You are on page 1of 10

TENDER NO.

P4CCC19034 ANNEXURE-VIII

SUPPLY AND INSTALLATION & COMMISSION OF RO WATER MAKER

BID MATRIX

Clause BEC Confirm / Page no. of


No. Not confirm / document in offer
complied/ where compliance
Not complied/ to the clause
Not applicable exists.
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 bid document, communicate to
the bidders the 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 will be
rejected:
B.1.1 Bid should be complete in all aspects covering
entire scope of job/ supply and should conform to
the technical specifications indicated in the bid
document, duly supported with technical
catalogues/ literatures, wherever applicable.
Incomplete and non-conforming bids will be
rejected outright.
B.1.2 Manufacturer’s experience:-

In case the bidder is a manufacturer of the offered


equipment / item, he should satisfy the following
along with documentary evidence, which should be
enclosed along with the techno-commercial bid:
B.1.2 (a) Minimum 3 years of experience of manufacturing,
Supply and Installation & Commissioning RO
Water Maker with minimum water generation
capacity of 80 m3/Day. [For this purpose, the
period reckoned shall be the period prior to the
date of opening of the techno-commercial bid].
B.1.2 (b) Should have manufactured and supplied &
Installed minimum of 1 No. of RO Water Maker
TENDER NO. P4CCC19034 ANNEXURE-VIII

SUPPLY AND INSTALLATION & COMMISSION OF RO WATER MAKER


with minimum water generation capacity of 80
m3/Day during the last 3 years from the date of
TBO (Techno Commercial bid opening).
B.1.2 (c) Documentary evidence in respect of B.1.2(a) &
B.1.2(b) above should be submitted in the form of
copies of relevant Purchase Orders along with
copies of Installation report and any of the
documents in respect of satisfactory execution of
each of those Purchase Orders, such as:
(i) Satisfactory Inspection report
(OR)
(ii) Satisfactory supply completion
(OR)
(iii) Consignee Receipted Delivery Challans
(OR)
(iv) Central Excise Gate Pass / Tax Invoices
issued under relevant rules of Central Excise /
VAT/GST
(OR)
(v) any other documentary evidence that can
substantiate the satisfactory execution of each of
the purchase orders cited above.

Note:

1). In order to establish 3 years manufacturing


experience {clause B.1.2(a)}, bidder should submit
copy of P.O.& its execution proof along with
installation report. Installation report should be
older than 3 years prior to the date of techno-
commercial (Un-priced) bid opening. For example
Tender Opening Date is 01.01.2019. The
Installation Report should be of the date prior to
31.12.2016

2). In order to establish manufacturing & supply


experience of requisite quantity {Clause B.1.2(b)},
the bidder should submit copy of P.O.&
Installation Report. Installation Report should be
within 3 years prior to the date of techno-
commercial (Un-priced) bid opening. For example
Tender Opening Date is 01.01.2019. The Execution
proof should of the date between 01.01.2016 to
31.12.2018.
B.1.2.1 In case the bidder is not a manufacturer, then the
bidder is required to submit documentary evidence
in respect of the above B.1.2.a and B.1.2.b of the
concerned manufacturer (having supplied and
Installed & Commissioned such items either by
manufacturer himself or his distributor), along
with the techno-commercial bid.
B.1.3 Testing Facility:

Bidders should have the required facilities for


testing the quoted equipment/ material as per
International standards at their premises and also
agree to inspection by ONGC or any other agency
nominated by ONGC.
TENDER NO. P4CCC19034 ANNEXURE-VIII

SUPPLY AND INSTALLATION & COMMISSION OF RO WATER MAKER


In case the bidder is not the manufacturer, a
certificate from the manufacturer to the effect that
the manufacturer possesses the required facilities
for testing the quoted equipment/ material should
be enclosed along with the techno-commercial bid

The Third Party Inspection Agency shall be


nominated by ONGC and inspection shall be
carried out strictly as per the QAP approved by
ONGC.

