0% found this document useful (0 votes)
47 views

Tender 120

This document provides instructions to bidders for a tender for contractual services at the Directorate General of Hydrocarbons (DGH) office in Noida, India. The key details are: - The tender is for a three year contract for various services at the DGH office. - Bids must be submitted electronically through the Government e-Procurement portal by the deadline of August 19, 2019. - A pre-bid conference will be held on July 30, 2019 to address any questions. - The eligibility criteria and technical requirements are described in the annexures. - A bid bond of 34.17 lakhs Indian Rupees is required to be submitted
Copyright
© © All Rights Reserved
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
47 views

Tender 120

This document provides instructions to bidders for a tender for contractual services at the Directorate General of Hydrocarbons (DGH) office in Noida, India. The key details are: - The tender is for a three year contract for various services at the DGH office. - Bids must be submitted electronically through the Government e-Procurement portal by the deadline of August 19, 2019. - A pre-bid conference will be held on July 30, 2019 to address any questions. - The eligibility criteria and technical requirements are described in the annexures. - A bid bond of 34.17 lakhs Indian Rupees is required to be submitted
Copyright
© © All Rights Reserved
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 55

DIRECTORATE GENERAL OF HYDROCARBONS

MINISTRY OF PETROLEUM & NATURAL GAS

GOVERNMENT OF INDIA

NOIDA

E-TENDER NO.: MM-12018(24)/1/2019-DGH/C-4488/ENQ/160

TENDER DOCUMENT

FOR

Contractual Services for DGH Office

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 2 of 56
Directorate General of Hydrocarbons
Ministry of Petroleum & Natural Gas
Govt. of India, India
Phone No : (+91)-120-2472000 Office of : Director General (DGH)
Tele Fax : (+91)-120-2472049 OIDB Bhawan, Tower A, Plot No. 2,
Sector – 73, NOIDA-201301, INDIA

FORWARDING LETTER
To,
__________________________________________________

__________________________________________________

Sub: E-Tender for “Contractual Services for DGH Office”.

Dear Sir,
1.0 Open Indigenous Competitive Basis tender under two bid system are invited in e-
form from prospective Bidders through CPP e-bidding portal at
https://eprocure.gov.in/eprocure/app for the above said service/work/supply/job, as
per Annexure-IV at DGH, Noida at OIDB Bhawan. The salient features of the tender are:

1 E-Tender No. MM-12018(24)/1/2019-DGH/C-


4488/ENQ/160
2 Brief Description of the Services Contractual Services for DGH Office
/ Scope of Supply
3 Type of Bid Open E-Tender under two Bid System
(Techno-commercial Bid & Price Bid)
4 Pre Bid Conference On 30/07/2019 at 11-00 hrs at Directorate
General of Hydrocarbons (DGH), OIDB
Bhawan, Tower A, Plot No. 2, Sector – 73,
Noida -201 301, India.
5 Last date for submission of Pre Up to 25/07/2019 at 16-00 hrs.(IST)
Bid Queries (To be mailed to
[email protected])
6 E-Bid and Original documents 19/08/2019 at 14-00 hrs.(IST)
submission closing Date & Time
7 Place of Submission of original Tender Box at Gr. Floor, Directorate General
documents of Hydrocarbons (DGH), OIDB Bhawan,
Tower A, Plot No. 2, Sector – 73, Noida -201
301, India.
8 Bid Opening Time, Date & Place Techno-commercial bid: 1500 Hrs. (IST) on
the next date of Bid Closing date and at
the same address as above.
Price bid: Opening time and date shall be
intimated to technically qualified bidders.
9 Bid validity 90 days from bid closing date.
10 Bid Bond/ Earnest money ₹ 34,17,000/-
Deposit Amount Bid Bond in the form of a Bank Guarantee
(original Bid Bond to be enclosed to be valid up to 45 days beyond the final
with Techno-commercial Bid bid validity period.
only)
11 Performance Guarantee to be 7.5% of the Annualized Average Contract
submitted only by the successful value to be submitted within 21 days of
Bidder submitting the letter of Intent (LOI). Bidders
should ensure that the Performance Bank
MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 3 of 56
Guarantee should be valid for a period
extending to 60 days beyond the date
stipulated for completion of the contract.
13 Duration of the Contract Three years from the date of commencement
of contract.
12 Signing of Contract Contract is to be signed within 28 days of
date of issue of LOI.
2.0 Complete bid document can be downloaded from DGH’s web site
www.dghindia.gov.in and Government of India’s Public Procurement Portal
http://eprocure.gov.in/cppp/. The prospective bidders can participate in the
tender by downloading the tender document from the aforementioned website, and
submit their bid online only at GOI e-bidding portal
https://eprocure.gov.in/eprocure/app with required bid security, documents,
confirming the eligibility criteria, along with the other documents as stated in the
e-tender document, before tender closing date and time. No physical bids will be
accepted.

3.0 Addendum/ Corrigendum, if any, to the tender documents shall be uploaded on


aforementioned websites only. Hence, bidders may view the same regularly till the
bid submission date.

4.0 Bidders must submit their bid online at Government of India’s Public
Procurement Portal https://eprocure.gov.in/eprocure/app. No physical bids will
be accepted.
5.0 Bidders are requested to go through the complete bid documents and the
eligibility criteria under the Bid Rejection Criteria, Scope of work/supply etc. in
particular before bid submission.
6.0 Two Bid system is being followed in this tender. Bidders should take due care to
submit their bids in accordance with the requirement and as per the instructions
given in the tender document(s). Instructions to bidders regarding “Submission of
bid” are described at Cl. No. 7.0 of Annexure-I of bid document.

List of documents to be uploaded/submitted along with techno-commercial bid


are also mentioned at Appendix-9 of Annexure-I of Bid document.
7.0 Bid Evaluation Criteria (BEC) shall be the basis for evaluation of bids. Prices
should be quoted strictly as per Price Bid Format given.

8.0 DGH reserves the right to cancel the tender or reject / accept any / all bids
without assigning any reason.
9.0 DGH expects the bidders to comply with the tender specifications, terms &
conditions of the tender and submit their bid accordingly without any exceptions
/ deviations. Conditional bids indicating exceptions/ deviations to the tender
clauses shall be rejected summarily.

10.0 Other details and terms/conditions are as per the following Annexure I - VI.
You are invited to submit your e-bid against the above tender.

Thanking you,
HOD (MM)
For Directorate General of Hydrocarbons

Encl: As above

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 4 of 56
ANNEXURE-I
INSTRUCTIONS TO BIDDERS

A. INTRODUCTION

1.0 ELIGIBILITY AND EXPERIENCE OF THE BIDDER: - (Please refer to “Technical &
Commercial Rejection Criteria at B1 of Bid Evaluation Criteria under Annexure-III).

2.0 PRE BID CONFERENCE: Pre Bid Conference shall be held on the aforesaid date
(mentioned in forwarding letter). Two (2) representatives of each bidder shall be allowed
to participate in the pre bid conference. Bidder must send email confirmation regarding
their participation in pre bid conference along with their queries to [email protected]
on or before last date for submission of Pre Bid Queries.

3.0 TRANSFER OF BIDDING DOCUMENT

The Bidding document is not transferable.

4.0 COST OF BIDDING

The bidder shall be solely liable to bear all costs and expenses associated with the
preparation and submission of its bid, and DGH will in no case be held responsible or
liable for payment of any costs associated with the preparation or submission of the said
bids irrespective of the outcome of the bidding process as also in case the entire bidding
process or part thereof is nullified/ cancelled due to any reason whatsoever.

B. THE BIDDING DOCUMENT

5.0 CONTENT OF BIDDING DOCUMENTS

5.1 The services/scope of supply required, bidding procedures and contract terms are
described in the bidding document. In addition to the Invitation for Bids, the bidding
documents include:

Annexure-I : Instructions to Bidders with following Appendices.


Appendix-1 : Bid submission proforma.
Appendix-2 : Proforma of Authorization Letter for Attending Tender Opening.
Appendix-3 : Proforma Certificate on relatives of DG/Directors of DGH
Appendix-4 : Proforma for Changes/Modifications Sought by Bidders.
Appendix-5 : Bid Bond Bank Guarantee proforma.
Appendix-6 : Bank Guarantee for Performance Security
Appendix-7 : Undertaking / Declaration
Appendix-8 : Pre Contract Integrity Pact
Appendix-9 : List of documents to be uploaded/submitted along with techno-commercial
bid
Annexure-II : General Terms & Conditions of Contract
Annexure-III : Bid Evaluation Criteria
Appendix-10 : Format for Technical Bid
Appendix-11 : List of Major Clients, including Govt. Organization/ Academic
Institutions
Appendix-12 : BEC Matrix
Annexure-IV : Scope of work/service
Annexure-V : Price Format/Price Schedule/BOQ
Annexure-VI : E-Bidding Instructions to Bidders

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 5 of 56
5.2 The bidder is expected to examine all instructions, forms, terms and specifications
in the bidding documents. Failure to furnish all information required by the bidding
documents will be at the bidder’s risk. Tenders not complying with tender conditions and
not conforming to tender specifications will result in the rejection of its bid without
seeking any clarifications.

6.0 CLARIFICATION ON BID DOCUMENT

A bidder requiring any clarification of Bid Document should notify DGH in writing at the
address provided in the forwarding letter. Clarifications, if any, shall in no case be
sought later than deadline prescribed herein above in the forwarding letter. However,
DGH may at its discretion provide clarifications on any relevant or crucial issue
regarding the bid document and such clarifications shall not automatically cause any
extensions of prescribed dates unless otherwise notified by DGH in writing within the
original prescribed dates. In case no such extension of time is notified by DGH in writing
then the original prescribed dates shall deem to apply.

7.0 AMENDMENT OF BID DOCUMENT

7.1 At any time prior to the deadline for submission of bids, DGH may at its own
discretion and for any reason whatsoever whether at its own initiative or in response to a
clarification requested by a bidder, modify the Bid Documents by the issuance of an
Addendum.

7.2 The Addendum will be hoisted on DGH’s website and GoI’s Public Procurement
Portal only and all bidders are advised to visit aforesaid websites till the bid submission
date to update themselves about modifications to the Bid documents, if any, in order to
submit their offer accordingly.

7.3 In order to allow the bidders reasonable time to take the amendment into account
in preparing their bids, the DGH may at its discretion, extend the deadline for the
submission of Bids and any such extension will be conveyed to the bidders through
DGH’s website.

C. PREPARATION OF BIDS

8.0 SUBMSSION OF BID

8.1 The bidders shall submit the bids electronically and sign digitally.

8.2 Tenders are invited online through Single stage and two envelope or bid systems.
The first electronic envelope/bid is techno-commercial bid envelope and second
electronic envelope is financial bid envelope.

8.3 The bidder shall submit Techno-Commercial & Financial bids simultaneously.

Note: Techno-Commercial bid will be evaluated first and thereafter financial


bids of qualified bidders only shall be opened.

8.3.1 The techno-commercial bid electronic envelope will contain the follows:
a. Scanned copy of the following original documents:
i. DD/ Bid Bond for EMD.
ii. Power of attorney or authorisation, or any other document consisting of
adequate proof of the ability of the signatory to bind the bidder.
b. Bid document (without indicating price in Price format/Price schedule/ BOM/
BOQ) and corrigendum/addendum, if any.

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 6 of 56
c. Duly signed and scanned copies of required documents as mentioned at
Appendix-9.

All the uploaded documents shall be digitally signed by the authorized


signatory of the bidder.

8.3.2 The Financial bid electronic envelope will contain: Scheduled of Rate/Price
Schedule.

Note: Detailed instructions regarding online bid submission are available in


Annexure-VI of Tender Document as “E-Tendering instructions to the bidders”.

8.4 Bidder shall submit the following original documents offline to HOD (MM) at
Directorate General of Hydrocarbons office in Noida, on or before the date and
time of closing of bids specified in NIT, in a properly sealed envelope:
i) DD/ Bid Bond (Original) for EMD/Bid security.
ii) Power of Attorney for authorized signatory of the bid, or any other document
consisting of adequate proof of the ability of the signatory to bind the bidder.
iii) Any other document, if specified, in the tender.

The envelope shall bear the name of the firm, Physical documents against e-
Tender No. ____________, name of work and the phrase “Do Not Open Before (Due
date & time of opening of tender)”

Note: The responsibility for ensuring that envelope is delivered in time would be
vested with the bidder. DGH shall not be responsible if the envelope is lost/
delivered elsewhere or late.

8.5 The bid prepared by the bidder and all correspondence and documents relating to
the bid exchanged by the Bidder and the DGH shall be written in English language.
Supporting documents and printed literature furnished by the Bidder may be in another
language provided they are accompanied by an accurate translation of the relevant
passages in English, in which case, for purposes of interpretation of the bid, the
translation shall prevail. However, the said translations should be certified by some
official translator.

8.6 The bid papers, duly filled in and complete in all respects shall be submitted
together with requisite information and Annexures / Appendices. It shall be complete
and free from ambiguity, change or interlineations.

8.7 The Bidder shall sign its bid with the exact name of the firm to whom the contract
is to be issued. The bid shall be signed by a duly authorised officer and in the case of a
Company, the same shall be sealed with the company seal or otherwise appropriately
executed under seal.

8.8 The bidder shall clearly indicate their legal constitution and the person signing the
bid shall state his capacity and also source of his ability to bind the Bidder.

