporation
5
exclusively through issuance of an amendment to tender documents and
not through record notes of the pre-bid meeting.
5.4 Failure to attend the pre-bid conference does not restrict the Vendor from
submitting the bid.
6.0 Bidders also to note that one agent cannot represent two bidders.
2.0 Oil and Natural Gas Corporation Limited, Drilling Services, Mumbai Region
invites tenders under International Competitive Bidding, under `Two bid'
System, through ONGC e-bidding engine at ONGC E-Procurement website
at https://etender.ongc.co.in from capable and experienced Offshore drilling
Companies/ Contractors, for charter hire of following types of offshore jack-
up rigs, meeting the Scope of work, Technical Specifications and other
tender conditions, as given in tender document, for firm period of three
years from the date of commencement :-
Note:
Evaluation of each category (if applicable) shall be done separately. Bidders
should not offer the same rig in more than one category (if applicable).
This being E-tender no hard copy shall be issued in this tender. Prospective
bidders can download the tender document from ONGC e-procurement
website https://etender.ongc.co.in. However, they will be able to create bid
only upon registration in e-tender portal. Tender document will be available as
per schedule indicated in Invitation to bid.
4.0 All bidders have access to online help document which is available on
login in ONGC etender website. This Help document should be used by
bidders for participating in etender.
7
5.0 The bidders may seek query / clarification on tender documents by
uploading the same in the C folder, Bidders correspondence areas, pre-
bid queries, through e- procurement SRM website https://etender.ongc.co.in
or vide e-mail.
6.0 The closing date and time for submission of bid (s) is indicated in
Invitation to Bid. The un-priced bids shall be opened on the same day at
17.00 Hrs. (IST). Bid(s) should be submitted online on ONGC e-tender
website https://etender.ongc.co.in.
7.0 ONGC expects the bidders to comply with the tender specifications /
conditions. ONGC will not seek any clarification after opening of techno-
commercial bids. Conditional bids indicating exceptions / deviations to the
tender clauses will be rejected summarily.
8.0 E-Mail / Telex / telegraphic / Fax / Xerox / Photocopy offers will be rejected.
10.0 The bid should be valid for a period of 120 days from the date of closure of
tender.
11.0 ONGC reserves the right to cancel at its own discretion any / all bids
received without assigning any reason.
.........
8Oil and Natural Gas Corporation Limited
Materials Management, Drilling Services, Mumbai
3rd Floor, 11 high, Bandra-Sion Link Road, Mumbai – 400 017
Tel: +91 22 2408 9 3 1 6 Fax: +91 22 2408 8500 / 2408 9305
Annexure – I
INSTRUCTIONS TO BIDDERS
A: INTRODUCTION
4.1 Mobilisation shall be treated as complete only when the Drilling Unit
alongwith crew has been mobilised and made available at the specified
location in terms of Clause No.1.1.2 of the Model Contract Conditions
(Annexure – II of tender document).
(For online Price Format to be filled in by bidders, Refer “Notes & Price Bid
Attachment” of E-tendering site)
9.2 The bidder is expected to examine all instructions, forms, terms and
specifications in the bidding documents. Failure to furnish all information
required by the bidding documents will be at the bidder’s risk. Bids not
complying with tender conditions and not conforming to tender specifications
may result in the rejection of the bid without seeking any clarifications.
9.3 The following terminology appearing on the SRM portal shall have the
meaning as explained below :-
(i) RFx : Bid Invitation
(ii) RFx Response : Bid
(iii) Tech RFx : Techno-commercial Bidding
Documents provided by ONGC
(iv) Tech RFx response : Un-priced techno-commercial bid
10.2 After pre-bid conference, the specifications & other tender conditions will
be frozen. No change in specifications and tender conditions will be
permissible after bid opening. All the bidders must ensure that their bid is
complete in all respects and conforms to tender terms and conditions,
BEC and the tender specifications in toto failing which their bids are liable
to be rejected without seeking any clarifications on any
exception/deviation taken by the bidder in their bid.
10.3 The bidders meeting following requirement shall only be considered for
attending the pre-bid conference.
The maximum number of persons that would be permitted per bidder for
participation in pre-bid conference will be 02.
10.4 In cases where pre-bid conference is not held, bidders can submit relevant
queries to the tender inviting office within 10 days from the date of
publication of NIT in case of open tenders or issuance of bid document in
case of Limited Tenders.
10.5 At any time prior to the deadline for submission of bids, ONGC may, for any
reason, at its own initiative, modify the bidding documents by
amendment(s).
All prospective bidders who have received the bidding documents will be
notified of the amendments in writing.
v) Bidders who attend the post bid conference shall provide the following
undertaking immediately on conclusion of the post-bid conference:
13
“This is to confirm that we ….. (name of the bidder) have attended the
post bid conference on … and have fully understood the queries of ONGC
issued vide their Letter No. … Dated….”
C. PREPARATION OF BIDS
11.1 The bid prepared by the bidder and all correspondence and documents
relating to the bid exchanged by the Bidder and the ONGC shall be
written in English language. Supporting documents and printed literature
furnished by the Bidder may be in another language provided they are
accompanied by an accurate translation of the relevant passages in
English, duly authenticated by local Chamber of Commerce of bidder’s
country, in which case, for purposes of interpretation of the bid, the
translation shall prevail.
