Beruflich Dokumente
Kultur Dokumente
ANNEXURE-IV
Bid evaluation criteria
Section A: VITAL CRITERIA FOR ACCEPTANCE OF BIDS
A.1 Vital criteria for acceptance of bids:
Bidders are advised not to take any exception/deviations to the bid document.
Exception/deviations IF ANY SHOULD BE BROUGHT out during Pre-Bid conference. In case
Pre-bid conference is not held, the exception/deviations along with suggested changes are
to be communicated to ONGC within the date specified in NIT & Bid document. ONGC after
processing such suggestions may through addendum to bid, communicate to the bidders
the changes in its bid document, if any. However during evaluation of the bid, purchaser
may at its own discretion ask the bidder for clarification / confirmation / deficient documents
of its bid. The request for clarification and response shall be in writing and no change in the
price or substance of the bid shall be sought or permitted
If bidder still maintains exceptions /deviations are maintained in the bid, such conditional/
non-conforming bids shall not be considered and may be rejected outright.
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) Bidder should have manufactured and supplied minimum one number of similar
item/equipment with tender specification same or higher capacity to various companies / Oil
& Gas specific companies during last 05 years from the date of techno commercial bid
opening.
Documentary evidence in respect of B.1.2.(a) & B.1.2.(b) should be submitted in the form of
copies of relevant Purchase Orders along with copies of 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 / Installation report (OR) (iii) Consignee
Receipted Delivery Challans (OR) (iv) Central Excise Gate Pass / Tax Invoices issued under
relevant rules of Central Excise / VAT (OR) (v) any other documentary evidence that can
substantiate the satisfactory execution of each of the purchase orders cited above.
B.1.2.1 In case the bidder is not a manufacturer, then the bidder is required to submit
documentary evidence from the concerned manufacturer and submit the same along with
the techno-commercial bid in respect of the clause B.1.2 (a) and B.1.2 (b) along with the
techno-commercial bid.
B.1.3 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. 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:
2
(i) 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.
(ii) The bidder shall indicate the source of their bought out items and also the names
of the original equipment/materials 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.
(iii)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.
In case the OEM declines/ fails to honor any of his commitments, business dealings with
such OEM shall be considered for banning from future business dealings.
The bidder should agree for the Third party inspection at manufacturers premises by any
of the TPI agencies nominated by ONGC, indicated below, as per the Technical specifications
and Scope of Work (SOW) for TPI inspection provided in tender documents and QAP
approved by ONGC, at ONGCs cost, and submit inspection report along with shipping /
dispatch documents:
1. DNV-GLAS
2. BVIS
3. Lloyd
4. ABS
Bidder to confirm that after NOA they will convey to ONGC the production schedule at least
two weeks in advance so that ONGC can deploy the TPI agency to carry out inspection at
manufacturers premises.
(d) Offers which do not confirm unconditional validity of the bid for 90 days from the
date of opening of techno-commercial un priced bid.
(e) Offers where prices are not firm and/ or with any qualifications.
(f.i) Offers which do not conform to ONGCs on line price format as given in the e-
bidding engine.
Foreign bidders must quote FOB, CFR and CIF prices.
FOB prices must include all the charges to put the material on board the vessel.
C&F/ CFR, CIF/CIAF prices must include all the charges to offload the
material at the port of discharge.
(f.ii) Offers which do not confirm 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 including
installation & commissioning schedule indicated in the bid document.
(h) 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 (supplier/ manufacturer/ contractor) shall be rejected
in that tender.
(i)(i) Non-submission of Integrity Pact along with the bid, duly signed by the same
signatory who signs the bid even after giving an opportunity after opening of
(ii) techno-commercial bids.
Offers of the bidders violating the provisions of Integrity pact.