9.0 COMPLIANCE WITH THE REQUIREMENTS OF BID EVALUATION CRITERIA


(BEC) AND ALL OTHER TENDER CONDITIONS:

9.1 Advice to bidders for avoiding rejection of their offers:


DGH has to finalize its purchase / contracts within a limited time schedule. Therefore, it
may not be feasible for DGH to seek clarifications in respect of incomplete offers.
Prospective bidders are advised to ensure that their bids are complete in all respects and

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 7 of 56
conform to DGH’s terms, conditions and bid evaluation criteria of the tender. Bids not
complying with DGH’s requirement may be rejected without seeking any clarification.

9.2 Prevailing Government guidelines regarding Tender Fee /Bid Security


/Performance Security / Purchase or Price Preference shall be applicable, provided the
bidder submits necessary evidence for eligibility, along with the bid.

10.0 BID PRICES

10.1 The bidders shall indicate on the attached price schedule the net unit prices
(wherever applicable).

10.2 Price quoted must remain firm during its performance of the Contract and is not
subject to variation on any account. All duties and taxes payable by the bidder under the
Contract for which this Bidding Document is being issued, shall be included in the rates,
prices and total Bid Price submitted by the bidder, and the evaluation of bid shall be
made accordingly.

10.3 Prices quoted by the bidder shall be firm during the bidder's performance of the
contract and not subject to variation on any account.

10.4 Bidders are not allowed 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 of such an offer,
without considering discount, is found to be lowest, DGH shall avail such discount at the
time of award of contract.

10.5 Concessions permissible under statutes:

Bidder, while quoting against this tender, must take cognizance of all concessions
permissible under the statutes including the benefit under existing Tax Acts, failing
which it will have to bear extra cost where Bidder does not avail exemptions/
concessional rates of levies. DGH will not take responsibility towards this. However, DGH
may provide necessary assistance, wherever possible, in this regard.
10.5.1 Bidders may take note there would be NO customs duty exemption
available for business tendered with DGH.

10.6 Income Tax Liability


The bidder will have to bear all Income Tax liability both corporate and personal tax.

10.7 GST Liability:


10.7.1 The bidder will have to bear all GST liability, as applicable except in case of
services provided by Goods Transport Agency (GTA) and Services provided by a
service provider from outside India not having a fixed establishment or
permanent address in India as prescribed under GST Law (amended from time
to time)
10.7.2 The Bidder should quote the applicable GST, clearly indicating the rate and the
amount of GST included in the bid and the classification of the respective service
(as per GST law) under which the GST is payable.
10.7.3 In the contracts involving multiple services or involving supply of certain goods /
materials along with the services, the Bidder should give separate break-up for
cost of goods and cost of various services, and accordingly quote GST as
applicable for the taxable services.
10.7.4 In case the applicability of GST is not quoted explicitly in the offer by the Bidder,
the offer will be considered as inclusive of all liabilities of GST. DGH will not
entertain any future claim in respect of GST against such offers.

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 8 of 56
10.7.5 In case, the quoted information related to various taxes and duties subsequently
proves wrong, incorrect or misleading: -
a) DGH will have no liability to reimburse the difference in duty / tax, if the finally
assessed amount is on the higher side.
b) DGH will have the right to recover the difference in case the rate of duty / tax
finally assessed is on the lower side.
10.7.6 The service provider should have a valid registration with the concerned
authorities of GST and a copy of such registration certificate should be
submitted along with the offer. In case the registration certificate for the quoted
category of service is not available at the time of submission of offer, an
undertaking should be furnished for submission of copy of requisite GSTIN
certificate along with the first invoice under the contract.
10.7.7 GST on contracts for transportation of goods by road in a goods carriage
(Applicable for Goods Transport where the contract is for transportation /
logistics and not the service/ turnkey contracts where transportation is a part):
In this case, since the liability to pay GST is on DGH as receiver of service, the
Bidder shall not include GST in the quoted prices.
10.7.8 As the above statutory provisions are frequently reviewed by the Government,
the bidders are advised to check the latest position in their own interest and
DGH will not bear any responsibilities for incorrect assessment of statutory
levies by any bidder.

11.0 PAYMENT TERMS: Within 15 days of receipt of Invoices after successful


satisfactorily services provided to DGH as per scope of service at Annexure-IV.

12.0 MODE OF PAYMENT

In all cases, DGH shall make payments only through Electronic Payment mechanism
(viz. NEFT/RTGS /ECS). Bidders should invariably provide the following particulars
along with their offers:
1. Name & Complete Address of the Supplier / Contractor as per Bank records.
2. Name & Complete Address of the Bank with Branch details.
3. Type of Bank account (Current / Savings/Cash Credit).
4. Bank Account Number (indicate ‘Core Bank Account Number’, if any).
5. IFSC / NEFT Code (11-digit code) / MICR code, as applicable, alongwith a cancelled
cheque leaf.
6. Permanent Account Number (PAN) under Income Tax Act;
7. GST Registration Number.
8. E-mail address of the vendor / authorized official (for receiving the updates on
status of payments).”
9. Confirmation as to whether the bidder belong to the category of Micro, Small and
Medium Enterprises as defined in the “Micro, Small and Medium Enterprises
Development Act, 2006 (MSMEDA)”. If yes, specify the category of Micro, Small or
Medium Enterprises and whether the enterprise is in manufacturing or service
industry, along with valid documentary evidence.
10. Any other details as required by the remitting bank.

For receiving payment through NEFT / RTGS, the bank/branch in which the bidder is
having account and intends to have the payment should be either an NEFT enabled bank
or SBI branch with core banking facility.

13.0 VAGUE AND INDEFINITE EXPRESSIONS

13.1 Bids qualified by vague and indefinite expressions such as "Subject to availability"
etc. will not be considered.

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 9 of 56
14.0 PERIOD OF VALIDITY OF BIDS

14.1 The Bid shall be valid for 90 days after the date of bid opening for acceptance for
the period as indicated in the "Invitation for Bid" (hereinafter referred to as validity
period) and shall not be withdrawn on or after the opening of bids till the expiration of
the validity period or any extension agreed thereof.

14.2 In exceptional circumstances, prior to expiry of the original bid validity period, the
DGH may request the bidder for a specified extension in the period of validity. The
requests and the responses shall be made in writing. The Bidder will undertake not to
vary/modify the bid during the validity period or any extension agreed thereof.
Bidder agreeing to the request for extension of validity of offer shall be required to extend
the validity of Bid Security correspondingly.

15.0 BID SECURITY

15.1 The Bid Security is required to protect the DGH against the risk of Bidder's
conduct which would warrant the security's forfeiture in pursuance to clause 15.7.

15.2 MSEs eligible as per Ministry of MSME’s guidelines, and Government Departments
will be exempted from Bid Security, provided the bidder submits necessary evidence for
eligibility, along with the bid.

15.3 The Bidders not covered under Para 15.2 above must enclose the bid security
with their offer with the techno-commercial bid. The amount for bid security has been
indicated in the "Invitation For Bid".

15.4 The Bid Security shall be acceptable in any of the following forms:

(i) An account payee Demand Draft in favour of “Directorate General of


Hydrocarbons” payable at New Delhi valid for 90 days from its date of issue.

(ii) A Bank Guarantee as per Appendix-5. Bank Guarantee issued from any of the
Nationalised / scheduled Bank in India on non-judicial stamp paper of requisite value,
as per Indian Stamp Act, purchased in the name of the Banker valid for 45 days beyond
the validity of the bids asked for in the tender.

15.5 DGH shall not be liable to pay any bank charges, commission or interest on the
amount of Bid Security.

15.6 Subject to provisions in para 15.2 above, offers without Bid Security will be
ignored.

15.7 The Bid Security shall be forfeited:


a) If Bid is withdrawn during the validity period or any extension thereof duly agreed
by the Bidder.

b) If Bid is varied or modified in a manner not acceptable to DGH during the validity
period or any extension of the validity duly agreed by the Bidder.

c) If a Bidder, having been notified of the acceptance of its bid, fails to furnish
Security Deposit/Performance Bank Guarantee (Performance Security) within 21 days of
notification of such acceptance.

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 10 of 56
15.8 The Bid Security of unsuccessful Bidders will be returned on finalization of the
bid. The Bid Security of successful bidder will be returned on receipt of Security
Deposit/Performance Bond (Performance Security).

16.0 e-MAIL / e-BIDS CONTAINING SCANNED SIGNATURE:

Bids received in email or e-bids with scanned signature will not be considered.

d. SUBMISSION AND OPENING OF BIDS

17.0 SEALING AND MARKING OF BIDS.

17.1 Offers are to be submitted in electronically. The first electronic cover/envelope will
contain Techno-Commercial bids having all details but with price column blanked out.
However a tick mark () shall be provided against each item of the price bid
format to indicate that there is a quote against this item in the Price bid. The
second sealed electronic cover/envelope will contain only the price schedule duly filled in
and digitally signed.
Physical documents as mentioned in the bid document must be reached at DGH office
before bid closing date and time.

17.2 DGH reserves the right to ignore any offer which fails to comply with the above
instructions.

17.3 DGH will not be held responsible for any loss or late received of e-bid due to server
problem and others.

17.4 DGH will not be held responsible for the loss of or for the delay in postal transit.

18.0 DEADLINE FOR SUBMISSION OF BIDS


18.1 The e-bid must be received by the DGH electronically not later than 1400 Hrs
(IST) on the notified date of closing of the tender. Required original documents, as
mentioned at 8.4 of Annexure-I, must be reached before the tender closing date and
hours at the following address:
HOD (MM)
Directorate General of Hydrocarbons
OIDB Bhawan,
Tower A, Plot No.2, Sector-73,
NOIDA-201301

Original documents sent by hand delivery should be put in the Tender Box at the
specified office not later than 1400 Hrs. (IST) on the specified date. Original documents
received by post without proper superscription of Physical Documents against
Tender number_________, Bid Closing Date and other details on the outer envelope
will be opened in DGH office as ordinary mail and may not be considered.

19.0 LATE BIDS

19.1 Bidders are advised in their own interest to ensure that e-bid and required
physical documents against tender must reach the specified office well before the
closing date and time of the bid.
19.2 Physical documents received after closing date and time of the bid, will be
rejected and returned unopened.

20.0 MODIFICATION AND WITHDRAWAL OF BIDS

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 11 of 56
20.1 No e-bid may be modified after the dead line for submission of bids.

21.0 OPENING OF BIDS

21.1 The bid will be opened at 1500 Hrs. (IST) on the date of opening indicated in
"Invitation for Bid". The Bidder or his authorized representative may be present at the
time of opening of bid on the specified date, but a letter in the form annexed at
Appendix- 2 hereto must be forwarded to this office along with bid and a copy of this
letter must be produced in the office by the person attending the opening of bid. Unless
this letter is presented by him, he may not be allowed to attend the opening of bid.

21.2 Price Bids of the technically qualified Bidders will be opened on a specific date in
presence of interested qualified bidders. Bidders will be intimated about the bid opening
date in advance.

21.3 In case of unscheduled holiday on the closing/opening day of bid, the next
working day will be treated as scheduled prescribed day of closing/opening of bid, the
time notified remaining the same.

e. EVALUATION OF BIDS

22.0 EVALUATION AND COMPARISON OF BIDS

22.1 Evaluation and comparison of bids will be done as per provisions of Bid Evaluation
Criteria at Annexure-III.

23.0 UNSOLICITED POST TENDER MODIFICATIONS


Unsolicited post-tender modification will lead to straight away rejection of the offer.

24.0 EXAMINATION OF BID

24.1 The DGH will examine the bids to determine whether they are complete, whether
any computational errors have been made, whether required sureties have been
furnished, whether the documents have been properly signed and whether the bids are
generally in order.

24.2 DGH will determine the conformity of each bid to the bidding documents.
Bids falling under the purview of “Rejection Criteria” of the bid Evaluation Criteria
of the bidding document will be rejected.

25.0 SPECIFICATIONS

25.1 The Bidder must note that its Bid will be rejected in case the tender stipulations
are not complied with strictly or the services offered do not conform to the required
specifications indicated therein. The lowest Bid will be determined from among those
Bids which are in full conformity with the required specifications.

26.0 PURCHASE PREFERENCE:


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

f. AWARD OF CONTRACT

27.0 AWARD CRITERIA

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 12 of 56
DGH will award the Contract to the successful Bidder whose bid has been determined to
be substantially responsive and has been determined as the lowest evaluated bid,
provided further that the Bidder is determined to be qualified to perform the Contract
satisfactorily.

28.0 DGH’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS.

28.1 DGH reserves the right to reject, accept or prefer any bid and to annul the bidding
process and reject all bids at any time prior to award of contract, without thereby
incurring any liability to the affected Bidder or Bidders or any obligation to inform the
affected Bidder or Bidders of the ground for DGH's action. The DGH also reserves to
itself the right to accept any bid in part or split the order between two or more bidders.

29.0 NOTIFICATION OF AWARD (NOA)


29.1 Prior to the expiration of the period of bid validity, DGH will notify the successful
bidder in writing that its bid has been accepted.

29.2 The notification of award will constitute the formation of the contract.

29.3 Upon the successful bidder's furnishing performance security, pursuant to clause
30, the Purchaser will promptly notify each unsuccessful bidder and discharge their bid
securities.