11.2 The prices alongwith price related conditions shall be filled online in the
price-bid screen. Any documents sought to be attached with price bid
shall also be attached at appropriate place.
The bid and all attached documents should be digitally signed using
digital signatures issued by an acceptable Certifying Authority (CA) as per
Indian IT Act 2000 (as amended from time to time) before bid is uploaded.
If any modifications are made to a document after attaching digital
signature, the digital signature shall again be attached to such documents
before uploading the same.
11.3 In the event of the space on the bid proforma being insufficient for the
required purpose, additional pages may be added. Each such additional
page must be numbered consecutively, showing the tender number and
should be duly signed. In such cases reference to the additional page(s)
must be made in the bid.
11.4 The bid proforma referred to above, if not attached in unpriced bid folder
or if attached but not duly filled in will be liable to result in rejection of the
bid.
11.5 The Bidders are advised in their own interest to ensure that all the points
brought out in the check list/ matrix are complied with in their bid failing
which the offer is liable to be rejected.
11.6 The bids can only be submitted in the name of the bidder in whose name
the bid documents have been purchased. The bid papers, duly filled in
and complete in all respects shall be submitted together with requisite
information and Annexures/Appendices. It shall be complete and free
from ambiguity, change or interlineations.
11.7 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 authorised agents in India, if any.
11.8 The bid including all attached documents shall be digitally signed by duly
authorized representative of the bidding company. Power of attorney for
the signatory, issued by the bidding company should be submitted
alongwith other documents as per tender conditions in physical form in
sealed envelope as per relevant clause regarding submission and
opening of bids contained in the tender document.
11.9 The bidder shall clearly indicate their legal constitution and the person
digitally signing the bid shall state his capacity and also source of his
ability to bind the Bidder.
11.11 The bidder, in each tender, will have to give a certificate in its offer, that
the terms and conditions (Annexure I to V), as laid down in this bidding
document are acceptable to it in toto.
11.12 Any interlineations, erasures or overwriting shall be valid only if they are
initialed by the person or persons signing the bid.
Prospective bidders are advised to ensure that their bids are complete in
all respects and conform to ONGC’s terms, conditions and bid evaluation
criteria of the tender. Bids not complying with ONGC’s requirement may
be rejected without seeking any clarifications.
Bidders should submit the ‘Bid Matrix’ (as enclosed with the bid
document) duly filled-in, so as to re-confirm compliance with each of the
requirements of BEC and other important conditions of the tender. Each
such confirmation should be clearly stated in the ‘Bid Matrix’ indicating
“Confirmed” or “Not Confirmed”, as applicable. Further, against each such
confirmation, bidders should also indicate the reference / location (page
No. / Annexure etc.) of the respective detail(s) / document(s) enclosed in
the bid, so as to easily locate the same in the bid document. Each entry in
the ‘Bid Matrix’ must be filled-in in indelible ink (entries written in pencil
will be ignored). Further, each page of the ‘Bid Matrix’ and the
corrections / overwriting / erasures (if any) should be signed manually by
the person (or, persons) signing the bid.
Bidders are advised to ensure submission of the ‘Bid Matrix’, duly filled-in
as per above requirements, for avoiding rejection of their offers.
13.1 The bid prepared by the Bidder shall comprise the following components,
duly completed:
a) Online price bid format (Annexure –IV) separately for each of the rig
offered
d) Bid security
f) Integrity Pact
Proforma of Integrity Pact (which is issued along with the bidding
document) shall be returned by the bidder along with technical bid,
duly signed by the same signatory who signs the bid, i.e. who is
duly authorized to sign the bid. All the pages of the Integrity Pact
shall be duly signed by the same signatory.
14.1 The Bidder shall fill in completely all fields in the online price bid format in
respect of services quoted including but not limited to prices and pricing
conditions. Blank Price Format may be seen under “Notes & Price Bid
Attachments”.
14.2.1 The bidders shall indicate on the appropriate price schedule the net unit
prices (wherever applicable).
14.2.2 Prices quoted by the bidder shall be firm during the bidder's performance
of the Contract and not subject to variation on any account.
14.2.3 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 purpose. 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.
14.2.4 Bidders shall set their quotations in firm figures and without any
qualification. Each figure stated shall also be repeated in words and in the
event of a discrepancy between amount stated in figures and words, the
amount quoted in words shall be deemed to be correct amount.
Bidders must also consider benefits of input tax credit under the GST
legislations, as amended from time to time on Input goods/Capital goods /
Input Services, while quoting the prices.
The successful bidders should upload the details of the invoices raised on
ONGC on the GST Network within the prescribed time limits and
undertake to adhere to all other compliances under the GST regulations/
legislations.
The bidder will have to bear all Income Tax liability both corporate and
personal tax.
14.5.1 The Bidder should quote the applicable GST, clearly indicating the rate
and the amount of GST included in the bid and the description of the
respective service (as per GST rules) under which the GST is payable.
In case the GST is not quoted explicitly in the offer by the Bidder, the offer
will be considered as inclusive of all liabilities of GST and ONGC will not
entertain any future claim in respect of GST against such offers.
b) ONGC will have the right to recover the difference in case the rate
of duty/tax finally assessed is on the lower side.
19
(i) The Service Provider should have a valid registration Certificate under
GST legislation and a copy of such registration certificate should be
submitted along with the offer.
