BID PACKAGE
FOR
Bassein Development & C-26 Cluster Pipeline
Project
PART III
APPENDICES
196
involved in any capacity , are currently serving any banning orders issued by ONGC debarring
them from carrying on business dealings with ONGC.
(Applicable for foreign bidders/Bidders, who do not have any fixed establishment or
permanent address in Taxable territory of India for providing service).
28.0 Bidder must confirm unconditional acceptance of the Milestone Payment formula (Appendix A-10)
and submit duly filled in along with price bid.
29.0 Rejection of bidders on account of their poor performance.
Deleted
30.0 If Bidder fails to submit original documents with the same content as in the copies submitted in
the un-priced bid folder (through e-bidding portal) and in accordance with the bidding document,
irrespective of their status/ranking in tender, the bid will be rejected and ONGC may consider to
debar the Bidder from participating against its future tenders.
A-2) TECHNICAL
1.0 Only the bidders who quote for the complete Scope of Work including optional items (if any) as de-
scribed in the Bidding Documents, addendum (if any) and any subsequent information given to the
bidder shall be considered.
2.0 Deleted.
3.0 Health, Safety and Environment:
Bidder must confirm compliance to all HSE criteria specified in bidding documents in general and to
clauses 10.0 to 10.11 of Part-II of Volume-I of bidding documents in particular.
4.0 Bidders proposal for installation of old (used) pipeline and/or platform structure and/or equipment
will not be acceptable to company.
5.0 Experience / capability of the bidder:
l. Offers not accompanied with a copy of valid registration certificate under Service Tax Rules
or an undertaking for submission of copy of requisite service tax registration certificate
alongwith the first invoice under the contract.
(Applicable for Indian bidders and foreign bidders having fixed establishment or permanent
address in Taxable territory of India for providing service).
OR
Offers not accompanied with a declaration to the effect that the bidder do not have any fixed
establishment or permanent address in the Taxable territory of India for providing
service.
BID PACKAGE
FOR
Bassein Development & C-26 Cluster Pipeline
Project
PART III
APPENDICES
197
Experience / capability of the bidder shall be as under and:
a) The Bidder shall submit the documentary evidence in support of his experience / capability
as required along with Techno-Contractual Unpriced bid as per Appendix A9.
b) For all the experience criteria under clause 5, however, sub-section A-4 of Bid Evaluation
Criteria shall also be applicable.
5.1 The Bidder must possess, prior to the dead line of submission of bids, minimum experience of
executing as turnkey contractor atleast one EPC Project(s) in last ten (10) years involving laying of
submarine pipeline of similar complexities and successfully accomplishing each of the relevant
activities such as project management, surveys (including pre-engineering, pre and post
construction survey), design & engineering, procurement, fabrication, anti-corrosion and weight
coating (in case of rigid pipelines), transportation, installation, topside modifications, hook-up,
testing and pre-commissioning.
5.2 Within last ten (10) years prior to the dead line of submission of bids, the Bidder (being either a
single Bidder or a Consortium / Joint Venture comprising of two or more partners being jointly and
severally liable to the Company) must himself (and not through collaboration agreement or other
subcontracts) have the relevant experience in completed offshore project (s) as indicated in Para
5.1 above for project management and for at least one of the following main activities:
a. Detailed Design and Engineering of Submarine pipeline
b. Installation / Laying of Submarine Pipelines
c. Procurement of line pipe
5.3 The overall responsibility of project management of entire project shall be that of the Contractor.
Contractor shall also be required to perform by themselves and not through subcontracts, project
management and at least one of following main activities based on which they are seeking their
qualification:
a. Detailed Design and Engineering of Submarine pipeline
b. Installation / Laying of Submarine Pipelines
c. Procurement of line pipe
5.4. Save as provided in sub Para 5.3 above, for the purpose of assessment of experience and capability
of executing the Work, the experience and capability of the executing agencies i.e. main bidder,
Consortium/Joint Venture partners, sub-contractors, back-up Consultants, if any, in executing the
aforesaid activities listed in sub-para 5.1 above and indicated in Appendix B5 and Appendix B6 for
the respective Scope of Work, shall be evaluated. The respective agencies are required to have
relevant experience as indicated in Para 5.2 above. Save as provided in sub para 5.2 above, in case
the Indian Bidder does not have the requisite experience as above, their bid will be considered if
they have suitable tie-up with a company fulfilling the criteria on experience as specified above.