30.0 PERFORMANCE SECURITY:


30.1 Successful bidder shall submit the performance security, 7.5% of Total Annualized
average contract value with validity 02 months beyond beyond the date stipulated for
completion of the contract, within 21 days of placement of Letter of Award (LoA)/
Notification of Award (NoA). The successful bidder shall furnish to DGH the Performance
Security for an amount specified above or the amount mentioned in Letter of Award,
issued by DGH to Contractor awarding the contract, as per Appendix–6 in the form of
Bank Guarantee (BG) from any Nationalised / Scheduled Bank in India. Bank
Guarantees issued by Banks should be on non-judicial stamp paper of requisite value, as
per Indian Stamp Act, purchased in the name of the Banker.

30.2 The performance security specified above must be valid as per time period
mentioned above at 30.1, to cover the performance and obligations indicated under
General Terms & Conditions/contract. The same will be discharged by DGH not later
than 30 days following its expiry. In the event of any extension of the Contract period,
Bank Guarantee should be extended by Contractor by the period equivalent to the
extended period.

30.3 The performance security shall be payable to DGH as compensation for any loss
resulting from Contractor’s failure to fulfil its obligations under the Contract.

30.4 The Performance Security will not accrue any interest during its period of validity
or extended validity.

31.0 SIGNING OF CONTRACT:


At the same time as Purchaser notifies the successful Bidder that its bid has been
accepted, the Purchaser will send the Bidder the contract/supply order in duplicate. The
contract against this tender will be governed in accordance with the General Terms &
Conditions of Contract at Annexure-II. The successful Bidder will return one copy of the
supply order/contract duly signed on each page as token of confirmation/acceptance.

*******************

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 13 of 56
Appendix-1

BID SUBMISSION PERFORMA

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Bidder's Telegraphic Address:


______________________ Telephone No :
________________________ FAX NO :

Directorate General of Hydrocarbons .


OIDB Bhawan, Tower A, Plot No. 2, Sector – 73, Noida -201 301.

Dear Sirs,

1. I/We hereby offer to supply the services detailed in schedule hereto or such
portion thereof as you specify in the Acceptance of Tender at the price given in the
said schedule and agree to hold this offer open for the period as per the
Forwarding letter or till 90 days from the date of closing of bid.

2. I/We hereby confirm that the quoted prices will remain firm for the entire contract
duration.

3. I/We have understood and complied with the "Instructions to Bidders" at


Annexure-I, "Bid Evaluation Criteria" at Annexure-III, and accepted the "General
Terms and Conditions" at Annexure-II for providing services/work/job, and have
thoroughly examined and complied with the Scope of Supply/Schedule of Rates etc at
Annexure-IV/V, hereto and am/are fully aware of the nature of the service/work/job
required and my/our offer is to provide services strictly in accordance with the
requirements.

Yours faithfully,

Signature of
the Bidder

_______________________

Name__________________
______________________

Seal of the Company


______________________
Dated

Signature of witness

Address

Note: This form should be returned along with offer duly signed.

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 14 of 56
Appendix - 2

AUTHORISATION LETTER FOR ATTENDING TENDER OPENING

No. Date............................................

To,
The
Directorate General of Hydrocarbons.
OIDB Bhawan, Tower A, Plot No. 2, Sector – 73, Noida -201 301,India.

Subject: Tender No. MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 due on-----------

Sir,

Mr................................ has been authorised to be present at the time of opening of


above tender due on................ at ....................., on my/our behalf.

Yours faithfully

Signature of Bidder

Copy to: Mr. ........................………………………for information and for production


before the HoD (MM) at the time of opening of bids.

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 15 of 56
Appendix 3

PROFORMA CERTIFICATE ON RELATIVES


OF DIRECTOR OF DGH

This has reference to our proposed contract regarding


....................................................... to be entered into with Directorate General of
Hydrocarbons (DGH).

We certify that to the best of my/our knowledge:

(i) I am not a relative of any DG / Director of DGH;

(ii) We are not a firm in which a DG / Director of DGH or his relative is a partner;

(iii) I am not a partner in a firm in which a DG / Director of DGH or his relative is a


partner;

(iv) We are not a private company in which a DG / Director of DGH is a Member or


Director;

(v) We are not a company in which DG / Directors of DGH hold more than 2 % of the
paid-up share capital of our company or vice-versa.

Authorised Signatory of
The Contracting Party

Place...

Date...

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 16 of 56
Appendix- 4

PROFORMA FOR CHANGES/ MODIFICATIONS SOUGHT BY BIDDERS TO THE


BIDDING CONDITIONS

DGH expects the bidders to fully accept the terms and conditions of the bidding
documents. However, changes/ modifications to the terms and conditions of bidding
documents, if any proposed, can be communicated in the following proforma, in case
pre-bid is not held. This can be used even in cases where pre-bid is held, to inform
about the proposals in advance to the pre-bid date.

Clause No. of Full Changes/ modifications REMARKS


Bidding compliance/ proposed by the
Document not agreed Bidders

Note: If left blank, it will be construed that bidder has not taken any exceptions/
deviations to the terms and conditions of the bid document.

Signature of the Bidder

….............…………....................

Name..........................………….

Seal of the Company

………………………………………

Note: - Bids maintaining or taking exceptions/deviations beyond the bid closing date
shall be rejected straightaway.

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 17 of 56
Appendix-5

Proforma of Bank Guarantee towards Bid Security


BID BOND

Ref. No.................... Bank Guarantee No………..........


Dated ..………………..................
To,
Directorate General of Hydrocarbons
OIDB Bhawan, Tower A, Plot No. 2, Sector – 73, Noida -201 301, India.

Dear Sirs,

1. Whereas Directorate General of Hydrocarbons, having its office at OIDB Bhawan,


Tower A, Plot No. 2, Sector – 73, Noida -201 301, India. (hereinafter called ‘DGH’
which expression unless repugnant to the context or meaning thereof shall mean
and include all its successors, administrators, executors and assignees) has floated
a Tender No. ________________ and M/s ____________________________ having
Head/Registered office at _______________________________ (hereinafter called the
'Bidder' which expression unless repugnant to the context or meaning thereof shall
mean and include all its successors, administrators, executors and permitted
assignees) have submitted a bid Reference No........................ and Bidder
having agreed to furnish as a condition precedent for participation in the said
tender an unconditional and irrevocable Bank Guarantee of Indian Rupees (in
figures)___________________ (Indian Rupees (in words)_________________ only) for the due
performance of Bidder's obligations as contained in the terms of the Notice Inviting
Tender (NIT) and other terms and conditions contained in the Bidding documents
supplied by DGH which amount is liable to be forfeited on the happening of any
contingencies mentioned in said documents.

2. We (name of the bank)_________________ registered under the laws


of_____________ having its head/registered office at _________ (hereinafter referred to as
"the Bank" which expression, unless repugnant to the context or meaning thereof, shall
mean and include all its successors, administrators, executors and permitted
assignees) do hereby guarantee and undertake to pay immediately on the first
demand by DGH, the amount of Indian Rs. (in figures) __________________ (Indian
Rupees (in words) _______________ only) in aggregate at any time without any demur and
recourse, and without DGH having to substantiate the demand. Any such demand
made by DGH shall be conclusive and binding on the Bank irrespective of any dispute
or difference raised by the Bidder.
3. The Bank confirms that this guarantee has been issued with observance of
appropriate laws of the country of issue.
4. The Bank also agree that this guarantee shall be irrevocable and governed and
construed in accordance with Indian Laws and subject to exclusive jurisdiction of
Indian Courts of the place from where the Bank Guarantee has been issued..

5. This guarantee shall be irrevocable and shall remain in force up to


________________ which includes forty-five days after the period of bid validity and any
demand in respect thereof should reach the Bank not later than the aforesaid date.

6. Notwithstanding anything contained hereinabove, our liability under this


Guarantee is limited to Indian Rs (in figures) _________________ (Indian Rupees (in
words) ________________ only) and our guarantee shall remain in force until
(indicate the date of expiry of bank guarantee) _________.

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 18 of 56
Any claim under this Guarantee must be received by us before the expiry of this
Bank Guarantee. If no such claim has been received by us by the said date, the rights of
DGH under this Guarantee will cease. However, if such a claim has been received by us
by the said date, all the rights of DGH under this Guarantee shall be valid and shall not
cease until we have satisfied that claim. In witness whereof, the Bank, through its
authorized officer, has set its hand and stamp on this ........ day of ........... at
.....................

WITNESS NO. 1
--------------------- -----------------
(Signature) (Signature)
Full name and official Full name, designation and
address (in legible letters) official address (in legible
letters) with Bank stamp.

Attorney as per Power of


Attorney No........….……..
Dated …………………….
WITNESS NO. 2
______________________
(Signature)
Full name and official
address (in legible letters)

Notes: The expiry date as mentioned in clause 5 & 6 should be arrived at by adding 45
days to the date of expiry of the bid validity unless otherwise specified in the bidding
documents.

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 19 of 56
Appendix-6

Proforma of Bank Guarantee towards Performance Security.

PERFORMANCE GUARANTEE

Ref. No. Bank Guarantee No. Dated.

To,
Directorate General of Hydrocarbons,
OIDB Bhawan, Tower A, Plot No. 2, Sector – 73, Noida -201 301.

Dear Sirs,

1.1 In consideration of Directorate General of Hydrocarbons, having its Office at OIDB


Bhawan, Tower A, Plot No. 2, Sector – 73, Noida -201 301, India, (hereinafter referred to
as `DGH', which expression shall, unless repugnant to the context or meaning thereof,
include all its successors, administrators, executors and assignees) having entered into a
CONTRACT No. __________________ dated _______________ (hereinafter called 'the
CONTRACT' which expression shall include all the amendments thereto) with M/s
__________________________ having its registered/head office at
______________________(hereinafter referred to as the 'CONTRACTOR') which expression
shall, unless repugnant to the context or meaning thereof include all its successors,
administrators, executors and assignees) and DGH having agreed that the
CONTRACTOR shall furnish to DGH a performance guarantee for Indian Rupees ..............
for the faithful performance of the entire CONTRACT.

1.2 We (name of the bank) ______________________________ registered under the laws of


_______ having head/registered office at __________________________ (hereinafter referred
to as "the Bank", which expression shall, unless repugnant to the context or meaning
thereof, include all its successors, administrators, executors and permitted assignees)
do hereby guarantee and undertake to pay immediately on first demand in writing any
/all moneys to the extent of Indian Rs (in figures) __________ (Indian Rupees (in
words)_____________________________) without any demur, reservation, contest or
protest and/or without any reference to the CONTRACTOR. Any such demand made by
DGH on the Bank by serving a written notice shall be conclusive and binding, without any
proof, on the bank as regards the amount due and payable, notwithstanding any
dispute(s) pending before any Court, Tribunal, Arbitrator or any other authority and/or
any other matter or thing whatsoever, as liability under these presents being absolute and
unequivocal. We agree that the guarantee herein contained shall be irrevocable and shall
continue to be enforceable until it is discharged by DGH in writing. This guarantee shall
not be determined, discharged or affected by the liquidation, winding up, dissolution or
insolvency of the CONTRACTOR and shall remain valid, binding and operative against the
bank.

1.3 The Bank also agrees that DGH at its option shall be entitled to enforce this
Guarantee against the Bank as a principal debtor, in the first instance, without
proceeding against the CONTRACTOR and notwithstanding any security or other
guarantee that DGH may have in relation to the CONTRACTOR’s liabilities.

1.4 The Bank further agrees that DGH shall have the fullest liberty without our
consent and without affecting in any manner our obligations hereunder to vary any of the
terms and conditions of the said CONTRACT or to extend time of performance by the said
CONTRACTOR(s) from time to time or to postpone for any time or from time to time
exercise of any of the powers vested in DGH against the said CONTRACTOR(s) and to
forbear or enforce any of the terms and conditions relating to the said agreement and we

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 20 of 56
shall not be relieved from our liability by reason of any such variation, or extension
being granted to the said CONTRACTOR(s) or for any forbearance, act or omission on the
part of DGH or any indulgence by DGH to the said CONTRACTOR(s) or any such matter
or thing whatsoever which under the law relating to sureties would, but for this provision,
have effect of so relieving us.

1.5 The Bank further agrees that the Guarantee herein contained shall remain in full
force during the period that is taken for the performance of the CONTRACT and all dues
of DGH under or by virtue of this CONTRACT have been fully paid and its claim satisfied
or discharged or till DGH discharges this guarantee in writing, whichever is earlier.

1.6 This Guarantee shall not be discharged by any change in our constitution, in the
constitution of DGH or that of the CONTRACTOR.

1.7 The Bank confirms that this guarantee has been issued with observance of
appropriate laws of the country of issue.

1.8 The Bank also agrees that this guarantee shall be governed and construed in
accordance with Indian Laws and subject to the exclusive jurisdiction of Indian Courts of
the place from where the Bank Guarantee has been issued.

1.9 Notwithstanding anything contained herein above, our liability under this
Guarantee is limited to Indian Rs. (in figures) ______________ (Indian Rupees (in words)
____________________) and our guarantee shall remain in force until
______________________.(indicate the date of expiry of bank guarantee).

Any claim under this Guarantee must be received by us before the expiry of this Bank
Guarantee. If no such claim has been received by us by the said date, the rights of DGH
under this Guarantee will cease. However, if such a claim has been received by us within
the said date, all the rights of DGH under this Guarantee shall be valid and shall not
cease until we have satisfied that claim.

In witness whereof, the Bank through its authorised officer has set its hand and stamp on
this ........ day of ........20__ at .....................