In case the Bidder does not give break-up of the quoted prices, indicating
the components of taxable services and / or goods separately, the GST
will be loaded on entire quoted / Contract value for evaluation considering
higher rates, if any, as per the provisions of the statute.
15.1 The Bidders are to quote firm prices. They may bid in any currency
(including Indian Rupees). Payment will be made accordingly. However,
the payment towards GST will be made by ONGC in Indian Rupees as
per actuals. For this purpose the amount of GST paid as per the invoice
signed by the officer duly authorized for the purpose will be taken into
account. The freight and insurance elements must be quoted by Indian
bidders in Indian Rupees only and payment will be made accordingly.
Foreign bidders should invariably submit (alongwith their bid) the following
particulars, which are required to be furnished by ONGC to Income Tax
Department for complying with the requirements for making remittances
to non-residents as per Income Tax Act, 1961 (as amended from time to
time):
(vii) If the non-resident has an Indian Income Tax Permanent Account Number
(PAN), what is that PAN?
(ix) In accordance with Rule 21AB of the Income-tax Rules, 1962, along with
the TRC, the non-resident shall also furnish the requisite information in
21 Form ‘10F’ which is enclosed as Appendix -14 at
the prescribed
Annexure-I of the tender document.
(x) If it is not possible for the non-resident to obtain & submit Tax Residency
Certificate and Form No. 10F to ONGC within a reasonable time, he
should furnish an undertaking to the effect that he is a tax resident of
_______________ (the specified country) and that he shall obtain and
provide the TRC and Form No. 10F to ONGC before 30 days of
submission of first Invoice by them or within 3 months from the date of
entering into the contract whichever is earlier.
In addition to above particulars, the bidder should also provide any other
information as may be required later for determining the taxability of the
amount to be remitted to the non-resident. Further, the bidder shall be
liable to intimate the subsequent changes (if any) to the information
submitted against any of the above particulars, alongwith full details.
All imports and import clearance under the contract including payment of
Customs Duty either for items covered under above referred list 33 or
otherwise shall be the responsibility of the bidder. ONGC will not provide
any assistance in this regard.
22 what is stated above, the bidders should also consider
Notwithstanding
the position in regard to import of goods as specified in list No. 33 of
above notification against concessional rate of 5 % Customs Duty. ONGC
is not liable in whatsoever manner, for the rejection of their claims for
concessional rate of 5 % Customs Duty by any of the authorities including
the DGH.
The bidder while quoting would need to consider the duty drawback as
per notification No. 23/2008 dated 01.03.2008 available to them upon re-
export of the equipment, if any. The bidder should also note that input tax
credit would also be available to them on the IGST paid by them
excluding duty drawback and this aspect should also be considered by
them while quoting their rates.
Note: The recommendatory letter will be given only for those items
which are either consumed during the execution of work or for those
equipment/tools which are undertaken to be re-exported by the bidder.
The recommendatory letter will not be issued when the bidder imports the
equipment/tools on acquisition basis and does not undertake to re-export
the same after the completion of the contract.
17.3 Deleted
17.4 As the above statutory provisions are frequently reviewed by the Govt.,
the bidders are advised to check the latest position in their own interest
and ONGC will not bear any responsibilities for any incorrect assessment
of the statutory levies by any bidder.
17.5 Bidder shall indicate the value of the drilling unit in the price format.
23 new rigs under construction shall furnish value of the
Bidders offering
Drilling Unit prior to mobilization of the Drilling Unit from the Shipyard.
Bidder to give an undertaking that they shall ensure the Customs clearance
of the Drilling Unit before deployment of the Drilling Unit and shall confirm
that after completion of three years or any extension thereof of Contract
period, Contractor accepts the responsibility for handling all Customs
related issues and ONGC will be free from Customs duty payment, if any.
17.6 As per clarification, Govt has allowed the transfer of imported goods from
one eligible project to another project, subject to certain safeguards to
prevent any misuse of this facility. In this regard, notification No. 28/2013-
Customs, dated 16th May, 2013 provides as under for the transfer of
equipment/ goods for petroleum operation from one eligible PEL/ML to
another:
(ii) Undertaking from the transferee to comply with all the conditions of
the notification, including that he shall pay duty, fine or penalty that may
become payable, if any of the conditions of the notification are not
complied with by himself, where he is the licensee or by the licensee of
the transferee, where such transferee is a sub-contractor;
As the statutory provisions are frequently reviewed by the Govt., the bidders
are advised to check the latest position in their own interest.
Note: Tenders which do not comply with the above stipulations are liable
to be ignored.
25
18.3 Overseas bidder should send their bids directly and not through
Agent/Consultant/Representative/Retainer/Associate. Bids made by
Agent/ Consultant/ Representative /Retainer/ Associate will not be
recognised. Agent/Consultant/ Representative/Retainer /Associate of the
overseas manufacturers/suppliers are, however, permitted to attend
bid opening provided such an Agent/Consultant/
Representative/Retainer/ Associate has a power of attorney/letter of
authority setting out very clearly his role, which will be limited to such
areas of activity as purchase of bidding documents, attending of
bid opening and claiming of payment for their services, provided
further that such a power of attorney/letter of authority is
submitted to ONGC in advance for scrutiny and acceptance or
otherwise.