5.5 For the purpose of assessment of the capability of the Bidder, the adequacy of facilities, services
and resources (both financial and physical) and suitability of the offshore construction spreads
BID PACKAGE
FOR
Bassein Development & C-26 Cluster Pipeline
Project
PART III
APPENDICES
198
including transportation, installation, laying and hookup barges proposed by the Bidder to execute
the Works, existing at the time of bidding and availability of these facilities, services, resources and
offshore construction spreads during the Construction Schedule of the project shall be evaluated.
6.0 Deleted
7.0 Unconditional acceptance of Conditions for Procurement / Selection of Makes and Vendors as per
Clause No. 5.2.3 of Part II of Volume I of Bidding Documents.
8.0 Any additional soil testing or re-examination of soil data provided in the Bidding Document required
by the bidders and additions / alterations / interpretations on account of any such matter shall be
to the cost and time of the bidder.
9.0 Saturation Diving:
Bidder must agree to provide saturation diving and other special diving equipments on the marine
spread as per bidding documents requirement during the period of installation in the lump sum
prices.
10.0 Pre-engineering / pre-construction / post-installation survey:
Bidder must agree to undertake pre-engineering, pre-construction and post-installation surveys
and/or to comply with the provisions of Clause 5.4 of Part-II of Volume I of Bidding Documents.
11.0 Acceptance of Constructional Plant and Equipment as per Clauses 5.11 of Part-II of Volume I of
Bidding Documents.
12.0 a) Bidder must furnish the following undertakings from the original Equipment Manufacturer (s),
alongwith his bid:
(i) The OEM shall provide the maintenance / service / calibration facilities in India, for all
the equipments 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 equipments
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 equipments to be supplied under the contract, if awarded
to him by ONGC.
In case the OEM declines / fails to honour any of his above commitments, business dealings
with such OEM shall be considered for banning from future business dealings.
BID PACKAGE
FOR
Bassein Development & C-26 Cluster Pipeline
Project
PART III
APPENDICES
199
b) In LSTK contract, in case of any difficulty in submitting above commitments from any
OEMs at the bidding stage, the bidder shall submit his own undertaking to the effect that
the undertaking required in sub Para (a) above from those OEM(s) will be furnished at the
detailed engineering stage. However, in case successful bidder fails to submit the same at
the detailed engineering stage, ONGC reserves the rights to cancel the contract, forfeit the
Performance Security and take suitable action for banning such bidders from future
business details with ONGC as deemed fit.
A-3) FINANCIAL
1.0 Turnover of Bidders: 30% of annualized bid value or more
The formula for working out 30% of annualized bid value is as under:
Bidders quoted total lump sum price to be divided by Project Completion period in number
of days and then multiplied by 365 days. The 30% of the resultant amount is 30% of the
Annualized bid value.
2.0 Net-worth of Bidder: Positive (as per latest audited annual accounts).
Note:
i. The basis of bid value shall be the price quoted by the bidder including duty and taxes, if
any, which is taken into consideration for evaluation. However, in case Customs duty in
respect of foreign bidders is not a part of their quotation, it shall not form basis for
determining the bid value.
ii. For the purpose of ascertaining parameter of Turnover of the bidder, average turnover of the
bidder for the previous two financial years shall be considered. Average turnover of the
bidder for the previous 2 financial years shall be calculated by dividing the total turnover of
previous two (2) years by two (2), irrespective of the fact that quoted turnover for one
particular year is for a period of less than 12 months or complete 12 months. The bidder will
provide a copy each of audited annual accounts of previous two financial years for
ascertaining their turnover. The date (i.e the financial period closing date) of the immediate
previous years audited annual accounts should not be older than eighteen (18) months from
the bid closing/un-priced bid opening date. In case of Two Bid System, in the un-priced bid,
the bidder will submit a certificate of compliance (as per Appendix B13) to the effect that
the Turnover of the bidder is equal to or more than the required value as applicable.
iii. In case the information contained in the certificate of compliance, as in (ii) above, is found
to be incorrect later on after opening of price bids, then their bids will be rejected in case
the bidder is not actually meeting the required financial criteria
iv. In case the bidder is a newly formed company (i.e. one which has been incorporated in the
last 5 years from the date of un-priced bid opening of the tender) who does not meet