WITNESS NO. 1
-------------------------- -----------------------
(Signature) (Signature)
Full name and official Full name, designation and
address (in legible letters) address (in legible letters)
with Bank stamp

Attorney as per power of


Attorney No.............
Dated ....................
WITNESS NO. 2

--------------------------
(Signature)
Full name and official
address (in legible letters)

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 21 of 56
Appendix –7

Undertakings / Declaration (To be submitted at Company’s letter head)

Tender No. MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 for “Contractual


Services for DGH Office”.

1. GST Tax Registration (strike off whichever is not applicable)

We have submitted a copy of valid GST registration certificate under Goods and
Service tax rules.

OR

We undertake to submit copy of requisite Goods and Service tax registration


certificate along with the first invoice under the contract.

2. We declare that neither we, the bidders, nor any of our allied concerns, partners
or associates or directors or proprietors involved in any capacity with this tender,
are currently serving any banning orders issued by DGH debarring them from
carrying on business dealings with DGH.

3. We hereby undertake that all the documents/ certificates / information


submitted by them against the tender are genuine.

Signature of the Bidder

….............…………....................

Name..........................………….

Seal of the Company

………………………………………

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 22 of 56
Appendix -8
PRE CONTRACT INTEGRITY PACT
1.0 General:
This pre-bid pre-contract Agreement (hereinafter called the Integrity Pact) is made on ___
day of the month of ____ 2019, between, on one hand, through Shri. ... ... ... ...... , Head
of Department (Materials Management/____) Directorate General of Hydrocarbons
(hereinafter called the "BUYER", which expression shall mean and include, unless the
context otherwise requires, his successors in office and assigns) of the First Part and
M/s________________________________ represented by Shri ____________________
,Designation of person Chief Executive Officer (hereinafter called the "BIDDER/Seller"
which expression shall mean and include, unless the context otherwise requires, his
successors and permitted assigns) of the Second Part.

WHEREAS the BUYER proposes to procure (Name of the Stores/Equipment/Item) and


the BIDDER/Seller is willing to offer/has offered the stores and

WHEREAS the BIDDER is a private company/public company/Government


undertaking/partnership/registered export agency, constituted in accordance with the
relevant law in the matter and the BUYER is a Ministry/Department of the Government
of India/PSU performing its functions on behalf of the President of India.

NOW, THEREFORE,

To avoid all forms of corruption by following a system that is fair, transparent and free
from any influence/prejudiced dealings prior to, during and subsequent to the currency
of the contract to be entered into with a view to :-

Enabling the BUYER to obtain the desired said stores/equipment at a competitive price
in conformity with the defined specifications by avoiding the high cost and the
distortionary impact of corruption on public procurement, and

Enabling BIDDERs to abstain from bribing or indulging in any corrupt practice in order
to secure the contract by providing assurance to them that their competitors will also
abstain from bribing and other corrupt practices and the BUYER will commit to prevent
corruption, in any form, by its officials by following transparent procedures.

The parties hereto hereby agree to enter into, this Integrity Pact and agree as follows:

2.0 Commitments of the BUYER:

2.1 The BUYER undertakes that no official of the BUYER, connected directly or indirectly
with the contract, will demand, take a promise for or accept, directly or through
intermediaries, any bribe, consideration, gift, reward, favour or any material or
immaterial benefit or any other advantage from the BIDDER, either for themselves or
for any person, organization or third party related to the contract in exchange for an
advantage in the bidding process, bid evaluation, contracting or implementation
process related to the contract.

2.2 The BUYER will, during the pre-contract stage, treat all BIDDERs alike, and will
provide to all BIDDERs the same information and will not provide any such
information to any particular BIDDER which could afford an advantage to that
particular BIDDER in comparison to other BIDDERs.

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 23 of 56
2.3 All the officials of the BUYER will report to the appropriate Government office any
attempted or completed breaches of the above commitments as well as any
substantial suspicion of such a breach.

2.4 In case any such preceding misconduct on the part of such official(s) is reported by
the BIDDER to the BUYER with full and verifiable facts and the same is prima facie
found to be correct by the BUYER, necessary disciplinary proceedings, or any other
action as deemed fit, including criminal proceedings may be initiated by the BUYER
and such a person shall be debarred from further dealings related to the contract
process. In such a case while an enquiry is being conducted by the BUYER the
proceedings under the contract would not be stalled.

3.0 Commitments of BIDDERs


The BIDDER commits itself to take all measures necessary to prevent corrupt practices,
unfair means and illegal activities during any stage of its bid or during any pre-contract
or post-contract stage in order to secure the contract or in furtherance to secure it and
in particular commit itself to the following: -

3.1 The BIDDER will not offer, directly or through intermediaries, any bribe, gift,
consideration, reward, favour, any material or immaterial benefit or other advantage,
commission, fees, brokerage or inducement to any official of the BUYER, connected
directly or indirectly with the bidding process, or to any person, organisation or third
party related to the contract in exchange for any advantage in the bidding, evaluation,
contracting and implementation of the contract.

3.2 The BIDDER further undertakes that it has not given, offered or promised to give,
directly or indirectly any bribe, gift, consideration, reward, favour, any material or
immaterial benefit or other advantage, commission, fees, brokerage or inducement to any
official of the BUYER or otherwise in procuring the Contract or forbearing to do or having
done any act in relation to the obtaining or execution of the contract or any other
contract with the Government for showing or forbearing to show favour or dis favour to
any person in relation to the contract or any other contract with, the Government.

3.3* BIDDERs shall disclose the name and address of agents and representatives and
Indian BIDDERs shall disclose their foreign principals or associates.

3.4* BIDDERs shall disclose the payments to be made by them to agents/brokers or any
other intermediary, in connection with this bid/contract.

3.5* The BIDDER further confirms and declares to the BUYER that the BIDDER is the
original manufacturer/integrator/authorised government sponsored export entity of the
stores and has not engaged any individual or firm or company whether Indian or foreign
to intercede, facilitate or in any way to recommend to the BUYER or any of its
functionaries, whether officially or unofficially to the award of the contract to the
BIDDER, nor has any amount been paid, promised or intended to be paid to any such
individual, firm or company in respect of any such intercession, facilitation or
recommendation.

3.6 The BIDDER, either while presenting the bid or during pre-contract negotiations or
before signing the contract, shall disclose any payments he has made, is committed to or
intends to make to officials of the BUYER or their family members, agents, brokers or
any other intermediaries in connection with the contract and the details of services
agreed upon for such payments.

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 24 of 56
3.7 The BIDDER will not collude with other parties interested in the contract to impair
the transparency, fairness and progress of the bidding process, bid evaluation,
contracting and implementation of the contract.

3.8 The BIDDER will not accept any advantage in exchange for any corrupt practice,
unfair means and illegal activities.

3.9 The BIDDER shall not use improperly, for purposes of competition or personal gain,
or pass on to others, any information · provided by the BUYER as part of the business
relationship, regarding plans, technical proposals and business details, including
information contained in any electronic data carrier. The BIDDER also undertakes to
exercise due and adequate care lest any such information is divulged.

3.10 The BIDDER commits to refrain from giving any complaint directly or through any
other manner without supporting it with full and verifiable facts.

3.11 The BIDDER shall not instigate or cause to instigate any third person to
commit any of the actions mentioned above.

3.12 If the BIDDER or any employee of the BIDDER or any person acting on behalf of the
BIDDER, either directly or indirectly, is a relative of any of the officers of the BUYER, or
alternatively, if any relative of an officer of the BUYER has financial interest/stake in the
BIDDER's firm, the same shall be disclosed by the BIDDER at the time of filing of tender.

The term 'relative' for this purpose would be as defined in Section 6 of the Companies Act
1956.

3.13 The BIDDER shall not lend to or borrow any money from or enter into any monetary
dealings or transactions, directly or indirectly, with any employee of the BUYER.

4. Previous Transgression

4.1 The BIDDER declares that no previous transgression occurred in the last three years
immediately before signing of this Integrity Pact, with any other company in any country
in respect of any corrupt practices envisaged hereunder or with any Public Sector
Enterprise in India or any Government Department in India that could justify BIDDER's
exclusion from the tender process.

4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can
be disqualified from the tender process or the contract, if already awarded, can be
terminated for such reason.

5. Earnest Money (Security Deposit)

5.1 While submitting commercial bid, the BIDDER shall deposit an amount ___ (to be
specified in RFP) as Earnest Money/Security Deposit, with the BUYER through any of
the following instruments:

(i) Bank Draft or a Pay Order in favour of ________________

(ii) A confirmed guarantee by an Indian Nationalised Bank, promising payment of


the guaranteed sum to the BUYER on demand within three working days
without any demur whatsoever and without seeking any reasons whatsoever.
The demand for payment by the BUYER shall be treated as conclusive proof of
payment.

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 25 of 56
(iii) Any other mode or through any other instrument (to be specified in the RFP).

5.2 The Earnest Money/Security Deposit shall be valid upto a period of five years or the
complete conclusion of the contractual obligations to the complete satisfaction of both
the BIDDER and the BUYER, including warranty period, whichever is later.

5.3 In case of the successful BIDDER as per clause incorporated in the Article pertaining
to Performance Bond in the Purchase Contract that the provisions of Sanctions for
Violation shall be applicable for forfeiture of Performance Bond in case of a decision by
the BUYER to forfeit the same without assigning any reason for imposing sanction for
violation of this Pact.

5.4 No interest shall be payable by the BUYER to the BIDDER on Earnest


Money/Security Deposit for the period of its currency.

6. Sanctions for Violations

6.1 Any breach of the aforesaid provisions by the BIDDER or anyone employed by it or
acting on its behalf (whether with or without the knowledge of the BIDDER) shall entitle
the BUYER to take all or any one of the following actions, wherever required: -

(i) To immediately call off the pre contract negotiations without assigning any reason or
giving any compensation to the BIDDER. However, the proceedings with the other
BIDDER(s) would continue.

(ii) The Earnest Money Deposit (in pre-contract stage) and/or Security
Deposit/Performance Bond (after the contract is signed) shall stand forfeited either fully
or partially, as decided by the BUYER and the BUYER shall not be required to assign any
reason therefore.

(iii) To immediately cancel the contract, if already signed, without giving any
compensation to the BIDDER.

(iv) To recover all sums already paid by the BUYER, and in case of an Indian BIDDER
with interest thereon at 2% higher than the prevailing Prime Lending Rate of State Bank
of India, while in case of a BIDDER from a country other than India with interest thereon
at 2%. higher than the LIBOR. If any outstanding payment is due to the BIDDER from
the BUYER in connection with any other contract for any other stores, such outstanding
payment could also be utilised to recover the aforesaid sum and interest.

(v) To encash the advance bank guarantee and performance bond/warranty bond, if
furnished by the BIDDER, in order to recover the payments, already made by the
BUYER, along with interest.

(vi) To cancel all or any other Contracts with the BIDDER. The BIDDER shall· be liable to
pay compensation for any loss 'or damage to the BUYER resulting from such
cancellation/rescission and the BUYER shall be entitled to deduct the amount so
payable from the money(s) due to the BIDDER.

(vii) To debar the BIDDER from participating in future bidding processes of the
Government of India for a minimum period of five years, which may be further extended
at the discretion of the BUYER.
(viii) To recover all sums paid in violation of this Pact by BIDDER(s) to any middleman or
agent or broker with a view to securing the contract.

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 26 of 56
(ix) In cases where irrevocable Letters of Credit have been received in respect of any
contract signed by the BUYER with the BIDDER, the same shall not be opened.

(x) Forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the same
without assigning any reason for imposing sanction for violation of this Pact.

6.2 The BUYER will be entitled to take all or any of the actions mentioned at para 6.1 (i)
to (x) of this Pact also on the Commission by the BIDDER or anyone employed by it or
acting on its behalf (whether with or without the knowledge of the BIDDER), of an offence
as defined in Chapter IX of the Indian Penal code, 1860 or Prevention of Corruption Act,
1988 or any other statute enacted for prevention of corruption.

6.3 The decision of the BUYER to the effect that a breach of the provisions of this Pact
has been committed by the BIDDER shall be final and conclusive on the BIDDER.
However, the BIDDER can approach the Independent Monitor(s) appointed for the
purposes of this Pact.

7. Fall Clause

7.1 The BIDDER undertakes that it has not supplied/is not supplying similar
product/service/systems or subsystems at a price lower than that offered in the present
bid in respect of any other Ministry/Department of the Government of India or PSU and
if it is found at any stage that similar product/service/systems or sub systems was
supplied by the BIDDER to any other Ministry/Department of the Government of India
or a PSU at a lower price, then that very price, with due allowance for elapsed time, will
be applicable to the present case and the difference in the cost would be refunded by the
BIDDER to the BUYER, if the contract has already been concluded.

8. Independent Monitor/s

8.1 The BUYER has appointed Independent Monitor/s (hereinafter referred to as


Monitors) for this Pact in consultation with the Central Vigilance Commission (Names
and Addresses of the Monitors to be mentioned).

8.2 The task of the Monitors shall be to review independently and objectively, whether
and to what extent the parties comply with the obligations under this Pact.

8.3 The Monitors shall not be subject to instructions by the representatives of the parties
and perform their functions neutrally and independently.

8.4 Both the parties accept that the Monitors have the right to access all the documents
relating to the project procurement, including minutes of meetings.