18.4 Indian agent is not permitted to represent more than one foreign bidder
(Supplier/Manufacturer/Contractor) in a particular tender. In case, an Indian
agent represents more than one foreign bidder (Supplier/
Manufacturer/Contractor) in a particular tender, then offers of such foreign
bidders (Suppliers/ Manufacturers/ Contractors) shall be rejected in that
tender.
19.1 The Bid shall be valid for acceptance for the period as indicated in the
"Invitation for Bid" (hereinafter referred to as validity period) and shall
not be withdrawn on or after the opening of bids till the expiration of
the validity period or any extension agreed thereof.
20.1 The Bid Security is required to protect the ONGC against the risk of
Bidder's conduct which would warrant the security's forfeiture in
pursuance to clause 20.10.
20.3 The Bidders not covered under Para 20.2 above must enclose with their
offer (in case of two bid system, with techno-commercial bid) bid
security. The amount for bid security has been indicated below. The
Bid Security shall be denominated in Indian Rupees by Indian bidders and
in US Dollars by the foreign bidders.
20.4 The amount of 26 Earnest Money/Bid-Bond/ Bid Security to be submitted for
rig offered is as under:-
For Indian Bidders - Rs. 2,18,88,000 per rig (Rs. Two crore, eighteen lakhs,
eighty eight thousand per rig)
For foreign Bidders - US$ 302,800 per rig (US Dollars Three hundred two
thousand & eight hundred per rig)
In case bidder quotes more rigs than tender requirement, the additional
rig(s) quoted shall be considered as Alternate rig(s) and as such no bid
bond is required to be submitted for those alternate rig(s) quoted.
20.5 Bidder shall indicate the name of the rig (s) or Hull No. (Nos.) of the
quoted main and alternate rigs in the Bid bond.
20.6 Deleted
20.7 The Bid Security shall be acceptable in any of the following forms:
The bidders will give Bank Guarantee from any of the following
categories of the banks:
OR
b) Any branch of an International Bank situated in India and
registered with Reserve Bank of India as scheduled foreign
bank
OR
iv) deleted
20.8 ONGC shall not be liable to pay any bank charges, commission or interest
on the amount of Bid Security.
20.9 Subject to provisions in para 20.2 above, offers without Bid Security will
be ignored.
20.10 The Bid Security shall be forfeited by ONGC in the following events:
d) If the Bidder has been disqualified from the tender process prior to
the award of contract according to the provisions under Section 3 of
Integrity Pact. ONGC shall be entitled to demand and recover from
bidder Liquidated damages amount plus GST thereon, by forfeiting
the EMD/ Bid security (Bid Bond) as per section 4 of Integrity Pact.
The bid along with all appendices and copies of documents (except
copies of the documents required in physical form) should invariably be
submitted in the ‘document area in C-folder’ through ONGC’s e-bidding
portal, 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. Each file should be digitally signed and then uploaded. The
file (s) should not be zipped in a folder and then digitally singed.
However, the documents stipulated under Clause No. B.2 of BEC should
be submitted in physical form, in a sealed envelope super-scribed as
"Physical documents against e-procurement Tender Number
…………………, due on ……….to be opened by Tender
Opening Officers at 1700 Hrs on due date for opening of bid", (As
indicated in “Invitation to Bid”), on or before the closing date and time
specified for submission of bid through the e-bidding portal.
23.2 Any change in quotation after opening of the tender will not be
considered.
23.3 ONGC will not be responsible for the loss of tender form or for delay in
postal transit.
23.4 The right to ignore any offer which fails to comply with the above
instructions is reserved.
24.1 The duly completed bid with no system error message can be ‘submitted’
in SRM any time before the submission of deadline is reached. The bidder
shall also be permitted to make changes in his bid and re-submit the
same in SRM till the submission dead line. The final submitted version of
bid only shall be considered by ONGC.
29
24.2 No bid can be submitted after the submission deadline is reached. The
system time that will be displayed on e-procurement web page shall
decide the submission deadline.
24.3 All the documents required to be submitted in physical form as per para
23.0 above, should positively reach to the purchaser’s office on or before
the closing date and time specified for submission of bid through e-
bidding portal.
25.1 Bidder are advised in their own interest to ensure that bid are uploaded in
system well before the closing date and time of the bid.
25.2 Any bid received after dead line for submission of bid, will be rejected and
returned unopened.
26.1 No bid may be modified after the dead line for submission of bids.
27.1 The unpriced bid will be opened at 1700 Hrs. (IST) on the date of opening
indicated in "Invitation for Bid". The opening report giving details of bids
received shall be uploaded in system for viewing by all bidders
participating in the tender. The Bidder or his authorised representative
may be present at the time of opening of bid on the specified date, but a
letter in the form annexed at Annexure – I, Appendix - 7 hereto must be
forwarded to this office alongwith bid and a copy of this letter must be
produced in the office by the person attending the opening of bid. Unless
this letter is presented by him, he may not be allowed to attend the
opening of bid.
E. EVALUATION OF BIDS
28.1 Evaluation and comparison of bids will be done as per provisions of Bid
Evaluation Criteria at Annexure-V. Bidder to submit the Matrix for
Technical & Commercial Evaluation as per Appendix – 5 & 6 of Annexure
– V in the un-priced techno-commercial bid.
30
28.2 CLARIFICATIONS OF BIDS
During evaluation of bids, Purchaser may at its discretion 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 is permitted.
