NIT for Tender No.
GCO5168P24
Oil India Limited, a Government of India Enterprise intends to avail the “Environmental
Quality monitoring at PS-3 (Jorhat) RS-1 & 2 under PS-3 and at Numaligarh” for a period
of 3(three) years..Interested bidder may collect the Bid Documents from the office of the
General Manager (Contracts) Guwahati–781171 from 23.12.2023 to 23.01.2024 during office
hours from 8.00 AM to 10.00 AM. The Bid Closing Date (BCD) is 23.01.2024 at 13.30 hrs. and
Bid Opening Date (BOD) is 23.01.2024 at 14.00 Hrs.
All corrigenda, addenda, amendments, time extension, clarification etc. to the tender will be
hosted on the Oil Website and no separate notification shall be issued in the press. Prospective
bidders are requested to regularly visit the website. Tender Reference is GCO5168P24.
BID REJECTION CRITERIA (BRC) / BID EVALUATION CRITERIA (BEC)
1.0. BID REJECTION CRITERIA (BRC):
The bid shall conform to the specifications and terms and conditions given in the Bidding
Documents. Bids will be rejected in case material and services offered do not conform to the
required parameters stipulated in the technical specifications. Notwithstanding the general
conformity of the bid to the stipulated specifications, the following requirements will have to be
particularly met by the Bidders without which the same will be considered as non-responsive and
rejected. All the documents related to BRC shall be submitted along with the Techno-
Commercial Bid.
1.1 FINANCIAL CRITERIA: ANNUAL TURN OVER
A) Annual financial turnover as per Audited Annual Reports in any of the preceding 3 financial
years to be reckoned from the original bid closing date should be at least Rs.29,300.00
B) For consortium
i) At least one member of the consortium to meet the above criteria of 50% turnover.
ii) The other members of consortium should meet minimum 25% turnover requirement.
iii) Period for consideration: In any of preceding 3 financial years
C) Net worth: Positive for the preceding financial / accounting year.
D)For proof of Annual Turnover & Net worth any one of the following document must be
submitted along with the bid:-
i)A certificate issued by a practicing Chartered/Cost Accountant (with Membership Number
and Firm Registration Number), certifying the Annual turnover & Net worth
OR
ii) Audited Balance Sheet along with Profit & Loss account.
E) In case the bidder is a Central Govt. Organization/PSU/State Govt. Organization/Semi-State
Govt. Organization or any other Central/State Govt. Undertaking, where the auditor is
appointed only after the approval of Comptroller and Auditor General of India and the Central
Government, their certificates may be accepted even though FRN (Firm Registration
Number) is not available. However, bidder to provide documentary evidence for the same.
F) Considering the time required for preparation of financial statements, if the last date of
preceding financial/accounting year falls within the preceding six months reckoned from the
original bid closing date and the financial statements of the preceding financial/accounting
year are not available with the bidder then the financial turnover of the previous three
financial/accounting years excluding the preceding financial/accounting year will be
considered. In such cases, the Net Worth of the previous financial/accounting year excluding
the preceding financial/accounting year will be considered. However, the bidder has to submit
an affidavit/undertaking certifying that the balance sheet/financial statements for the financial
year_________(as the case may be)has actually not been audited so far.
1.2 TECHNICAL CRITERIA:
A) EXPERIENCE: Bidders must have:
Relevant experience of having successfully executed/ completed one "similar work" over the last
seven years reckoned from the original bid closing date in Central/State Government/ PSUs/
Nationalised Banks/ Public Limited Company as under -
i). Experience of at least 1(one) similar completed work of amount not less than Rs. 48,900.00
Similar work mentioned above means "Monitoring of Environmental parameters like stack
emission monitoring, ambient air quality monitoring and/or noise monitoring"
B. For proof of requisite experience and relevant technical requirements, any one of the
following documents/photocopies must be submitted along with the bid:
1. In case of OIL contractors, Copy of Certificate of Completion (COC)/ Work Orders
/Certificate of Payments (COP) / Service entry Sheet (SES) of jobs successfully executed during
the last seven years ending bid closing date, showing gross value of the job done, Nature of job
done and Time period covering the financial year(s) as per NIT. It may be clearly noted that
simply mentioning of OIL Contract Number or Work order will not be accepted.
2. In case of a bidder NOT being an OIL Contractor, then a relevant Certificate issued by PSUs
or Central Govt. or State Govt. or Reputed Private Organization in last seven years from date of
original bid closing date showing:
a) Gross value of job done; and
b) Nature of job done; and
c) Time period covering the financial year(s) as per NIT; and
d) Clearly mentioning job completion date.
e) FORM 16(A) has to be submitted in case of private companies.
C. Duplicate copy of valid calibration certificate of the measuring instruments used for stack gas
monitoring and ambient air quality monitoring to be submitted along with the bid document.
D. Authorization/ valid registration certificate to be provided against proof of registration/
authorized vendor under Pollution Control Board, Assam to be submitted along with the bid
document.
E. Certificate of Accreditation of the Laboratory from NABL in accordance with the
standard ISO/IEC 17025:2017 to be submitted along with the bid document.