In case the bidder is not the manufacturer, a


certificate from the manufacturer to the effect that
the manufacturer possesses the required facilities
for testing the quoted equipment/ material should
be enclosed along with the techno-commercial bid
B.1.4 Bidder must furnish the following undertaking
from the Original equipment Manufacturer(s),
along with his bid.
a) The OEM shall provide the maintenance
/service/ calibration facilities in India, for all the
equipment to be supplied under the contract, if
awarded to him by ONGC.

b) The bidder shall indicate the source of their


bought out items and also the names of the
original equipment /material manufacturer for the
major components. The OEM shall guarantee the
lifetime supply (i.e. 7 years in case of electronic
equipment/ items and 10 years in case of
mechanical equipment /items) of spares for all the
equipment to be supplied under the contract, if
awarded to him by ONGC.

c) The OEM undertakes to enter into annual


Maintenance Contract for lifetime (i.e. 7 years in
case of electronic equipment/ items and 10 years
in case of mechanical equipment /items) for all the
equipment to be supplied under the contract, if
awarded to him by ONGC
B.2 Commercial rejection criteria:
The following vital commercial conditions should
be strictly complied with failing which the bid will
be rejected.
B.2.1 Eligibility of Bidders:

Bidder should preferably be a Manufacturer. In


case the bidder is not a manufacturer, its bid can
also be considered provided such bid is
accompanied with back-up authority letter from
the concerned manufacturer, who authorizes
them to market their product provided further,
such an authority letter is valid at the time of
bidding and should remain valid during the entire
execution period of the order. Required warranty
cover of the manufacturer (as per the warranty
clause 10 of the bid document) for the product will
be provided by such a bidder and an undertaking
to this effect shall be provided by the bidder in the
TENDER NO. P4CCC19034 ANNEXURE-VIII

SUPPLY AND INSTALLATION & COMMISSION OF RO WATER MAKER


techno-commercial bid. Offers without back-up
authority letter from manufacturers will not be
considered.
B.2.2 Acceptance of terms and conditions:
The bidder must submit an undertaking along with
their techno-commercial bid that all conditions as
contained in the ‘Standard Booklet’ enclosed with
the tender document (including the ‘Instructions to
bidders’ at Annexure-I and ‘General Terms &
Conditions’ at Annexure-II) as well as instructions
contained in the website etender.ongc.co.in are
acceptable to them unconditionally.
B.2.3 Bid should be submitted in Two Bid system in e-
form through ONGC’s e-bidding engine, before the
schedule date and time for the tender closing. The
techno-commercial bid shall contain all details
without indicating price of the quoted items.
However a suitable response shall be selected of
the given option against each item of the format
(bidder’s response sheet) to indicate that there is a
quote against that item in the price bid. The price
bid shall contain only the prices duly filled in on
line price format of ONGC‘s e-procurement engine.
The price bids submitted in physical form against
e-procurement tenders shall not be given any
cognizance.
B.2.3.1 The offers of the bidders indicating/disclosing
prices in techno-commercial (un-priced bid) or at
any stage before opening of price-bid shall be
straightaway rejected.
B.2.4 Following documents should be submitted in
physical form, in a sealed envelope super-scribed
as “Physical documents against e-procurement
tender No. -------, due on ------ to be opened by
tender opening officers at 1700.00 Hrs (IST) on due
date of opening of bid” (Document should reach to
the purchaser’s office on or before 1600 Hrs of the
closing date specified for submission of through e-
bidding portal.

i). The original Bid Security.

ii). The “Power of Attorney” or authorization, or any


other document consisting of adequate proof of the
ability of the signatory to bind the bidder, in
original, when the power of attorney is a special
“Power of Attorney” relating to the specific tender
of ONGC only.

