Invitation to Bid

8
OIL AND NATURAL GAS CORPORATION LIMITED MUMBAI REGION / DRILLING SERVICES OFFICE OF GROUP GENERAL MANAGER-I/C- MM 11-HIGH, ONGC OFFICE COMPLEX 3RD FLOOR, 301, BANDRA-SION LINK ROAD MUMBAI – 400 017 (INDIA) TEL. NO. -22-24088301 / FAX. NO. 022- 2408 8500/8933 ===================================================================== Ref. No MR/DS/MM/CONT/Hiring of TPI agency for Offshore rigs/299(08)/2009-10/P46OL10012 Dt: .......... To 1. M/s. ModuSpec Engineering Asia Pacific Pte. Ltd. 1, Bukit Batok Street 22, # 05-02, GRP Industrial Building, Singapore-659 592. Fax no: Fax no; + 65 64 67 4475.. 2. M/s. Oilfield Audit Services Inc., 12827, Capicorn Street, Stafford TX 77477-3912, U.S.A. Fax no: 281-242-9515 E-mail;: [email protected] 3. M/s. DNV, Oslo Veritazveieon 1, 1322 HOVIK, Norway/ Fax no: +47 67 57 99 11 ... Website: http://www.dnv.no. M/s. DNV Technology Centre, 10 Science Park drive, Singapore- 118224 Fax no: (65) 67791266/ 6779 2475(Phone no.) Fax no: 6779 5639 4. M/s. ABS 16855, North Chase Drive, Houston, Texas, USA. Fax. no: 00971 4 3306117 www.absacademy.org/locations. M/s. ABS Pacific Division, 438, Alexandra Road # 10.00 Alexandra Point, Singapore-119958. Fax : +65 6276 8711. AOH phone : +65 6288 3015. Contact : Email ABS - Singapore ... INVITATION TO BID Dear Sir, Bids are invited in the prescribed bid format and proforma enclosed herewith from Bidders through E-Procurement site through ONGC e-bidding 1

Transcript of Invitation to Bid

Page 1: Invitation to Bid

OIL AND NATURAL GAS CORPORATION LIMITEDMUMBAI REGION / DRILLING SERVICES

OFFICE OF GROUP GENERAL MANAGER-I/C- MM11-HIGH, ONGC OFFICE COMPLEX

3RD FLOOR, 301, BANDRA-SION LINK ROADMUMBAI – 400 017 (INDIA)

TEL. NO. -22-24088301 / FAX. NO. 022- 2408 8500/8933=====================================================================Ref. No MR/DS/MM/CONT/Hiring of TPI agency for Offshore rigs/299(08)/2009-10/P46OL10012 Dt: ..........To

1. M/s. ModuSpec Engineering Asia Pacific Pte. Ltd. 1, Bukit Batok Street 22, # 05-02, GRP Industrial Building, Singapore-659 592. Fax no: Fax no; + 65 64 67 4475..

2. M/s. Oilfield Audit Services Inc., 12827, Capicorn Street, Stafford TX 77477-3912, U.S.A. Fax no: 281-242-9515 E-mail;: [email protected]

3. M/s. DNV, Oslo Veritazveieon 1, 1322 HOVIK, Norway/Fax no: +47 67 57 99 11 ... Website: http://www.dnv.no.

M/s. DNV Technology Centre, 10 Science Park drive, Singapore-118224Fax no: (65) 67791266/ 6779 2475(Phone no.) Fax no: 6779 5639

4. M/s. ABS 16855, North Chase Drive, Houston, Texas, USA. Fax. no: 00971 4 3306117 www.absacademy.org/locations.

M/s. ABS Pacific Division, 438, Alexandra Road # 10.00 Alexandra Point, Singapore-119958. Fax : +65 6276 8711. AOH phone : +65 6288 3015. Contact : Email ABS - Singapore ...

INVITATION TO BID

Dear Sir,

Bids are invited in the prescribed bid format and proforma enclosed herewith from Bidders through E-Procurement site through ONGC e-bidding engine at http://etender.ongc.co.in for Hiring of Third party inspection agency for Inspection of Offshore rigs . The details of the tender are given below:

1. Tender No MR/DS/MM/CONT/Hiring of TPI agency for Offshore rigs / 299(08)/2009-10 / P46OL10012

2. Description Hiring of Third Party Inspection agency for inspection of Offshore rigs.

3. Duration of the Contract Three years from the date of Letter of award.

4. Date of Commencement / Closure of Sale of Tender Document

25.05.2010 to 03.06.2010

5A.

