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.