A notarized true copy of the “Power of Attorney”


shall also be accepted in lieu of the original, if the
power of attorney is a general “Power of Attorney”.
However, photocopy of such notarized true copy
shall not be accepted.

iii). Integrity Pact’ duly signed by the same


signatory who signs the bids

(iv) In case bidder is not a manufacturer, back-up


TENDER NO. P4CCC19034 ANNEXURE-VIII

SUPPLY AND INSTALLATION & COMMISSION OF RO WATER MAKER


authority letter from the concerned manufacturer,
in original when the “back-up authority letter“ is
specific to this tender. A notarized true copy of the
“back-up authority letter” shall also be acceptable
in lieu of the original, if the same is a general
“Back-up authority letter”. However, photocopy of
such notarized copy shall not be acceptable.
B.2.5 Offers of following kinds will also be rejected

(a). Offers made without Bid Bond /Bank


Guarantee/Earnest money along with the offer
(Refer clause 25 of Instructions to Bidders
{Annexure-I of Tender document}).

(b). Offer not submitted in e-form through ONGC’s


e-procurement engine.

(c). Offers made by Agents / Consultants /


Retainers / Representatives / Associates of foreign
principals.

(d) Offers which do not confirm unconditional


validity of the bid for 90 days from the date of
opening of bid.

(e) Offers where prices are not firm and /or


with any qualifications.

(f.i) Offers which do not conform to ONGC’s on-


line price bid format as given in e-bidding engine.

FOB prices must include all the charges to put the


materials on board the vessel. CFR, CIF, prices
must include all the charges to offload the
materials at the port of discharge.
In case of Foreign bidder, order will be placed on
CFR basis.

In case of Indian bidder, order will be placed on


F.O.R. ONGC stores, Nhava basis.

(f.ii). Offers which do not conform filling of all


relevant fields in the on-line bidding format for the
items quoted by them

(g) Offers which do not conform to the


delivery/ completion period indicated in the bid
document.

(h) Non-submission of Integrity Pact along with the


bid, duly signed by the same signatory who signs
the bids even after giving an opportunity after
opening of techno-commercial bids..

(i)(A) Offers not accompanied with a copy of valid


GST registration certificate under GST Legislations
of India.
In case of foreign bidders, if GST registration
certificate is not available at the time of
TENDER NO. P4CCC19034 ANNEXURE-VIII

SUPPLY AND INSTALLATION & COMMISSION OF RO WATER MAKER


submission of bid, the bidder shall submit an
undertaking to provide copy of the same along with
first invoice.

Foreign bidder supplying goods and services from


outside India without visiting India for providing
services is not required to obtain registration
under GST law. Such bidder shall provide an
undertaking to this effect. However, foreign bidder
shall have to obtain registration under GST law in
case they have to visit India for providing services
in India

(i) (B) Offers not accompanied with a declaration


to the effect that the Service Provider do not have
any fixed establishment or permanent address in
India. (Applicable for Service providers from outside
India, who do not have any fixed establishment or
permanent address in India).

(j). 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)

(k). 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

(l) 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 is genuine.
B.2.6 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 .
B.2.7 In case bidder is a MSE, the undertaking as per
clause 10.1 (u) of Instructions to Bidders (ITB)
shall be submitted.
C PRICE EVALUATION CRITERIA
C.1.1 Price Evaluation Criteria
C.1.1(i) Bids will be evaluated on the basis of quote for
total requirement ( cost Material + cost Installation
& Commissioning) as under:
TENDER NO. P4CCC19034 ANNEXURE-VIII

SUPPLY AND INSTALLATION & COMMISSION OF RO WATER MAKER

Ex-works price of the domestic bidders with


applicable GST on supply of goods excluding
inland transportation to owner’s site