8.5 As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he
will so inform the Authority designated by the BUYER.

8.6 The BIDDER(s) accepts that the Monitor has the right to access without restriction to
all Project documentation of the BUYER including that provided by the BIDDER. The
BIDDER will also grant the Monitor, upon his request and demonstration of a valid
interest, unrestricted and unconditional access to his project documentation. The same
is applicable to Subcontractors. The Monitor shall be under contractual obligation to
treat the information and documents of the BIDDERI Subcontractor(s) with
confidentiality.

8.7 The BUYER will provide to the Monitor sufficient information about all

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 27 of 56
meetings among the parties related to the Project provided such meetings could have an
impact on the contractual relations between the parties. The parties will offer to the
Monitor the option to participate in such meetings.

8.8 The Monitor will submit a written report to the designated Authority of
BUYER/Secretary in the Department/ within 8 to 10 weeks from the date of reference or
intimation to him by the BUYER / BIDDER and, should the occasion arise, submit
proposals for correcting problematic situations.

9. Facilitation of Investigation

In case of any allegation of violation of any provisions of this Pact or payment of


commission, the BUYER or its agencies shall be entitled to examine all the documents
including the Books of Accounts of the BIDDER and the BIDDER shall provide necessary
information and documents in English and shall extend all possible help for the purpose
of such examination.

10. Law and Place of Jurisdiction

This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat
of the BUYER.

11. Other Legal Actions

The actions stipulated in this Integrity Pact are without prejudice to any other legal
action that may follow in accordance with the provisions of the extant law in force
relating to any civil or criminal proceedings.

12. Validity
12.1 The validity of this Integrity Pact shall be from date of its signing and extend upto 5
years or the complete execution of the contract to the satisfaction of both the BUYER and
the BIDDER/Seller, including warranty period, whichever is later. In case BIDDER is
unsuccessful, this Integrity Pact shall expire after six months from the date of the
signing of the contract.

12.2 Should one or several provisions of this Pact turn out to be invalid; the remainder of
this Pact shall remain valid. In this case, the parties will strive to come to an agreement
to their original intentions.

13. The parties hereby sign this Integrity Pact, at ____________ on ______________

BUYER BIDDER

Name of the Officer. CHIEF EXECUTIVE OFFICER

Designation

Directorate General of Hydrocarbons.

Witness Witness
1. _____________ 1. ____________

2. _____________ _ 2. ______________

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 28 of 56
Appendix -9
LIST OF THE DOCUMENTS TO BE UPLOADED/SUBMITTED ALONG WITH
TECHNICAL-COMMERCIAL BID

A. List of Documents to be uploaded in Techno-commercial electronic envelope:


The tenderer shall upload the following digitally signed documents along with techno-
commercial bid. Any bid not accompanying the below mentioned documents shall be
liable for rejection:

1. DD/Bid bond as EMD in the prescribed format as mentioned in the bid document.

2. Duly signed and scanned copy of Experience Certificate and other required documents in
described at clause no. B.1 (Technical Rejection Criteria), B.2 and C at Annexure-III of
tender document.

3. Duly signed and scanned copy of PAN Card/TAN.

4. Duly signed and scanned copy of registration of firm in case of registered firm /
company/proprietorship, partnership deed in cases of partnership firm.

5. Duly filled, signed and scanned copy of required Appendices (Appendix-1, 2, 3, 4, 7, 8) at


Annexure-I and Appendix-10, 11, BEC matrix i.e Appendix-12 at Annexure-III.

6. 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 DGH 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.

7. Self-attested copy of GST registration certificate or undertaking as per Appendix-8 of


Annexure-I.

8. 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
are genuine.

9. Declaration on the company’s letter head and duly signed by the signatory of the bid 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 DGH debarring them from carrying on business dealings with DGH.

10. Integrity Pact along with the bid, duly signed by the same signatory who signs the bids.

B. List of Documents to be submitted offline in original:


DD/Bid Bond for EMD (Sr. No. 1 above) and Power of attorney (Sr. No. 6 above) are also
to be submitted offline in original before tender closing date and time.

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 29 of 56
ANNEXURE-II
GENERAL TERMS AND CONDITIONS OF CONTRACT

1.0 DEFINITIONS

1.1 In the Contract, the following terms shall be interpreted as indicated:

(a) The “Contract” means the agreement entered into between DGH and the
Contractor, as recorded in the Contract Form signed by the parties, includes all
attachments, appendices thereto as also all documents incorporated by reference
therein;

(b) The “Contract Price” means the price payable to contractor under the contract in
consideration for the full and proper performance of its contractual obligations.

(c) The “Work” means each and every activity required to be carried out for the
successful performance of the service described in the Scope of work at Annexure
III.

(d) “DGH” means the Directorate General of Hydrocarbons and its executors,
successors, administrators and assignees.

(e) “Contractor” means the individual or firm or company or consortium or joint


venture of companies performing the work under this contract.

(f) “Contractor’s personnel” mean the personnel to be provided by the contractor to


provide services in terms of this contract.

(g) “DGH Personnel” mean the personnel to be provided by the DGH.

2.0 EFFECTIVE DATE AND DURATION OF CONTRACT

2.1 The contract shall become effective from date mentioned in LOA.
2.2 The total duration of the Contract is firm 3 Years.
2.3 The terms and conditions shall continue during the currency of the contract.

3.0 SCOPE OF WORK

3.1 The scope of work is for providing Contractual Services at DGH Office, list is given
at Annexure-IV attached herein.

4.0 LIABILITY

4.1 Except as otherwise expressly provided, neither the DGH nor its servants, agents,
nominees, contractors or sub-contractors, shall have any liability or responsibility
whatsoever to whomsoever (including the owner) for any loss or damage caused to
the equipment and / or loss or damage to the property of contractor and / or its
contractors or sub-contractors, irrespective of how such loss is caused. The
contractor shall protect, defend indemnify and hold harmless DGH from and
against such loss or damage and any suit, claim or expense resulting there from.

4.2 Neither the DGH nor its servants, agents, nominees, assignees, contractors and
sub-contractors, shall have any liability or responsibility what-so-ever for injury,
illness, or death of any employee of contractor and/or of its contractors or sub-
MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 30 of 56
contractors irrespective of how such injury, illness or death is caused. Contractor
shall protect, defend and hold harmless the DGH from and against such loss or
damage and any suit claim or expense resulting there-from.

5.0 SECRECY OF CONTRACT DOCUMENT

5.1 The successful bidder shall not, without the prior written consent of the DGH,
disclose the contents of the Tender, or any provision thereof or any specification,
data, maps, or other information furnished by or on behalf of DGH in connection
therewith to any person or third party other than a person employed by the
Bidder. Disclosure to any such employed person shall be made in confidence and
shall extend only so far as may be necessary.

5.2 Contractor shall not without DGH’s prior written consent make use of contract
document or any information enumerated above except for bid preparation and
contract execution.

6.0 PERFORMANCE BANK GUARANTEE

6.1 Within 21 days of the date of issue of LOI, the contractor shall furnish a
Performance Bond to DGH in the form of a bank guarantee drawn on
bank/branch in India for 7.5% of annualized average contract value as per the
format provided in Appendix-6. The proceeds of the Performance Bank Bond shall
be payable to DGH as compensation for Contractor’s failure to perform and
complete its obligations under the contract.

6.2 In the event the contractor fails to honor any of the commitments entered into
under the contract and / or in respect of any amount due from the contractor to
the DGH, the DGH shall have the right to invoke the Performance Bank Guarantee
and claim the amount from the Bank.

6.3 The Performance Bank Guarantee shall be valid till the completion of 60 days after
the initial duration of the contract with the provision for extension by an
additional month in order to enable the DGH to make claims if any.

6.4 The Performance Bond will be duly discharged by the DGH after successful
completion of Contractor’s obligations under the contract, including completion of
any/ all obligations under the contract to the satisfaction of the DGH and/or
person/agency appointed by it for the said purpose.

7.0 FORCE MAJEURE

7.1 The term “Force Majeure” as employed herein shall mean an event beyond the
control of the DGH and/or the Contractor and not occurring due to the fault or
negligence of any of the parties hereto and such acts include acts of nature,
tempest, war, civil war, riot, flood, fire and Acts and Regulations of respective
governments of the two parties i.e., DGH and the Contractor. Force Majeure does
not include the financial condition of the Contractor or the DGH, nor does it arise
from the failure of one or both parties to meet their obligations under the
Contract.

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 31 of 56
7.2 Neither party shall be held responsible for any loss or damage or delay in or
failure of performance of the Contract consequent to this tender to the extent that
such loss or damage or such delay or failure of performance is caused due to
Force Majeure.

7.3 In the event of either party not being able to perform any obligation required to be
performed by them under the contract due to force majeure, the corresponding
obligation of the party affected due to such non-performance shall, upon
notification in writing to the other party, be suspended for the period during which
such cause lasts.

7.4 Upon the occurrence of such cause, the party alleging that it has been disabled
from discharging its duty as aforesaid shall notify the other party in writing within
72 hours of the beginning, estimated duration thereof of the force majeure
condition first occurring giving the full particulars supporting of its claim. The
party affected shall promptly notify the other party as soon as the force majeure
event has been removed and no longer prevents it from complying with the
obligations which have been suspended and shall thereafter resume compliance
with such obligations as soon as possible.

7.5 Time for performance of the relative obligation suspended by Force Majeure shall
then stand extended by the period for which such cause lasts.

7.6 If a Force Majeure situation arises, the Contractor shall notify the DGH of such
condition and the cause thereof. The Contractor shall continue to perform his
obligations under the Contract as far as reasonably practicable, and shall seek all
reasonable alternative means for performance.

7.7 Either party will have the right to terminate the Contract with a prior written
notice of 15 days if such Force Majeure conditions continue beyond 30 days. No
payments or Standby charges are payable to the Contractor for the duration of
Force Majeure conditions.

8.0 TERMINATION

8.1 Termination on expiry of the terms (Duration):

The contract shall be deemed to have been automatically terminated on expiry of


duration of contract or extension, if any, thereof.

8.2 Termination on account of Force Majeure conditions prevailing:

Either party shall have the right to terminate the contract on account of Force
Majeure under clause 7.7 hereinabove.

8.3 Termination on account of Insolvency:

In the event that the CONTRACTOR at any time during the term of the contract
becomes insolvent or makes a voluntary assignment of its assets for the benefits
of creditors or is adjudged bankrupt, then the DGH shall by a notice in writing
have the right to terminate the contract and all the contractor’s right and
privileges hereunder, shall stand terminated forthwith.

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 32 of 56
8.4 Termination for Unsatisfactory Performance:

If DGH considers that the performance of the contractor is unsatisfactory, or not


up to the expected standards, DGH shall notify the contractor in writing and
specify in details the cause of the dissatisfaction. DGH shall have the option to
terminate the contract by giving 15 days’ notice in writing to the contractor if the
contractor fails to comply with the requisitions contained in the said written notice
issued by DGH.

8.5 Termination due to change of Ownership & Assignment:

In case the contractor’s rights and/or obligations under the contract and / or the
contractors rights title and interest to the equipment / material, are transferred or
assigned without the DGH’s consent, DGH may at its absolute discretion,
terminate the contract.

8.6 Termination due to delay:

Beside others, DGH can terminate the contract if the deployment is not made as
per the period mentioned in LOI.

8.7 Consequences of Termination:

In all cases of termination herein set forth, the obligation of DGH to pay the rates
or any other charges shall be limited to the period up to the date of termination.
Notwithstanding the termination of the contract, the parties shall continue to be
bound by the provisions of the contract that reasonably require some action or
forbearance after such termination.

8.8 If at any time during the term of the contract, breakdown of contractor’s
equipment results in contractor being unable to perform obligations hereunder for
a period of 15 successive days (not including force majeure delay). DGH, at its
option, may terminate this contract without any further right or obligation on the
part of DGH, except for the payment of money then due. No notice shall be served
by DGH under the condition stated above.

8.9 Upon termination of the contract, contractor shall return to DGH all of DGH’s
items, which are at the time in contractor’s possession, at contractor’s cost.

8.10 Notwithstanding any provisions herein to the contrary, the contract may be
terminated at any time by DGH on giving 15 days written notice to the contractor
due to any other reason not covered under the above clauses from 8.1 to 8.9 and
in the event of such termination the DGH shall not be liable to pay any cost or
damages to the contractor except for payment for all services, other charges if
provided for in the contract as per the contract up to termination.

8.11 In the event of termination of contract, DGH will issue notice of termination of the
contract with date or event after which contract will be terminated. The contract
shall then stand terminated and the contractor shall demobilize their personnel
and materials.

9.0 INDEMNIFICATION

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 33 of 56
9.1 The Contractor hereby agrees to indemnify and hold DGH harmless from any loss
or liability, (including all/any attorney’s fees and related legal expenses), arising
out of any claim for damage to Contractor’s property and injuries to or death of
Contractor’s employees and agents, consultants caused by, or incidental to
Contractor’s performance under this Contract, regardless of whether any such
loss, liability, injury or death may be caused by negligence of DGH, its third party
agents or its employees.

9.2 DGH and Contractor agree to indemnify and hold one another harmless from any
loss, expense or liability, including all/any attorney’s fees and related expenses
arising out of any claim presented by third parties for personnel injuries or death,
or property or equipment damage which is attributable to the negligence of DGH
and/or Contractor caused by, or incidental to the performance of each party
under this Contract.