F. If the prospective bidder is executing a contract which is still running and the contract value /
quantity executed within the specified period prior to due date of bid submission is equal to or
more than the minimum prescribed value in the BEC such experience may also be taken in to
consideration provided that the bidder has submitted satisfactory work / supply / service
execution certificate issued by end user.
Note:
a) The Contract(s) / Purchase Order(s) date need not be within the period specified in the tender,
preceding the original bid closing date of the tender, however, the execution of work should be
within the specified period preceding original bid closing date of the tender.
b) Original Bid Closing Date shall be considered for evaluation of BRC Criteria in case of any
extension of the bid closing date.
c) A job executed by a bidder for its own organization/subsidiary cannot be considered as
experience for the purpose of meeting BEC.
3.0 Deviation to the following provision of the tender document shall make the bid liable for
rejection:
i. Firm price
ii. EMD / Bid Bond
iii. Scope of work
iv. Specifications
v. Price Schedule
vi. Delivery / Completion Schedule
vii. Period of Validity of Bid
viii. Liquidated Damages
ix. Performance Bank Guarantee / Security deposit
x. Guarantee of material / work
xi. Arbitration / Resolution of Dispute
xii. Force Majeure
xiii. Applicable Laws
xiv. Integrity Pact, if applicable
xv. Any other condition specifically mentioned in the tender documents
elsewhere that non-compliance of the clause lead to rejection of the bid.
In case of any clauses in the BRC contradicts with other clauses of Bid Document
elsewhere, then the clauses in the BRC shall prevail.
4.0. Bidders have to furnish the followings:-
1 NAME OF FIRM
2 DETAIL POSTAL ADDRESS
3 TELEPHONE NO.
4 MOBILE NO.
5 E-MAIL ID
6 FAX NO.
7 CONTACT PERSON
8 CONTACT PERSON'S CONTACT NO.
9 TAX EXAMPTION CERTIFICATE NO, if applicable. (Self-Attest copy
required)
10 CST REGD. NO, if applicable . (Self-Attest copy required)
11 LOCAL SALE TAX REGD.NO if applicable. (Self-Attest copy required)
12 PAN NO. (Self-Attest copy required)
13 VAT REGD.NO, if applicable. (Self-Attest copy required)
14 BANK ACCOUNT NO.
15 BANK ACCOUNT TYPE
16 BANK NAME
17 BANK ADDRESS
18 GST. NO (Self Attest copy required)
5. BID EVALUATION CRITERIA (BEC):
2.1. The bids conforming to the technical specifications, terms and conditions stipulated in the
bid documents and considered to be responsive after subjecting to the Bid Rejection Criteria will
be considered for further evaluation as per the Bid Evaluation Criteria.
2.2. To ascertain the inter-se-ranking, the comparison of the responsive bids will be made on
the basis of total amount quoted for the items of SOQ.
2.3. Quoted rates must be in conformity with the applicable minimum wage as applicable
otherwise bid will be rejected.
2.4. In case more than one bidder emerges as lowest bidder due to equal rate quoted by the
bidder, then the lowest bidder will be decided by draw of lots. Company's decision in this regard
is final and binding to all bidders.
2.5. Any discount/rebates offered shall not be considered for evaluation of bids. However, if
the lowest bidder happens to be the final acceptable bidder for award of contract and if they have
offered any discount/rebate the contract shall be awarded after taking into consideration such
discount/rebate after negotiation or otherwise.
2.6 Original Bid closing date will be considered for evaluation of BRC criteria even in case of
any extension of the original Bid Closing Date.
5.0 COMMERCIAL:
1. Bidder shall submit the offer under “Single Stage" Single Bid System”. Technical bid" and
the "Price Bid".
2. Bidder shall furnish Bid Security along with Bid. Bid security shall be furnished as a part of
'Technical Bid'. Any bid not accompanied by a proper bid security will be rejected.
Bidder shall submit original document to the address as specified with BCD before Bid
opening date and time, otherwise Bid will be rejected.
3. Bidder shall furnish Bid Security as referred in Relevant Section of the Bid document so as
to reach the Company (i.e. OIL) before due date of closing. Any bid for which bid security
is not received before due Date of Bid Closing will be rejected.
4. Validity of the bid shall be minimum 90 days. Bids with lesser validity will be rejected.
5. Any bid received in the form of Telex/Cable/Fax/E-mail/ Telephone call will not be
accepted.
6. Bidders must quote clearly and strictly in accordance with the price schedule outlined
in relevant section of Bidding Documents; otherwise the bid will be rejected.
7. Any bid containing false statement will be rejected.
8. The Bid Documents are not transferable. Bids made by parties who have not
purchased the Bid Documents from the Company will be rejected.
9. Any Bid received by the Company after the deadline for submission of bids prescribed
by the Company will be rejected.
10. Price quoted by the successful Bidder must be firm during the performance of the
Contract and not subject to variation on any account. A bid submitted with an
adjustable price will be treated as non-responsive and rejected.
11. Bids shall be typed or written in indelible ink and shall be signed by the bidder or his
authorized representative.
12. Any physical documents wherever called for, submitted by bidders shall contain no
interlineations, white fluid erasures or overwriting except as necessary to correct errors
made by the Bidder, in which case such correction shall be initialed by the person or persons
who has/have digitally signed the Bid.
13. Bidder shall fulfill all the relevant clauses applicable for this Tender.