Last date for uploading of pre-bid queries in C-folder bidders correspondence area in the SRM system.

11.06.2010

1

Page 2: Invitation to Bid

5B. Pre-bid conference date/time 18.06.2010 at 1500 hrs.

6. Venue of Pre-Bid ConferenceOffice of GGM-Incharge-MM, DS, 301, 3rd Floor, “11-High” ONGC Office Complex, Bandra-Sion Link Road, Mumbai – 400 017. (India)

7. Closing date & time for submission of bids. To be intimated after pre-bid conference.

8. Opening date & time of Un-price techno-commercial bid.

To be intimated after pre-bid conference.

9. Bid Validity 90 days from the date of technical bid opening.

10. EMD / Bid Bond

For the foreign Bidders- USD 29789.00

For the indigenous bidders -INR 13,40,505.00

11. Bid Bond Validity 120 Days from the date of Techno-Commercial Bid Opening.

13. Security Deposit / Performance Bond 7.5 % of the one year evaluated Contract Value

14.. Validity of Performance bank guarantee

3 years duration of the Contract + 60 days after contractual completion period.

15. Address for Correspondence

Group General Manager-Incharge-MMOil And Natural Gas Corporation Limited, Mumbai Region, Drilling Services, MM Dept., 301, 3rd Floor, 11-High, ONGC Office Complex, Sion-Bandra Link Road, Sion-West, Mumbai – 400017 (India)Tel. No. +91-22-24089301Fax No. +91-22-2408 8500 / 8933

2.0 The tender will be governed by the “Instructions to Bidder” at Annexure – I, “Model Contract and General Contract Conditions” at Annexure – II, “Scope of Work” at Annexure – III, “Bid Evaluation Criteria” at Annexure – IV”.

3.0 Resolution of clarifications / exceptions / deviations to tender terms & conditions and specifications:

Exceptions / deviations / clarifications, if any, to tender terms and conditions and specifications are to be sorted out during pre-bid conference before submission of bids.

ONGC expects bidders to confirm compliance to tender terms and conditions and specifications which shall stand frozen after pre-bid conference, failing which the bids are liable to be rejected. Hence all bidders in their own interest are advised to submit their bids complete in all respects conforming to all terms and conditions of the bid document.

Bids shall be evaluated based on the information / documents available in the bid. Hence bidders are advised to ensure that they submit appropriate and relevant supporting documentation along with their proposal in the first instance itself. Bids not complying to the requirements of bid documents will be rejected without any further opportunity.

4.0 Two Bid System shall be followed for this tender. Bid Evaluation Criteria at Annexure – IV of the Bidding Documents shall be the basis for evaluation of tenders.

2

Page 3: Invitation to Bid

5.0 Pre-Bid Meeting / Conference: Pre bid Conference will not be held.

5.1 Pre-Bid conference will be held on 18.06.2010 at 1500 Hrs(IST) at 11-High, ONGC, Office Complex, 3rd floor, Sion-West, Mumbai, India for the purpose of clarification of points on technical and commercial issues relating to the tender documents, if any. The bidder is requested to upload in Bidders correspondence area, Pre-Bid queries in C-folder through e-procurement website up to 11.06.2010 for the purpose of discussion in pre-bid conference. No further queries/ clarification on tender documents will be entertained/ accepted by the Corporation thereafter.

5.2 Bidders are advised to depute their authorized and accredited representative of appropriate rank to attend pre-bid conference to take decision.

5.3 Any modification to the tender documents listed above, which may become necessary as a result of the pre-bid meeting, shall be made by the Corporation exclusively through issuance of an amendment to tender documents and not through record notes of the pre-bid meeting.

5.4 Non-attendance at the pre-bid meeting shall not be a cause for disqualification of a bidder.

6.0 Bidders also to note that one agent cannot represent two bidders.

7.0 The price bids submitted in physical form against e-procurement tenders shall not be given any cognizance. However the following documents (in original) should necessarily be submitted in physical form in sealed envelope superscribed as "Tender Number and due for opening on...………..." The outer cover should duly bear the tender number and date of closing/opening prominently underlined, along with the address of Purchaser's office, as indicated in Invitation for Bids

(i) Integrity Pact: Bidders are requested to submit “Integrity Pact” (Appendix – 11) of Annexure – I duly signed in all pages by the same signatory who signs the bid along with other original documents (as listed below) in sealed cover as per closing time for techno-commercial bid. Failure to return the integrity pact duly signed shall lead to outright rejection of such bids.

ii. The original bid security.iii. The power of attorney or authorization, or any other document consisting of adequate proof of the ability of the signatory to bid the bidder, in original.iii. In the cases of Indian bidders claiming Price preference, Chartered Accountant certificate

in separate seated envelope super scribed with tender number and “Chartered accountant certificate for price preference” along with a blanked out copy in the technical bid.

iv. Parent company Guarantee & Agreement between bidder and its parent in original as per Appendix-3 & 4 in case the bidder is depending upon its parent for financial criteria or Corproate guarantee in original in case the bidder is a subsidiary depending upon its parent.