If the bidder still maintains exceptions /deviations in the bid, such
conditional/ non-conforming bids shall not be considered and may be
rejected.
Further, if the tender has to be closed because of such rejection, and the
job has been re-tendered, then the particular bidder shall not be allowed
to bid in the re-tender.
The above provision will not prevent any bidder from making
representation in connection with processing of tender directly and only to
the Competent Purchase Authority (CPA) as mentioned in the tender
document. However, if such representation is found by CPA to be un-
substantiative and / or frivolous and if the tender has to be closed
because of the delays / disruptions caused by such representation and
the job has to be re-tendered, then such bidder will not be allowed to
participate in the re-invited tender.
29.3 In case certain clarifications are sought by ONGC after opening of bid
then the reply of the Bidder should be restricted to the clarification sought.
Any bidder who modifies his bid (including all modifications which have
the effect of altering his offer) after the closing date, without any specific
reference by ONGC, shall render his bid liable to be ignored and rejected
without notice and without reference to the bidder.
30.1 ONGC will examine the bids to determine whether they are complete,
whether any computational errors have been made, whether required
sureties have31 been furnished, whether the documents have been
properly signed and whether the bids are generally in order.
30.2 ONGC will determine the conformity of each bid to the bidding documents.
Bids falling under the purview of “Rejection Criteria” of the bid Evaluation
Criteria of the bidding document will be rejected.
31.0 SPECIFICATIONS:
31.1 The Bidder must note that its Bid will be rejected in case the tender
stipulations are not complied with strictly or the services 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.
To facilitate evaluation and comparison, ONGC will convert all bid prices
expressed in the amounts in various currencies in which bid prices are
payable utilising the currency, source and date of exchange rate specified
in the Evaluation Criteria, i.e. as per Clause No.C.1 of Bid Evaluation
Criteria at Annexure V.
32.2 Purchase preference policy (linked with Local Content) (PP - LC) notified vide
letter No. O-27011/44/2015-ONG/II/FP dated 25.04.2017 of MoPNG. - NA
F. AWARD OF CONTRACT
35.0 ONGC’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL
BIDS
35.1 ONGC reserves the right to reject, accept or prefer any bid and to annul
the bidding process and reject all bids at any time prior to award of
contract, without thereby incurring any liability to the affected Bidder or
Bidders or any obligation to inform the affected Bidder or Bidders of the
ground for ONGC’s action.
36.2 The notification of award will constitute the formation of the contract.
39.1 Within 15 days from the date of issue of Letter of Intent (LOI)/ NOA, the
successful bidder shall furnish to the CORPORATION, Performance
security / security deposit in the form of a Bank draft / Cashier’s/Banker’s
cheque* or in lieu thereof an irrevocable Bank Guarantee (as per the
proforma enclosed at Appendix- 1 of Annexure II) or in lieu thereof an
irrevocable Letter of Credit (as per the proforma enclosed at Appendix-4A
of Annexure-I) for the period specified in the bid document/ Notification
of Award/ LOI, towards performance of CONTRACT.
(*) Annual Contract Value = Effective Day Rate based on which bids were
evaluated x 365 days.
39.5 Foreign bidders are requested to execute bank guarantee as per law
prevailing at the place of issue of bank guarantee.
39.6 The Bidders will give Bank Guarantee from any of the following categories
of the Bank:
c) Any Foreign Bank which is not a Scheduled Bank in India provided the
Bank Guarantee issued by such bank is counter guaranteed by any
branch situated in India of any Scheduled Bank incorporated in India
39.7 In the event of the contractor committing breach of any of the terms and
conditions under this contract and/or in respect of any amount due from
Contractor to ONGC, ONGC shall have the unconditional option under the
guarantee to invoke the performance bond with the bank and claim the
amount from the bank and forfeit the same.
39.8 Failure of the successful Bidder to comply with the requirement of clause
39.1 above shall constitute sufficient grounds for the annulment of the
award and forfeiture of the bid security as per clause 20.10 (c).
40.0 CORRESPONDENCE
40.2 All correspondence from Bidders/ contractor shall be made to the office
of the Purchase Authority from where this tender has emanated.
41.1 The bidder(s) can submit representation(s) if any, in connection with the
processing of the tender [including seeking the reasons for rejection of their
bid(s)] directly only to Director (T&FS), ONGC, Pandit Deen Dayal
Upadhyaya Urja Bhawan, 5, Nelson Mandela Marg, Vasant Kunj, New Delhi
– 110 070.”
Note:
(i) IEMs would not consider any representation received after the oral
submission has already been made by the representing bidder
unless some addition documents or clarifications have specifically
been sought by IEMs from the representing bidder.
Contractor agrees that it shall secure permits and licences for operations of
the Drilling Unit in Indian waters, if required and Contractor shall pay any
expenses in this regard.
Contractor shall obtain permission of DG Shipping for plying the Drilling Unit
in Indian waters, as required.
Contractor to ensure that the rig is classed and confirm that they would
obtain permission / clearance of DG Shipping, wherever required for
operating the offered rig in Indian waters, at their cost.
43.1 Bidder should ensure safe and efficient operation of the rig offered against
above tender. Bidder would have to deploy the number of crew personnel
as per list provided under `List of Crew' at Annexure – III Standard
Technical specs. – (Appendix – 4) of the bid document.