10.0 ARBITRATION

10.1 Except as otherwise provided elsewhere in the contract, if any dispute or


difference arises between the parties hereto or the respective representatives or
assignees at any time in connection with operation, interpretation or out of
CONTRACT or breach thereof shall be decided in accordance with Indian
Arbitration and Conciliation Act, 1996 by an Arbitral Tribunal consisting of three
arbitrators. Each party shall appoint one arbitrator and the Arbitrators so
appointed shall appoint third arbitrator, who shall act as the presiding arbitrator.
10.2 In case a party fails to appoint an arbitrator within 30 days from the receipt of
request to do so by the other party or the two arbitrators so appointed fail to agree
on the appointment of the third arbitrator within 30 days of the appointment of
second Arbitrator, the Chief Justice of Supreme Court/High Court as the case
may be or any other person or institution designated by him within whose
jurisdiction the subject CONTRACT has been made, shall appoint the
arbitrator/presiding arbitrator upon request of any of the parties.
10.3 If any of the arbitrators so appointed dies, resigns, incapacitated or withdraws for
any reasons from the proceedings, it shall be lawful for the concerned
party/arbitrators to appoint another person in his place in the same manner as
aforesaid. Such person shall proceed with the reference from the stage where his
predecessor had left if both the parties agree for the same and otherwise he shall
proceed de-novo.
10.4 It is agreed between the parties that the party invoking arbitration shall specify all
disputes to be referred to arbitration at the time of invocation of arbitration and
not thereafter.
10.5 It is also agreed between the parties that neither party to the arbitration shall be
entitled to the interest on the amount of award.
10.6 The Arbitral tribunal shall give a reasoned award and the same shall be final,
conclusive and binding on the parties.
10.7 The venue of the arbitration shall be New Delhi, India and shall be conducted in
English language. The Courts in Delhi will have the jurisdiction to deal with such
arbitration award if required.
10.8 The fees of the arbitrators shall be borne by the respective parties nominating
them and the fee of the presiding arbitrator, cost and other expenses incidental to
the arbitration proceedings shall be borne equally by the parties. Subject to

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 34 of 56
aforesaid, the provisions of Indian Arbitration and Conciliation Act, 1996 and any
statutory modification or re-enactment in lieu thereof shall apply to the arbitration
proceedings under this clause.

11.0 APPLICABLE LAWS

The contract shall be deemed to be a contract made under, governed by and


construed in accordance with the laws of India. Contractor shall ensure full
compliance of all applicable Indian Laws and statutory regulations at its own cost.

12.0 TAXES AND LEVIES


12.1 Corporate and personnel taxes payable by Contractor in respect of the contract, if
any shall be the liability of Contractor and DGH shall not be held responsible on
this account.
12.2 The quoted price shall include all the applicable taxes and Income Tax, levies,
duties etc. shall be borne by the Contractor, (except GST which will be paid extra
by DGH as applicable).
12.3 Tax on payments made shall be deducted at source by DGH as per the Indian
Income Tax Act and Rules framed there under including subsequent changes, if
any. A proper Tax Deduction Certificate will be issued by DGH within the time
prescribed under the Indian Laws.

13.0 CONFIDENTIALITY OF INFORMATION


All data obtained by Contractor from the DGH during and after completion of its
obligations contained herein are confidential and should not be divulged by the
Contractor or his employees, affiliates and sub-contractors to any third party
other than the DGH’s personnel. This obligation of Contractor shall prevail even
after termination of contract.

14.0 HOLIDAY
DGH may at its sole discretion, put the contractor on Holiday for a particular
period or permanently in case of default or as a result of poor performance, non-
adherence to the contractual obligations and/or delay in execution of the contract
by the party. Also, this action shall disqualify such a defaulter from bidding in
future tendering process. In event such action is initiated by DGH, the same shall
be circulated to all PSUs/ Departments under administrative control of MOP&NG.
15.0 NOTICES
Any notice given by one party to other pursuant to the contract shall be sent by
post, mail or fax and confirmed in writing to the applicable address of the other
party. For the purpose of this contract the addresses of the parties are:

HOD(MM)
Directorate General of Hydrocarbons
OIDB Bhawan; Tower A, Plot No. 2, Sector-73;
NOIDA-201301, UP, Noida
Fax No: +91)-120-2472049

Contractor’s Address
…………………………..
…………………………..
…………………………..
MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 35 of 56
16.0 Integrity Pact (applicable for tenders above ₹50,00,000/-)
The Integrity Pact, duly signed by the authorized official of DGH and contractor,
will form part of this contract/supply order.

The person signing the Integrity Pact shall not approach the Courts while
representing the matters to IEM/s and he/she will await his/their decision in the
matter.

***********************

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 36 of 56
ANNEXURE-III

BID EVALUATION CRITERIA

A. VITAL CRITERIA FOR ACCEPTANCE OF BIDS


Bidders are advised not to take any exception/deviations to the bid document. Still, if
exceptions /deviations are maintained in the bid, such conditional/ non-conforming bids
shall not be considered and shall 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:
i) The bids must conform to the Scope of Services and terms and conditions given in
the Annexure-IV and Annexure-V of bid document. Bids shall be rejected in case
the services offered do not conform to the required parameters stipulated in the
Scope of Supply/ Services, Terms & conditions and Special Conditions of the
contract.
ii) Bidder should submit a duly certified copy from CA that its average annual financial
turnover during the last three years ending 31st March of the previous financial
years (i.e., FY 2015-16, 2016-17 and 2017-18), should be at least Rs. 515 Lakhs
and (b) its net worth is positive (as per latest audited annual accounts).
iii) Bidder should have the current ongoing experience of at least three years from the
date of bid closing date of doing similar kind of services and should submit contract
papers supporting the same.
iv) Experience of having successfully completed similar kind of works during last seven
years ending last day of month previous to the one in which bids are invited should
be either of the following:

(a) Three similar kind of completed contracts not less than the amount equal to Rs.
227 Lakhs.
Or

(b) Two similar kind of completed contracts costing not less than the amount equal
to Rs. 284 Lakhs.
Or

(c) One similar kind of completed contracts costing not less than the amount equal
to Rs. 455 Lakhs.

Similar kind of services includes providing contractual services for office jobs.

To this effect in regard of above clause (iii) and (iv), Bidder should submit copies of
respective contracts/LOI/NOA, along with documentary evidence in respect of
satisfactory execution of each of those contracts/LOI/NOA, in the form of copies of
any of the documents (indicating respective contracts/LOI/NOA 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 evidence that can substantiate the satisfactory execution of each of
the contracts/work cited above.

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 37 of 56
v) The bidder must have registration with Provident Fund and ESI. Copy of valid
registration certificate with provident fund and ESI should be submitted. Contractor
should confirm that it possesses independent PF Code number (Universal Account
Number) allotted by the Regional Provident Commissioner, to extend coverage to his
labour deployed under the contract.
vi) Bidder should have an office in Delhi/NCR. Bidder is required to furnish Present (at
Delhi/NCR) and Permanent address along with proof of addresses.
vii) Documents pertaining to legal constitution of the firm: Bidders are required to
furnish the composition and status of ownership of the firm along with one or more
of the following documentary evidences (which are applicable to the bidder) in
support of the same.
a) In case of Sole Proprietorship Firms: Copies of Telephone/ Electricity/ Mobile
Bill, PAN, latest Income Tax Return indicating therein the name, business and
residential address, E-mail and telephone numbers of the owner and copies of
GST Registration Certificate.
b) In Case of HUF: Copies of Telephone/ Electricity/ Mobile Bill, PAN, latest Income
Tax Return, Family arrangement Indicating there in the name, residential
address, Email and telephone numbers of the owners in general and Karta in
particular and copies of GST Registration Certificate.
c) In case of Partnership Firm: Copies of Telephone/ Electricity/ Mobile Bill, PAN,
latest Income Tax return indicating therein the name, residential address, E-
mail and telephone numbers of the partners (including the Managing Partner),
registered partnership agreement/deed and copies of GST Registration
Certificate.
d) In case of Co-Operative Societies: Copies Telephone/ Electricity/Mobile Bill,
PAN, latest Income Tax Return, indicating therein the name, residential address,
E-mail and telephone numbers of all the Directors or person who are at the helm
of affairs, registration certification from Registrar of Co-Operative Societies and
copies of GST Registration Certificate.
e) In case of Societies registered under the Societies Registration Act. Copies
Telephone/Electricity/Mobile Bill, PAN, latest Income Tax Return, indicating
therein the name, residential address, E-mail and telephone numbers of all the
Directors or person who are at the helm of affairs, registration certification from
Registrar of Co-Operative Societies and copies of GST Registration Certificate.
f) In case of Joint Stock Companies registered under Indian Companies Act:
Copies Telephone/Electricity/Mobile Bill, PAN, latest Income Tax Return,
indicating therein the name, residential address, E-mail and telephone numbers
of all the Directors or person who are at the helm of affairs, Certificate of
Incorporation from the Registrar of Companies, Memorandum and Articles and
copies of GST Registration Certificate.
g) In case of Trusts registered under Trust Act: Copies Telephone/ Electricity/
Mobile Bill, PAN, latest Income Tax Return, indicating therein the name,
residential address, E-mail and telephone numbers of all the Directors or person
who are at the helm of affairs, registration certificate from the Registrar of the
state, Trust Deed and copies of GST Registration Certificate.

viii) One dedicated supervisor from amongst the existing contracted employees of the
contractor at no additional payment. His detailed credentials to be submitted to
DGH.

B.2 COMMERCIAL REJECTION CRITERIA:


The following vital commercial conditions should be strictly complied with, failing
which the bid will be liable for rejection:
i) Bid should be submitted in Two Bid system in two separate electronic envelopes.
The Techno Commercial bid shall contain all details but with the price column of
MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 38 of 56
the price bid format blanked out. However a tick mark (  ) shall be provided
against each item of the price bid format to indicate that there is a quote against
this item in the techno-commercial bid. The Priced bid shall contain only the
prices duly filled in as per the price bid format. 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.
ii) Acceptance of terms & conditions: The bidder must confirm unconditional
acceptance of General Terms & Conditions of Contract at Annexure-II and
Instruction to Bidders at Annexure-I by attaching digitally signed tender document.
iii) Bidders must specifically accept/comply with the following clauses as given in the
tender document, failing which the offer will be rejected:
a) Arbitration clause.
b) Tax liability clause.
c) LD/ penalty clause
d) Termination clause.
e) Performance Guarantee Clause
f) Force Majeure Clause
iv) Offers of following kinds will be rejected:
a) Offers made without Bid Security/Bid Bond/Bank Guarantee.
b) Offers which do not confirm unconditional validity of 90 Days of the bid as
indicated in the “Invitation to Bid”.
c) Offers where prices are not firm during the entire duration of the contract
and/or with any qualifications.
d) Offers which do not conform to DGH’s price bid format.
e) Offers which do not confirm to the contract period indicated in the bid.
f) The offers indicating/disclosing prices in techno-commercial (un-priced bid) or
at any stage before opening of price-bid shall be straightaway rejected.
g) Offers not accompanied by copy of PAN Card will be rejected.
h) 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
DGH debarring them from carrying on business dealings with DGH.
i) 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 are genuine.
j) 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.
v) Bidder shall bear, within the quoted rates, the Personnel Tax as applicable in respect
of their personnel and their sub-contractor’s personnel, arising out of this contract.
Bidder shall also bear, within the quoted rates, the Corporate Tax, as applicable, on
the income arising out of this contract. Applicable GST will be paid extra by DGH.

C. Price Evaluation Criteria


(i) Evaluation of bids: Bid evaluated as techno-commercially acceptable and the lowest
in offer (i.e in %) as per Annexure-V will be considered for award of job i.e., offer
having lowest quoted service charges will be identified as L1.

The inter se ranking given among the techno-commercially acceptable bidders prior to
Price Bid opening will be used for tie breaking and bidders in tie for L1 position with
better ranking will be considered for award of job. The ranking involves following two
factors i.e.

a) Total Value of all similar kind of running contracts as on 31/03/2019 (60%


weightage). Similar kind of services includes providing contractual services for office
jobs.
MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 39 of 56
b) Experience in number of months as on 31/03/2019 (40% weightage).

Each factor will be marked on relative marking basis. For details please refer
Appendix-9 & 10.

Following example illustrates ranking method:


Accep Experience Relative Weigh Total value Relative Weigh Total RANK
table in No. of marking (By tage of all marking (By tage
Bids months as assigning 10 of running assigning 10 of
on highest 40% contracts as highest 60%
31/03/2019 marks to on marks to
highest 31/03/2019 highest value A+B
experienced (A) for and
bidder and providing proportionat (B)
(Nos) proportiona similar kind ely giving
tely giving of services. marks to
marks to (Rs. Lakhs) others)
others)
A 120 10 4 15 10 6 10 1
B 48 4 1.6 12 8 4.8 6.4 2
C 60 5 2 3 2 1.2 3.2 3
D 36 3 1.2 2 1.33 0.798 1.998 4

(ii) “Quoted Service Charge (in percentage) over the estimated “Total financial liability for
period of three years” is exclusive of GST. Applicable GST will be paid extra by DGH.
Bidder has to bear the cost of insurance out of the “Service Charges” quoted by him
in Price Schedule at Annexure-V for availing essential insurances for the manpower
deployed at DGH under the contract along with cost of personal care by contractor
during event of an emergency.
(iii) It is, however, to be clearly understood that the assumptions made in respect of the
quantities of various items in the Schedule of Rates are only for the purpose of
evaluation of the bid, and the Contractor will be paid on the basis of the actual
numbers of manpower deployed under the contract.
(iv) All documents critical in nature for the purpose of tie-breaking should be
essentially uploaded along with technical e-bid on CPP portal only. If there is
space constraint regarding available total size for soft file to be uploaded at CPP
portal, bidder can choose to send the additional documents in physical format for
the purpose of validation, (but detailed disclosure must be uploaded in technical e-
bid with respect to physical documents being submitted must be mentioned in e-bid
for giving validation cognizance to enclosed documents). The supporting documents
will be used only to validate the contents pre-disclosed in e-bid and will not be
considered as a separate/ additional document i.e. to award additional advantage for
Total Value of all similar kind of running contracts.