Will be compared with

CIF landed price of the foreign bidder i.e. CIF value


(FOB price quoted plus quoted freight plus 1% of
FOB price as insurance) plus Customs Duty (on
total of CIF value plus landing charges @ 1% of CIF
value) excluding inland transportation to owners
site.
C.1.1(ii) If there is no acceptable foreign Bidder, then the
final inter-se evaluation of domestic Bidders will be
made on FOR destination basis and supply order
will be awarded to the domestic Bidder who
happens to be the lowest on FOR destination
basis.
C.1.1(iii) However, if a domestic Bidder emerges L-1 as per
C.1.1.(i), but whose rates are higher as compared
to any other acceptable domestic bidder on
calculation of cost as per C.1.1.(ii) above on FOR
destination basis, then L-1 bidder as per C.1.1(i)
would have to match its rates to the level of the
lowest bidder on FOR destination basis as per
C.1.1(ii).
C.1.1(iv) While evaluating the bids, the closing B.C. Selling
market rates of exchange declared by the State
Bank of India on the day prior to the price bid
opening will be taken into account for conversion
of foreign currency into Indian Rupees. Where the
time lag between opening of price bid and final
decision exceeds three months, the B.C. selling
market rate of exchange declared by SBI on the
day prior to date of final decision will be adopted
for conversion of foreign currency into Indian
Rupees

C.1.1(v) Optional items, if any, shall not be considered for


evaluation.
C.1.1(vi) As Customs Duty/GST on the supply of goods is
being taken into account for the purpose of
evaluation of bids, the rate of Customs duty/GST
on the supply of goods as prevailing on the date of
bid closing will be taken into consideration for the
purpose of evaluation of bids. However, if there is
any change in the rate of Customs duty/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 bidder who
has emerged lowest based on the rate of Customs
duty/GST as prevailing on the date of bid closing
would be considered for award of contract but
subject to matching his prices with the bidder who
has emerged lowest as a result of modification in
rate of Customs duty/GST. In case originally
TENDER NO. P4CCC19034 ANNEXURE-VIII

SUPPLY AND INSTALLATION & COMMISSION OF RO WATER MAKER


evaluated L-1 Bidder fails to match the price (of
the bidder who emerges L-1 due to change in rate
of Customs duty/GST) then the award of contract
will go to the bidder who subsequently emerges L-1
due to change in rate of Customs duty/GST.
C.2.1 PURCHASE PREFERENCE TO MICRO AND
SMALL ENTERPRISES REGISTERED WITH
DISTRICT INDUSTRY CENTERS OR KHADI AND
VILLAGE INDUSTRIES COMMISSION OR KHADI
AND VILLAGE INDUSTRIES BOARD OR COIR
BOARD OR NATIONAL SMALL INDUSTRIES
CORPORATION OR DIRECTORATE OF
HANDICRAFTS AND HANDLOOM OR ANY
OTHER BODY SPECIFIED BY MINISTRY OF
MSME OR UDYOG AADHAR MEMORANDUM.

Tendered items cannot be procured from multiple


sources or are absolutely non-splittable or non-
dividable , PO/Contract shall be placed for supply
of 100% quantity to lowest eligible bidder, if any,
amongst the bidders qualifying for purchase
preference.

In case participating MSEs quote price within price


band of L1+15%, such MSE shall be allowed to
supply 100% of requirement by bringing down
their price to L1 price in a situation where L1 price
is from someone other than a MSE.
C 2.2 Purchase preference policy-linked with Local
Content (PP – LC) shall be applicable in this
tender:

Bidders seeking benefits under Purchase


Preference Policy (linked with Local Content) (PP -
LC) shall have to comply with all the provisions
specified at 38.2 of Instruction to Bidder
Annexure-I of tender document and shall have to
submit all undertakings / documents applicable
for this policy.
C 2.3 Allowing Preference to eligible MSE bidder(s)
over PP-LC bidder(s)

(For the tenders where tender quantity cannot be


divided/split or cannot be procured from multiple
sources, following provisions shall be incorporated
in the tender conditions where purchase
preference to both PP-LC bidders and MSEs is
applicable):