Timely mobilisation of the rigs as per the terms stipulated in the tender is
very important because any delay in mobilisation of the offshore rigs
seriously affects ONGC’s drilling & exploration programme which in turn
affects the production of oil and gas. The bidders who are successful in
the tender are advised to ensure that the rig(s)are made available by
them to ONGC within the time stipulated in the tender document, failing
which ONGC will reject their offer(s) in future tender(s).
47.0 Operator has adopted Enterprise wide ICE / SAP connectivity through out
the organization and accordingly all chartered rigs should be integrated
and hooked up to our infrastructure for working on Enterprisewide EPR
Programme. Operator is in the process of hiring a service provider for Ku
band VSAT data & voice connectivity (from Drilling Unit to 11 high office &
vice-versa) for new rigs to be hired. The cost of providing Ku band VSAT
facility has to be borne by Contractor of charter hired rigs and the cost will
be intimated by ONGC from time to time.
51.0 Inmarsat, Fax, Mini M Telephone etc. should be available on board the
Drilling Unit and in case Company or Company’s sub-contractor utilises
this facility, the same will be charged to Company by Contractor, at
actuals excluding service charges. However, for usage of this facility by
Company’s sub-contractor, prior approval of ONGC shall be obtained.
52.0 Bidders to refer BEC conditions w.r.t. ascertaining the Financial Capability
of bidders. Bidders offering more than one rig should confirm whether the
parameters are in excess of required % of annualised bid value for all rigs
offered.
Bidders should simply confirm that they have read the ONGC’s following
“Policy on Climate Change & Sustainability” and they are working upon to
develop their policy as well.
ii. ONGC shall endeavour for GHG emission mitigation from our
operations and participate in Kyoto and other protocol where India
is a signatory. We shall strive to achieve quantifiable milestones in
these aspects.
vii. ONGC shall try to adopt triple bottom line accounting and
reporting to raise awareness of the true cost and benefits.
54.1 The bidder shall be required to give an 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. In
case any of the documents / certificates / information submitted by the bidder
is found to be false or forged, action as deemed fit may be initiated by ONGC
at its sole discretion.
1. MSE Vendor should be aware that all costs relating to availing the facility
of discounting on TReDS platform including but not limited to Registration
charges, Transaction charges for financing, Discounting Charges, Interest on
financing, or any other charges known by any name shall be borne by MSE
Vendor.
2. MSE Vendor hereby agrees to indemnify, hold harmless and keep ONGC
and its affiliates, Directors, officers, representatives, agents and employees
indemnified, from any and all damages, losses, claims and liabilities (including
legal costs) which may arise from Sellers submission, posting or display,
participation, in any manner, on the TReDS Platform or from the use of Services
or from the Buyer’s breach of any of the terms and conditions of the Usage Terms
or of this Agreement and any Applicable Law on a full indemnity basis.
3. ONGC shall not be liable for any special, indirect, punitive, incidental or
consequential damages or any damages whatsoever (including but not limited to
damages for loss of profits or savings, business interruption, loss of information),
whether in contract, tort, equity or otherwise or any other damages resulting from
using TReDS platform for discounting their (MSE Vendor’s) invoices.
Note:
(i) Buyer means ONGC who has placed NOA/Purchase Order/ Contract on a
MSE Vendor (Seller).
(ii) Seller means a MSE vendor, who has been awarded NOA/Purchase
Order/Contract by the ONGC (Buyer).
57.0 Other terms & conditions appearing elsewhere in the tender document including
General terms & conditions as per Annexure – II and Instructions to bidders and
any other condition agreed & accepted by bidder while finalizing the tender will
also form part of the Contract/ Agreement to be signed between Operator
(ONGC) & Contractor.
….
39 ANNEXURE – I
(APPENDIX – 1)
Dated:..........
.........
Oil & Natural Gas Corporation Ltd.
...........................…………………………………….
............................…………………………………..
Dear Sirs,
We have noted that the closing date for receipt of the tender by
ONGC is ________, 16.00 HRS (IST).
TELEX NO:
FAX NO:
TELEPHONE NO ; Yours faithfully,
PERSONAL ATTENTION OF:
(IF REQUIRED) (BIDDER)
E-MAIL ADDRESS:
Note: This form should be returned along with offer duly signed.
40
ANNEXURE – I
(APPENDIX – 2)
BID SUBMISSION PROFORMA
3. The following pages have been added to and form part of this tender :-
Signature of Bidder
Address
Dated
Signature of witness
Address
AGREEMENT
Dated _______
To,
Oil & Natural Gas Corporation Ltd.,
_________________________
______ ___________________
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.
(BIDDER) (ONGC)
(One copy of this agreement duly signed must be returned alongwith offer)
42 Annexure – I (Appendix – 4)
BID BOND
Ref. No.................... Bank Guarantee No………..........
Dated ..………………..................
To,
Oil & Natural Gas Corporation Ltd.