D. General:
1. The BEC over-rides all other similar clauses operating anywhere in the Bid
Documents.
2. The bidder/contractor is prohibited to offer any service / benefit of any manner to
any employee of DGH and that the contractor may suffer summary termination of
contract / disqualification in case of violation.

**************

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 40 of 56
Appendix-10

Format for Technical Bid (on letter head)

Sl. Descriptions Information to be filled by the tenderer


No. (if required separate sheets may be
enclosed)
1. Name and address of firm/agency
with complete contract details
2. Type of organization (Whether
proprietorship, partnership, private
limited, limited company)
3. Name and Address of the directors
proprietor/partners
4. Year of formation of the company/
experience as a Labour supplier Specify Experience (in no of months) as
agency.(Documentary proof to be on 31/03/2019 _____________
submitted – certification of
incorporation etc.)
5. Details of registration. R. No. Copy enclosed:
Y/N
Valid: Y/N
6. Total number of employees of the Copy enclosed :
firm Y/N
7. Income tax return for the last three Copy enclosed : Y/N
financial years (attach copies)
8. Total turnover the agency during last Copy enclosed : Y/N
three financial years (attach copies)
9. Details of registration with PF Registration Y/N Copy enclosed: Y/N
statutory authorities like EPF No.
and ESIC, etc. (attach copies) Valid as on day Y/N
ESI Y/N Copy enclosed: Y/N
Registration No.
Valid as on day Y/N
10. (a) GST Number/Certificate No. Copy enclosed: Y/N
(b) PAN Number No. Copy enclosed: Y/N
11. Details of Earnest Money DD/ BG No. Date:
12. Any other information

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 41 of 56
Appendix-11

List of Major Clients, including Govt. Organization/ Academic Institutions:

Sl. Name of Category/Natu Ongoing Period Value of Running Value of


No. Client with re of Workers contract for which Contracts as on relevant
contract supplies Yes/No supplied 31/03/2019 experience if
details (fill the next column nature to
if nature of job contract has
includes different other kind of
jobs also) jobs also.

Copies of relevant documents are to be enclosed in support of above information


Turnover during the last three years

Sl. Years Turnover in Rupees (in words and Copy Enclosed/ Not
No. figures) Enclosed
1. 2017-18 Y/N
2. 2016-17 Y/N
3. 2015-16 Y/N

As per BEC the inter se ranking given among the techno-commercially acceptable
bidders prior to the Price Bid Opening will be used for tie breaking. Bidders with better
ranking will be awarded the job in case of tie at L1 position during evaluation process.

The above details are therefore required to be submitted with validated documentary
proof. Validated information furnished in the bid for “Total Value of all running contracts
as on 31/03/2019 for providing similar kind of services” will be used with weightage of
60% and information regarding “Experience in nos. of months as on 31/03/2019” with
weightage of 40% will be used. Each factor will be marked on relative marking basis and
will be subjected to weightage and added for combined ranking. (Refer example for
illustration.). These ranks will be made objectively based on the input received from
various acceptable bidders and will be done during technical evaluation. Bidders will be
conveyed the ranks in the communication prior to Price Bid Opening. The ranking will
not be reviewed once the Price Bids have been opened and the pre-disclosed methodology
will be binding on all the bidders.

During evaluation and ranking, the decision will be taken on the basis of documents
submitted by the bidder at the time of bidding only. Kindly be informed that the
evaluation committee will refer following pre disclosed guidelines:

(a) Only documents furnished with the bid will be given cognizance. No subsequent
submissions clarifications will be permitted and entertained for reviewing the
ranking.
(b) Bidder should take care for submitting the relevant document related to each
contract for identifying its value for the relevant same kind of contract experience
for the contract duration. The associated documents shall have explicit content
MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 42 of 56
written on it for co relating them to submitted contract with sufficient details. In
absence of clarity such submission will not be treated for consideration for
evaluation and award of ranking.
(c) Services of drivers, Transport Services, Security Services, Housekeeping Service
among the other non-related activities would not be considered.
(d) Wherever the unit rate contracts are submitted please ensure submission of details
of execution of each line items with quantity and corresponding contract value. Unit
rate contracts or any other contracts without identifiable details for value and
duration will not be entertained for evaluation.

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 43 of 56
Appendix-12

BEC MATRIX

(Please review Bid Document before submission and mark every Bid Evaluation
Criterion Clause with Compliance/Agreed or Non Compliance/Not agreed. Also
enclose necessary documents and write reference Sr. No. of your bid document
where :
Confirm Supporting Documen
Compliance document ts at Sr.
of BEC No. of Bid
Sl. No. Details of BEC Clause
Clauses by documen
appropriately t
ticking.
1 Bidders are advised not to take any
exception/deviations to the bid document.
Still, if exceptions /deviations are Agreed/ Not Enclosed/Not
maintained in the bid, such conditional/ Agreed Enclosed
non-conforming bids shall not be
considered and shall be rejected.
2 Technical Rejection Criteria
2.1 The bids must conform to the technical
specifications and terms and conditions
given in the Annexure-IV and Annexure-V.
Bids shall be rejected in case the services Complied/ Not
Enclosed/Not
offered do not conform to the required Complied
Enclosed
parameters stipulated in the Technical
Specifications/Scope of Supply/ Works/
Services, Terms & conditions and Special
Conditions of the contract.
2.2 Bidder should submit a duly certified copy
from CA that (a)its average annual financial
turnover during the last three years ending
Complied/ Not
31st March of the previous financial years Enclosed/Not
Complied
(i.e., FY 2015-16, 2016-17 and 2017-18), Enclosed
should be at least Rs. 515 Lakhs and (b) its
net worth is positive (as per latest audited
annual accounts).
2.3 Bidder should have the current ongoing
experience of at least three years from the Complied/ Not
Enclosed/Not
date of bid closing date of doing same kind Complied
Enclosed
of services and should submit contract
papers supporting the same.
2.4 Experience of having successfully competed
same kind of works during last seven years Complied/ Not
Enclosed/Not
ending last day of month previous to the Complied
Enclosed
one in which bids are invited should be
either of the following:
a) Three same kind of completed contracts not Complied/ Not
Enclosed/Not
less than the amount equal to Rs. 227 Complied
Enclosed
Lakhs.
b) Two same kind of completed contracts Complied/ Not
Enclosed/Not
costing not less than the amount equal to Complied
Enclosed
Rs. 284 Lakhs.
c) One same kind of completed contracts Complied/ Not
Enclosed/Not
costing not less than the amount equal to Complied
Enclosed
Rs. 455 Lakhs.

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 44 of 56
2.5 The bidder must have registration with
Provident Fund and ESI. Copy of valid
registration certificate with provident fund
and ESI should be submitted. Contractor Complied/ Not
Enclosed/Not
should confirm that it possesses Complied
Enclosed
independent PF Code number (Universal
Account Number) allotted by the Regional
Provident Commissioner, to extend coverage
to his labour deployed under the contract.
2.6 Bidder should have an office in Delhi/NCR.
Complied/ Not
Bidder is required to furnish Present (at Enclosed/Not
Complied
Delhi/NCR) and Permanent address along Enclosed
with proof of addresses.
2.7 Documents pertaining to legal constitution Complied/ Not
Enclosed/Not
of the firm. Complied
Enclosed
2.8 One dedicated supervisor from amongst the
Complied/ Not
existing contracted employees of the Enclosed/Not
Complied
contractor at no additional payment. His Enclosed
detailed credentials to be submitted to DGH.
3 Commercial Rejection Criteria

3.1 Bid should be submitted in Two Bid system


in two separate electronic envelopes. The
Techno Commercial bid shall contain all
details but with the price column of the
price bid format blanked out. However a
tick mark (  ) shall be provided against
Complied/ Not
each item of the price bid format to indicate
Complied Enclosed/Not
that there is a quote against this item in the
Agreed/ Not Enclosed
techno-commercial bid. The Priced bid
Agreed
shall contain only the prices duly filled in as
per the price bid format. 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
3.2 The bidder must confirm unconditional
Complied/ Not
acceptance of General Terms & Conditions
Complied Enclosed/Not
of Contract at Annexure-II and Instruction
Agreed/ Not Enclosed
to Bidders at Annexure-I by attaching
Agreed
digitally signed tender document.
3.3 Bidders to accept / comply with the
following clauses as given in the tender
document, failing which the offer will be
rejected:
a) Arbitration clause. Agreed/ Not Enclosed/Not
Agreed Enclosed
b) Tax liability clause. Agreed/ Not Enclosed/Not
Agreed Enclosed
c) LD/ penalty clause Agreed/ Not Enclosed/Not
Agreed Enclosed
d) Termination clause. Agreed/ Not Enclosed/Not
Agreed Enclosed
e) Performance Guarantee Clause Agreed/ Not Enclosed/Not
Agreed Enclosed
f) Force Majeure Clause. Agreed/ Not Enclosed/Not
Agreed Enclosed
3.4 Offers of following kinds will be rejected:
3.4.1 Offers made without Bid Bond /Bank Agreed/ Not Enclosed/Not
Guarantee/Earnest money along with the Agreed Enclosed
MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 45 of 56
offer
3.4.2 Offers which do not confirm unconditional
validity of the bid for 90 days from the date Agreed/ Not Enclosed/Not
of opening of bid. Agreed Enclosed

3.4.3 Offers where prices are not firm during the


Agreed/ Not Enclosed/Not
entire duration of the contract and/or with
Agreed Enclosed
any qualifications.
3.4.4 Offers which do not conform to DGH’s price
Agreed/ Not Enclosed/Not
bid format.
Agreed Enclosed
3.4.5 Offers which do not confirm to the contract
Agreed/ Not Enclosed/Not
period indicated in the bid.
Agreed Enclosed
3.4.6 The offers indicating/disclosing prices in
techno-commercial (un-priced bid) or at any Agreed/ Not Enclosed/Not
stage before opening of price-bid shall be Agreed Enclosed
straightaway rejected.
3.4.7 Offers not accompanied by copy of PAN Complied/ Not
Enclosed/Not
Card will be rejected Complied
Enclosed
3.4.8 Offers not accompanied with a declaration
that neither the bidders themselves, nor any
of its allied concerns, partners or associates Complied/ Not
or directors or proprietors involved in any Complied Enclosed/Not
capacity, are currently serving any banning Agreed/ Not Enclosed
orders issued by DGH debarring them from Agreed
carrying on business dealings with DGH.

3.4.9 Offers not accompanied with the


undertaking on the company’s letter head
Complied/ Not
and duly signed by the signatory of the bid
Complied Enclosed/Not
that all the documents/ certificates /
Agreed/ Not Enclosed
information submitted by them against the
Agreed
tender are genuine.

3.4.10 Non–submission of Integrity Pact along with


Complied/ Not
the bid, duly signed by the same signatory
Complied Enclosed/Not
who signs the bids even after giving an
Agreed/ Not Enclosed
opportunity after opening of techno-
Agreed
commercial bids.
3.4.11 Offers not accompanied with the
undertaking on the company’s letter head
Complied/ Not
and duly signed by the signatory of the bid
Complied Enclosed/Not
that all the documents /certificates
Agreed/ Not Enclosed
/information submitted by them against the
Agreed
tender are genuine.

3.5 Bidder shall bear, within the quoted rates,


the Personnel Tax as applicable in respect of
their personnel and their sub-contractor’s Complied/ Not
personnel, arising out of this contract. Complied Enclosed/Not
Bidder shall also bear, within the quoted Agreed/ Not Enclosed
rates, the Corporate Tax, as applicable, on Agreed
the income arising out of this contract

3.6 Service Charges (Bidder Commission)


Bidder should not quote below 5% and this
Complied/ Not Enclosed/Not
should be on the component of wage rates
Complied Enclosed
quoted in the Price Bid.

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 46 of 56
3.7 Bidder has noted/considered the clause
No. 15 of Annexure-IV and then only
quoted the service charges in Annexure-V
and have agreed to bear the cost of
Insurance (A) Group Personal Accident
Insurance Cover and (B) Group Mediclaim Complied/ Not
Insurance Policy along with having Complied Enclosed/Not
accepted the responsibility specified at Agreed/ Not Enclosed
point (C) in case of any medical emergency Agreed
of his employees in course of their work at
DGH, the contractor is responsible to take
care and co-ordinate to provide all care and
assistance to his employees on his own
expenses.
4 PRICE EVALUATION CRITERIA:
4.1 Evaluation of bids: Bids techno-
commercially acceptable the lowest of offer
in % as per Annexure-V will be considered
for award of job i.e., offer having lowest
quoted service charges will be identified as
L1.
The inter se ranking given among the
techno-commercially acceptable bidders
prior to Price Bid opening will be used for tie Agreed/ Not Enclosed/Not
breaking and bidders in tie for L1 position Agreed Enclosed
with better ranking will be considered for
award of job. The ranking involves two
factors Total Value of all running contracts
as on 31.03.2019 for providing similar
contracts (weightage 60%) and Experience
in number of months. (40% weightage).
Each factor will be marked on relative
marking basis.
4.2 Submission of Appedix-10, 11,12 along with Complied/ Not
Enclosed/Not
technical bid. Complied
Enclosed

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 47 of 56
Annexure-IV

SCOPE OF WORK AND SPECIAL TERMS & CONDITIONS

1. SCOPE OF SERVICES:
The contractor shall provide qualified & suitable working hands for various jobs /
services as outlined in Annexure-V. The quantum of job requirement may vary and
accordingly contractor may be called upon to increase / decrease the working hands by
giving 15 days’ notice.