For GGM-In-charge-MM Services.

3

Page 4: Invitation to Bid

NOTICE INVITING TENDER(Under Limited International Competitive Bidding)

Oil And Natural Gas Corporation Limited, Drilling Services, MR, Mumbai invites limited ICB tender under TWO BID SYSTEM through ONGC e-bidding engine at ONGC E-Procurement website at https://etender.ongc.co.in for the following services from experienced Contractors as detailed in the tender document.

1. TENDER NO: MR/DS/MM/CONT/Hiring of TPI agency for Offshore rigs/299(08)/2009-10 /P46OL10012

DESCRIPTION: Hiring of Third Party Inspection Agency for inspection of offshore rigs.

TENDER FEES: NOT APPLICABLE.

2. (i) Prospective bidders can download the tender document form ONGC e-procurement website https://etender.ongc.co.in., Tender will be available on the ONGC net w.e.f. 25.06.2010 to 03.06.2010

The tender to be submitted in the ONGC’s e- procurement system. Hard Copies of following documents are to be submitted in the Tender Box of DS, provided in ONGC Office at 11-High, ONGC Office Complex, 3rd Floor, Sion-Bandra Link Road, Sion-West, Mumbai – 400 017, India or in the CENTRAL DAK Section of 11-High, Ground Floor at the above address.

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.

iii. ‘Integrity Pact’ duly signediv. In the cases of Indian bidders claiming Price preference, Chartered Accountant certificate

in separate seated envelope super scribed with tender number and “Chartered accountant certificate for price preference” along with a blanked out copy in the technical bid.

v. Parent company Guarantee & Agreement between bidder and its parent in original as per Appendix-3 & 4 in case the bidder is depending upon its parent for financial criteria or Corporate guarantee in original in case the bidder is a subsidiary depending upon its parent.

3. PRE-QUALIFICATION CRITERIA:

3.1 Eligibility and experience of the bidder:- The bidder should fulfil the following experience criteria:

1.1 The Bidder should be a reputed Third Party inspection agency and should have minimum 03 years of experience in providing Third Party Inspection of offshore jack up and Floater rigs. Bidder should have executed at least two numbers of contracts of Third Party Inspection of offshore rigs in the last three years.

Towards documentary evidence, bidder should submit copies of respective contracts, along with documentary evidence in respect of satisfactory execution of each of those contracts, in the form of copies of any of the documents indicating respective contract number and type of services),such as-(i)satisfactory completion / performance report (OR) (ii)proof of release of performance security after completion of the contract(OR) (iii)proof of settlement/release of final payment against the contract (OR) (iv) any other documentary

4

Page 5: Invitation to Bid

evidence that can substantiate the satisfactory execution of each of the contracts cited above.

1.2) Details of experience and past performance of the works/jobs done of inspection of offshore rigs and its equipments (Jack-up and floater) in the past indicating areas and name of clients, scope of work and period of inspection are to be submitted along with request for tender document, in support of experience laid down at Para 1.1 above, strictly in the prescribed format enclosed as Annexure-1”.

4. Tender document can also be issued to vendors, who request ONGC for issuance of tender enquiry and who meet the pre-qualification criteria. Such requests along with documentary evidence shall be entertained within 10 days of publication of the enquiries on the website i.e. from 25.05.2010 to 03.06.2010

5. ONGC expects the bidders comply with the tender specifications / conditions, which would be frozen after pre-bid conference. 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.

6. E-Mail / Telex / telegraphic / Fax / Xerox / Photocopy offers and bids with scanned signature will be rejected.

7. In case of any unscheduled holiday on prescribed closing / opening date, the next working day will be the prescribed date of closing / opening of tender.

8. The bid should be valid for a period of 90 days from the date of closure of tender.

9. ONGC reserves the right to cancel at its own discretion any / all bids received without assigning any reason.

10. The details of the tender notice can be seen from the ONGC, website http:/ www.ongctenders.net

********

5