__________________________________
Dear Sirs,
1. Whereas Oil & Natural Gas Corporation Ltd. incorporated under the
Companies Act, 1956, having its registered office at Pandit Deen Dayal
Upadhyaya Urja Bhawan, 5, Nelson Mandela Marg, Vasant Kunj, New Delhi –
110 070, India and one of its offices at Mumbai Region Office at 11 High,
Bandra-Sion Link Road, Mumbai 400017, India (hereinafter called `ONGC'
which expression shall unless repugnant to the context or meaning thereof
include all its successors, administrators, executors and assignees) has
floated a Tender No. ________________ and M/s
____________________________ having Head/Registered office at
_______________________________ (hereinafter called the 'Bidder' which
expression shall unless repugnant to the context or meaning thereof mean
and include all its successors, administrators, executors and permitted
assignees)have submitted a bid Reference No........................ for
Rig……….and Bidder having agreed to furnish as a condition precedent for
participation in the said tender an unconditional and irrevocable Bank
Guarantee of Indian Rupees/US Dollars (in figures)___________________
(Indian Rupees / US Dollars (in words)_________________ only) for the due
performance of Bidder's obligations as contained in the terms of the Notice
Inviting Tender (NIT) and other terms and conditions contained in the Bidding
documents supplied by ONGC which amount is liable to be forfeited on the
happening of any contingencies mentioned in said documents.
3. The Bank confirms that this guarantee has been issued with observance of
appropriate laws of the country of issue.
4. The Bank also agree that this guarantee shall be irrevocable and governed
and construed in accordance with Indian Laws and subject to exclusive
jurisdiction of Indian Courts of the place from where tenders have been invited.
43
5. This guarantee shall be irrevocable and shall remain in force upto
________________ which includes thirty days after the period of bid validity
and any demand in respect thereof should reach the Bank not later than the
aforesaid date.
Or
For foreign currency Bank Guarantee
Beneficiary Account Name : Oil and Natural Gas Corporation Limited
Bank Name : State Bank of India
Branch : Backbay Branch
Branch Code : 1593
Bank Account No. : 10972426018
IFSC Code : SBIN0001593
SWIFT Code : SBIN0001593
In witness whereof, the Bank, through its authorised officer, has set its hand
and stamp on this ........ day of ........... at .....................
--------------------------
44 (Signature)
Full name, designation and official address (in
legible
letters) with Bank stamp.
Attorney as per Power of
Attorney No........….……..
Dated …………………….
Bank’s phone no………………………..
E-mail address…………………….
WITNESS NO. 1
______________________
(Signature)
Full name and official address
(in legible letters)
WITNESS NO. 2
______________________
(Signature)
Full name and official address
(in legible letters)
……….x………
Notes:
(ii) Bank guarantee, duly executed as per the above format, is to be enclosed
with the offer, indicating the complete Postal address, e-Mail ID and correct &
operational Telephone No. & Fax No. of issuing bank.
5. The bidders will give Bank Guarantee from any of the following categories
of Banks:
OR
(b) Any Branch of an International Bank situated in India and registered with
Reserve Bank of India as scheduled foreign bank.
OR
(c) Any foreign Bank which is not a Scheduled Bank in India provided the
Bank Guarantee issued by such Bank is counter guaranteed by any Branch
situated in India of any Scheduled Bank incorporated in India.
(APPENDIX – 4(A)
(Advising Bank)
State Bank of India
(India)
To,
(Beneficiary)
-------------------------------------------(India)
Amount : US$
Dear Sir,
(i) The Bidder withdraws its Bid during the period of Bid validity or any
extension thereof duly agreed by the Bidder.
(ii) The Bidder varies or modifies its Bid in a manner not acceptable to
ONGC Ltd. During the period of bid validity or any extension thereof
duly agreed by the Bidder.
(iii) The Bidder, having been notified of the acceptance of its Bid,
4. This Credit is issued subject to the Uniform Customs and Practices for
Documentary Credits (1993 Revised) International Chamber of Commerce
brochure No. 500.
……………………………………………..
……………………………………………..
6. All foreign as well as Indian bank charges will be on the account of M/s
………………………………. (Applicant)
FOR… ……………………
Authorised Signature
(Original Bank)
Counter Signature
48
Appendix - 5
CHECK LIST
The Bidder 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 returned along with the offer.
COMMERCIAL
GROUP 'A'
2. Have the rates, prices and totals, etc. been checked thoroughly before
signing the tender?
Yes No
5. Whether rates have been quoted exactly as per the price bid format?
7. Whether the offer has been signed indicating full name and clearly
showing as to whether it has been signed as ?
8. If the Bidder is seeking business with ONGC for the first time, has he
given the details of the parties to whom the offered items/services have
been provided in past along with their performance report ?
10. Has the offer been prepared in sufficient details/ clarity so as to avoid post
tender opening clarifications / amendments?
12. Whether all the clauses of the bidding document are accepted?
13. Confirm that all documents required in unpriced techno-commercial bid without
prices are placed in unpriced folder.
14. Confirm that bid and all documents are signed using valid digital signatures
issued by acceptable Certifying Authority (CA) as per Indian IT Act 2000 (as
amended from time to time.
GROUP ‘B’
3. Whether the Bidder has quoted after taking into account various
incentives and concessions permissible under statutes ?
1. Has the Bidder clearly indicated Income Tax Liability both for corporate
and personal tax?
3. Whether the Bidder has enclosed with the offer/already sent to ONGC
an authority letter / Agreement of his Agent / Representative / Consultant /
Retainer / Associate in India spelling out clearly therein the scope of
functions and services to be rendered by him and the
commission/remuneration to be paid to him in rupees in terms of above
referred Agreement on his behalf ?