(j) Offers and all attached documents not digitally signed using digital signatures
issued by an acceptable Certifying Authority (CA) as per Indian IT Act 2000 by the
person, as per power of attorney submitted as per BEC clause B.2.3
(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 an undertaking to provide all the necessary
certificates / documents for enabling ONGC to avail Input VAT credit and CENVAT
credit benefits (wherever applicable), in respect of the payments of VAT, Excise
Duty, Service Tax etc. which are payable against the contract (if awarded), along
with documentary evidence for payment of Excise Duty and Service Tax.
(m) Offers not accompanied with the undertaking on the companys 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.
C. Evaluation methodology:
Price Evaluation Criteria
There is only one item in all for Ankleshwar asset. Bidders are required to quote for
full quantity as per specifications. If Bidders not quoting full quantity, there bid will
be rejected.
C1.1
Bidder to note that price bids of only technically & commercially acceptable offers
shall be considered for price bid opening.
The evaluation shall be done item wise. Ex-works price of domestic bidders
(with Customs duty on imported raw materials and components etc. and
applicable terminal Excise Duty on finished products and Sales Tax/VAT)
excluding inland transportation to owners site + installation and commissioning
5
charges inclusive of all taxes as applicable and CIF landed price of foreign bidders
i.e. CIF value (i.e. FOB price quoted + quoted freight + 1% of FOB price as
insurance) + Customs Duty (on total of CIF value plus landing charges @ 1% of CIF
value) excluding inland transportation to owners site + installation and
commissioning charges inclusive of all taxes as applicable will be compared, when
there is at least one foreign bidder among the short listed bidders
NOTE:
a) Where bidders do not ask ONGC to bear excise duty extra on account of offer
being on Deemed Export basis, no loading on account of excise duty would be
done, however, where bidders ask ONGC to bear excise duty extra, loading of E.D.
would be done for evaluation accordingly.
b) Presently customs duty is Nil for import of items for areas under PEL/ ML and
NELP areas; however, applicable customs duty shall be used for evaluation of bids.
C1.2
If there is no acceptable foreign bidder, then the evaluation of domestic bidders
will be made on FOR destination basis(inclusive of installation and commissioning
charges) and supply order will be awarded to the domestic bidder who is the
lowest on FOR destination basis (inclusive of installation and commissioning
charges)
Note: To arrive at FOR destination rates, road freight and entry tax will be
considered for the purpose of evaluation
C1.3
However, if under C.1.1 above, a domestic Bidder emerges L-1, but whose rates are
higher on FOR destination basis(Inclusive of I&C Charges) as compared to any
other acceptable domestic Bidder, then such L-1 Bidder would have to match its
rates to the level of the lowest FOR destination rate(Inclusive of I&C Charges).
C.1.4 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
C1.5
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
C1.6
If Customs Duty/ Excise Duty/ Sales Tax are being taken into account for the
purpose of evaluation of bids then the rate of Customs Duty/ Excise Duty/ Sales Tax
as prevailing on the date of bid closing/date of revised price bid closing as the case
may be will be taken into consideration for the propose of evaluation bids.
However, if there is any change in the rate of Customs Duty/ Excise Duty/ Sales Tax
after the date of bid closing/ date of revised price bid closing but prior to award of
the contract due to which there is any change in the original ranking of bidder,
then the bidder who has emerged lowest based on the rate of Customs Duty/
Excise Duty/ Sales Tax as prevailing on the date of bid closing/ bid submission/
opening of revised prices 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 duties & taxes.
6
In case originally evaluated L-1 bidder fails to match the price (with the bidder who
emerges L-1 due to change in Duties) then the award of contract will go to the
bidder who subsequently emerges L-1 due to change in Duties.
C1.7
Any other Govt. levies/ statutory levies which will not be borne by bidder must be
indicated clearly failing which it will be presumed that the same has been included
in the quoted price and ONGC will not be liable for payment of any such charges
and any ambiguous terms shall not be considered.
D. General Criteria:
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 ONGCs officers/ representative/ Third
Parties at the discretion of ONGC.
8
D.4 Bidder to note that this BEC over-rides all other similar clauses operating anywhere
in the Bid Documents.