(i) Where both MSE and PPLC bidder(s) are entitled


to Purchase Preference and neither of them is L-1,
eligible MSE(s) (in order of ranking among MSEs)
shall get preference over eligible PPLC bidder(s) to
match its rates with that of L-1 bidder. However, if
eligible MSE(s) decline(s) to match down the price,
then the eligible PPLC bidder(s) in order of ranking
among themselves shall be given the opportunity
to match down its price to the price of L-1 bidder.
TENDER NO. P4CCC19034 ANNEXURE-VIII

SUPPLY AND INSTALLATION & COMMISSION OF RO WATER MAKER

(ii) Where MSE is already L-1 in the tender


evaluation, contract shall be straightway awarded
to MSE, without considering any Purchase
Preference for PPLC bidder.

(iii) In case L1 bidder is a PP-LC bidder, purchase


preference shall be resorted to MSE bidder as per
‘PPP for MSE-Order 2012’.
C 2.3.1 (For the tenders where tender quantity can be
divided/split)
Distribution of quantities among the eligible
MSE(s) and PP-LC bidder(s) shall be as per the
quantities of the respective policy and the balance
quantity shall be awarded to the non-eligible L-1
bidder.
C.3 Deemed Exports Benefits

Supplies to ONGC shall be entitled for Deemed


Export Benefits as per para 7.02(f) read with para
7.03 of FTP 2015-20 for petroleum operation,
provided the tendered and offered items are
covered in the list 34 of Notification No. 12/2012-
Customs dated 17.03.2012 (as amended from time
to time).

Deemed Exports shall be eligible for the following


benefits in respect of manufacture and supply of
goods qualifying as deemed exports:

a). Advanced License for intermediate supply /


deemed export
b). Deemed Exports drawback

The domestic suppliers will quote net price after


taking into account the Deemed Export Benefits
as applicable. The domestic bidders are requested
to check the latest position on the subject on their
own and in the event of any increase in the
Customs Duty due to change/abolition of the
Deemed Export Benefits (DEB), within contractual
delivery, ONGC shall reimburse the same to the
supplier at actuals on submission of documentary
proof of such payments having been made. The
bidder must specify in their bid the import
content (quantity and value wise), and the item
number in the Customs Manual under which the
raw material is to be imported by them. However,
in case of any increase in Customs duty due to
change/abolition of DEB beyond the original
contractual delivery/completion date, ONGC will
not pay / reimburse such increase in Customs
duty. In the event of any decrease in the Customs
Duty by changing the DEB by the Govt., the
supplier shall pass on such decrease to ONGC
immediately. The reimbursement (from either
party) shall only be limited to the payment of
Customs Duty, and not for any other benefit
under Deemed Exports to the contractor/supplier.
TENDER NO. P4CCC19034 ANNEXURE-VIII

SUPPLY AND INSTALLATION & COMMISSION OF RO WATER MAKER


C.4 Import Content: Indian bidders must indicate in
their bid, the following details of the import
content (i) list of materials to be imported, (ii) the
quantity, (iii) their CIF value, (iv) HSN code and (v)
currency(ies) involved thereof, in the supply which
shall be indicated in the supply order / contract.
C.5 LC Confirmation Charges: LC confirmation
charges will not be considered. If the foreign
bidder so insist, the confirmation charges will be to
their account.
D GENERAL
D.1 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 such offer without considering discount is
found to be lowest, Corporation shall avail of such
discount at the time of award of contract.
D.2 The bidder/contractor is prohibited from offering
any service / benefit of any manner to any
employee of ONGC and that the contractor may
suffer summary termination of contract /
disqualification in case of violation.
D.3 On-site inspection will be carried out by ONGC’s
officers / representative /Third Parties at the
discretion of the ONGC.
D.4 The BEC over-rides all other similar clauses
operating anywhere in the Bid Documents.

***************************

You might also like