2. Whether the materials/ services being offered fully conform to the required
technical specifications?
Sl. Contract Contract Name & Contract Period Reference Page of Remarks
No. Description Address of From To Supporting
Client Documents for
successful execution
1
2
so
on
Notes: -
i) Bidder can list as many contract details required to meet the BEC Experience Criteria in the
above proforma and submit the supporting documents along with the bid. The details of the
documents to be submitted are mentioned in the BEC Experience Criteria. Evaluation of the
experience of Bidder shall be done as per the details furnished with supporting documents.
ii) Certificate from clients to be enclosed [ for the execution of the Contract(s) ] along with this
proforma.
______________________
Name___________________
_______________________
53
ANNEXURE – I
(APPENDIX – 7)
To,
The _______________________
Oil & Natural Gas Corporation Ltd.,
___________________________
______________________(India)
due on……..
Sir,
Yours faithfully
Signature of Bidder
54
ANNEXURE – I
(APPENDIX – 8)
This has reference to our proposed contract regarding charter hire of ………………
………………. Rig (s) 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 herewith, Appendix 8-A, we certify that to the best of my/our
knowledge :
(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.
Authorised Signatory of
The Contracting Party
Place...
Date...
55
ANNEXURE – I
(APPENDIX – 8-A)
297. (1) Except with the consent of the Board of directors of a company, a director of
the company or his relative, a firm in which, such a director or relative is a
partner, any other partner in such a firm, or a private company of which the
director is a member or director, shall not enter into any contract with the
company –
(a) for the sale, purchase or supply of any goods, materials or services;
or
(b) after the commencement of this Act, for underwriting the subscription
of any shares in, or debentures of, the company:
(a) the purchase of goods and materials from the company, or the sale
of goods, and materials to the company, by any director, relative,
firm partner or private company as aforesaid for cash at prevailing
market prices; or
(b) any contract or contracts between the company on one side and any
such director, relative, firm, partner or private company on the other
for sale, purchase, or supply of any goods, materials and services in
which, either the company or the director, relative, firm, partner or
private company, as the case may be, regularly trades or does
business:
56
(4) Every consent of the board required under this section, shall be accorded by
a resolution passed at a meeting of the board and not otherwise; and the
consent of the board required under sub-section (1) shall not be deemed to
have been given within the meaning of that sub-section unless the consent
in accorded before the contract is entered into or within three months of the
date on which it was entered into.
(5) If consent is not accorded to any contract under this section, anything done
in pursuance of this contract, shall be voidable at the option of the board.
(6) Nothing in this section shall apply to any case where the consent has been
accorded to the contract before the commencement of the
Companies(Amendment) Act, 1960.
…….
57
ANNEXURE – I
(APPENDIX – 9)
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, to inform
about the proposals.
….............…………....................
Name... .......................………….
58
ANNEXURE – I (APPENDIX – 10)
Signature of Bidder
59
ANNEXURE – I
(APPENDIX – 11 (i))
60
ANNEXURE – I
APPENDIX – 11 (ii)
……..x……..
APPENDIX – 11 (iii)
We hereby declare that neither ourselves (bidder) nor any of our allied concerns,
partners or associates or directors or proprietors involved in any capacity, are
currently serving any banning orders issued by ONGC debarring us from carrying
on business dealings with ONGC.
APPENDIX – 12
INTEGRITY PACT
APPENDIX – 13
Optional Equipment
NA
Appendix- 14
61
FORM NO. 10F
{See sub-rule (1) of rule 21 AB}
(v) Period for which the residential status as mentioned in the certificate
referred to in sub-section (4) of section 90 or sub-section (4) of
section 90A is applicable
Signature………………………………….
Name………………………………………
Address……………………………………
Verification
I………………………………do hereby declare that to the best of my knowledge and belief what is
stated above is correct, complete and is truly stated.
62
Verified today the …………………….day of…………………………………………...
…………………………………
Signature of the person providing the information
Place…………………………
Notes:
1. *Delete whichever is not applicable
2. # Write N.A. if the relevant information forms part of the certificate referred to in sub-
section (4) of section 90 or subsection (4) of section 90A.
63
Annexure – I (Appendix – 14A)
64
of business organization
Any other information as may be required later for determining the taxability of
the amount to be remitted to the non-resident.
Place :
Date :
65
Annexure – I
(Appendix – 15)
(Appendix – 16)
Bidder hereby submits ‘Certificate of Compliance’ to the effect that the financial
parameters of the bidder are equal to or more than the required value as applicable as
per para (B) 17 – Financial Criteria of BEC.
Name of Signatory:
Notes:
i) Bidder is required to submit Certificate of Compliance for meeting the
financial parameters as per BEC (Bid Evaluation Criteria).
ii) Bidder to also submit own financial statement containing the value of
each financial parameter required in the tender based on audited
consolidated financial statement as defined in BEC.
Appendix – 17 PBC
66
FORMAT FOR UNDERTAKING TO ATTEND PRE-BID CONFERENCE
3. That we are deputing our representative (as per following details) who is/are
competent to present our queries in Pre-Bid Conference.
Designation:_____________________________________________
Mobile No.:______________________________________________
Place:
Note:
2. Above undertaking shall be submitted by the bidder alongwith Pre Bid queries within
prescribed date, failing which the bidder shall not be allowed to attend pre-bid
conference.
……………x……………
67