2. Mode of payment

2.1 Keeping in view the number of working hands engaged by the Contractor every day in
different categories, the Contractor will ensure that the payment is made by 7 th day of
every month for the previous month to all categories of working hands.

2.2 DGH will make payment against that invoice within 15 days of receipt.

2.3 Contractor will be required to submit the PF challan stamped by the designated Bank,
along with a print of the digitally signed PDF Sheet of the ECR, as a proof of payment,
each month along with the monthly bill. Similarly, such proof for ESI should also be
attached if applicable.

2.4 The contractor will submit the duly notarized copy of all Insurance Policies indicating the
list of his Employees for whom he has taken the insurance cover as outlined in Price
Schedule/ Format at Annexure V.

3. In case of any lapse on the part of the contractor or on part of the work force deployed by
contractor, the contractor will be held exclusively and directly responsible. The total
working hours for each Contractual staff will be 8 hours a day. In case services are
required for more than 8 hours over time shall be paid to them by the contractor and
same shall be reimbursed by DGH as per DGH prescribed rates.

4. CONTRACTOR’S RESPONSIBILITIES

4.1 The contractor will ensure to comply with legal provisions related to this Contract. In
case of misconduct etc, and report against any of the contractual staff, the contractor
shall immediately replace the erring worker by deploying another personnel on same
terms & conditions. Such personnel will not be deployed in DGH again without written
consent of the authorized officer or officer-in-charge.

4.2 The contractor will be held solely responsible for any kind of loss/damages done to
fittings, fixtures and equipment etc. of DGH by any contractual worker so deployed, and
contractor shall make good the loss/damage, either by replacement or by adequate
compensation to DGH.

4.3 The work force deployed by the contractor will exclusively be on contractor’s pay roll.

4.4 The contractor will be exclusively responsible for the proper behavior of the work force
provided by the contractor. The contractor will also be bound to prohibit and prevent the
work force from taking part in any direct or indirect association with a person or persons
engaged in any antisocial activities, demonstrations, riots of agitation, which may in any
way be detrimental or prejudicial to the occupants of land / properties in the
neighborhood. Therefore, the contractor has to keep the DGH and its employees etc,
harmless and indemnified from any consequential claims, actions, suits, proceedings,
losses or damages on any ground whatsoever.
MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 48 of 56
4.5 The Contractor shall be responsible to pay on account of ESI, PF and any other
statutory payment as applicable from time to time to the employees engaged by him for
such services. The Contractor shall on demand by DGH submit documentary evidence to
this effect.

4.6 The contractor alone shall take disciplinary action against any worker/staff engaged by
him.

4.7 Contractor has to provide Universal Account Number (UAN) of each contractual
employee for online viewing of PF Account.

4.8 ESI Smart Card to be issued to individual employee within one month of signing of the
contract.

4.9 Copy of Quarterly/Monthly report for PF, ESI or any other statutory authority
compliances must be submitted regularly to DGH.

4.10 Valid Labour- License must be submitted to DGH within one month of signing of the
contract.

4.11 Liquidity Damages @2.5% of Bill value is the agreed rate for noncompliance and non-
submission of PF Challans and related payments for statutory compliances.

4.12 Annual compliance to disbursement of Bonus as prevailing guidelines will be required to


be submitted along with the bill.

5. CONTRACTOR’S OBLIGATIONS

5.1 The contractor, if so require, shall obtain requisite license at his cost from the
appropriate licensing authority for executing this contract work and submit copy of such
license to the DGH. The Contractor shall also observe the rules & regulations framed
under the contract Labour (Regulations & Abolition) Act 1970. The Contractor employing
20 (twenty) or more number of workmen on any day of the preceding 12 months required
to obtain requisite license at his cost from the appropriate licensing office/ Officers
before undertaking any contract work under that Contractor Labour Regulation &
Abolition Act. 1970.

The Contract hereby undertake to indemnify the DGH against all claims which may arise
under the noted acts:
a) The Shops and Establishment Act.
b) The workman’s compensation Act.
c) The payment of Wages Act.
d) The Contract labour (Regulation and Abolition) Act. 1970 and the rules framed
thereunder.
e) Family Pension Scheme.
f) Inter-state Migrant Workmen (Regulation of employment and condition of Service)
Act, 1979.
g) Any other Statutory Act/Law/Regulation made applicable during the pendency of
the contract.

The Contractor shall disburse payment to his personnel on actual basis in compliance
with Minimum Wages guidelines of applicable statutory Bodies / State Government/ GoI.

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 49 of 56
5.2 The provisions of the Employees Provident Fund for miscellaneous provisions act 1952,
are to be strictly compiled by the contractor for providing the contract services to DGH
under the contract.

5.3 The Contractor shall ensure strict compliance with provisions of various laws mentioned
in para (5.1 & 5.2) above.

5.4 The Contractor shall provide, as and when required by the DGH, records/ documents to
the DGH for its verification of disbursement made for services rendered.

5.5 Contract should deposit service tax regularly and submit the receipt of the same DGH for
verification.

5.6 Contractor shall submit any other documentary evidence as & when called by the DGH
in connection with this Contract.

5.7 The contractor shall be, solely responsible for the disciplinary action to be taken against
any persons deployed against the contract.

5.8 The contractor shall be responsible to sign all leave applications and certificates for the
persons deployed.

5.9 Contractor shall maintain attendance register of the persons deployed.

6. DGH’RESPONSIBILITY / RIGHT

6.1 The liability of DGH will be limited only to the payment of amount for providing the
required services.

6.2 DGH will not retain any control for direct supervision of the contracted services.

7. DURATION OF THE CONTRACT


The contract will be effective for firm three years from date of Letter of award (or
otherwise any other date confirmed by DGH whichever is later).

8. PLACE OF OPERATION
Noida/Delhi NCR- Office locations will be specified by DGH at the time of deployment.

9. Rates of Payment:

9.1 The contractor will pay compensation to its contract workers/staff under the said
contract as agreed by DGH.

The EPF and ESI etc. will be deposited by the contractor in Govt. account and DGH shall
reimburse the employers contribution to the contractor as per applicable act.

The contractor will be paid a service charge at the quoted and accepted rate of the
contractor excluding of GST. GST (Goods & Service Tax) will be paid separately as
applicable at the time of release of payment.

9.2 During the currency of the contract, contractor has to ensure compliance of Minimum
Wages guidelines of applicable statutory Bodies / State Government/ GoI.

10. TAXES/LEVIES

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 50 of 56
10.1 Any kind of taxes, levies including GST imposed by the appropriate Govt., shall be
payable by the contractor.

10.2 Income tax, if any, as per provisions of the income tax Act 1961 and as amended from
time to time, shall be on Contractor’s account and shall be deducted from Contractor’s
monthly bill.

11. OTHER TERMS AND CONDITIONS


The Contractor must maintain an office at Delhi NCR with landline telephone facility and
nominate a contact person who shall be available immediately for complying with any
emergency.

12. PENALTY
Contractor has to make payment to contractual worker by 7th day of the month or within
3 days of receipt of attendance whichever is later.

i) In case contractor fails to make payment as above, deduction of 1% per day of service
charge (subject to maximum of 10% of service charge) of the month will be made.

ii) Incase contractor does not give replacement for persons or replace person whom DGH
has asked, the deduction of upto 3% of service charge for the month can be made.

13. WITHHOLDING OF PAYMENT


In order to protect DGH, it may withhold the whole or any part of the amount due to
contractor on account of evidence subsequently discovered in respect of following:

a. For non-completion of contracted work to DGH’s satisfaction.


b. Contractor’s indebtedness arising out of execution of the Contract.
c. Failure of the Contractor to pay or provide for the payment of salaries/ wages, P.F,
ESI contributions, taxes or enforced savings with-held from wages etc.
d. All claims against Contractor for damages and injuries, and/or for non-payment of
bills etc.
e. Any failure by the Contractor to fully reimburse the DGH under of indemnification
provisions of this Contract. If, during the process of the work Contractor shall allow
any indebtedness to accrue of which DGH may be primarily or contingently liable or
ultimately responsible and contractor shall, within five days after demand is made by
the DGH, fail to pay and discharge such indebtedness, then DGH may during the
period for which indebtedness shall remain unpaid, with-hold from the amounts due
to Contractor’s a sum equal to the amount such unpaid indebtedness. When all the
above grounds for with-holding payments shall be removed, payment shall thereafter
be made for amounts so with–hold.

14. Withholding will also be effected on account of the following:

i) Garnishee order issued by a Court of Law in India.


ii) Income-tax deductible at source according to law prevalent from time to time in the
country.
iii) Any obligation of Contractor which by any law prevalent from time to time to be
discharged by the DGH in the event of Contractor’s failure to adhere to such laws.

15. All bidders are hereby advised that they have to bear the cost of insurance out of the
“Service Charges” quoted by them in Price Schedule at Annexure-V for availing following
essential insurances for the manpower deployed for DGH along with cost of personal care
by contractor during event of an emergency:

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 51 of 56
A. Group Personal Accident Insurance Cover:
 Sum Assured for each employee: Rupees Twenty Lakh
 Area Covered: Anywhere in the world (24X7)
 Risk Covered: Death, Permanent Total Disablement and Temporary Total
Disablement.
And

B. Group Mediclaim Insurance Policy.


 Sum Assured for each employee: Rupees Three Lakh
 Area Covered: Anywhere in India (24X7)
 Coverage: Basic Cover with Pre-existing disease since day one.
 Waiting Period: Nil
 Cashless facility: Available anywhere in India (24X7).

And

C. In case of any medical emergency of his employees in the course of their work at
DGH, the contractor is responsible to take care and co-ordinate to provide all care
and assistance to his employees at his own expenses.

*************************

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 52 of 56
Annexure-V

PRICE SCHEDULE
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded
after filling the relevant columns, else the bidder is liable to be rejected for this tender. Bidders are
allowed to enter the Bidder Name and Values only )
Envisaged/ Estimated BASIC NET TOTAL
Tentative Rate RATE In AMOUN AMOU
numbers of in Figures T NT
Sl. contractual Rs. P To be Without In
Item Description
No. persons as entered Taxes Words
per by the
contract Bidder in in
Rs. P Rs. P
1 2 3 4 5 6 7
1 Manpower required under unskilled, semi-skilled and skilled category
2 Financial liability Per Month in 130 47,45,464.16
(₹.)
3 Financial liability Per Annum in 130 5,69,45,570
(₹.)
4 Financial liability for contract 130 17,08,36,710
period (i.e three Years) in (₹.)
5 NET AMOUNT exclusive of GST 1.000 0.00
6 Service Charge 10.00
NOTE: Service charge up to two decimal
points only are allowed in cell 6(5). Bidder
has to quote accordingly. In case, if bidder
quotes the service charge up to three, four
(and so on) decimal points, it will be
rounded off up to two decimal points only as
per standard calculation. So, the service
charge appearing in cell 6(5) will only be
considered in calculation of net service
charge amount appearing in cell 6(6).
Quoted service charge appearing in cell 6(5)
will only be used for evaluation purpose.
7 Total Amount exclusive of GST00 10.00
Total in Figures

Quoted Rate in Words

Note:
1. Bonus is payable @ minimum rates of 8.33% of annual wages subject to a ceiling of Rs.
7,000/- (unless revised) per financial year.
2. Fixed Annual increment in monthly wages @ 3% per annum will be given w.e.f 1st April every
year.
3. GST will be paid extra by DGH as applicable at the time of payment.
4. Other statutory requirement like PF, Bonus and Overtime charges (if payable) are on actual
basis.
5. Offers will be evaluated as per BEC given in Annexure-III.
6. Contractor will provide replacement of persons, if required, to ensure continuity of services.

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 53 of 56
7. Bidder must quote the price in above price format/schedule. Price bid received in any other
format will be straightway rejected.
8. Bidder must quote percentage (%) strictly in the Price Format/Schedule uploaded with the
tender only and it must be submitted in electronic envelope (e-envelope) named as financial
bid.
9. Bidder Service Charge should not be less than 5% and on the component of wages only.
Income Tax shall be deducted at source as per rules and TDS will be issued. This service
charge will include mandatory manpower insurance as mentioned in Annexure-IV.
10. All bidders are clearly informed that they have to bear the cost of mandatory manpower
insurance (as described at Clause 15 of Annexure-IV) out of the Service Charges (in %)
quoted by them in Price Schedule for availing following essential insurances for the manpower
deployed for DGH along with cost of personal care by contractor during event of an
emergency.
11. Evaluation of bids for award of job will be governed by Annexure-III (C)(i) of Bid Evaluation
Criterion. L1 will be identified on service charges % only. Wage component is mentioned as
notional and representative contract value and is payable as per actual.

******************

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 54 of 56
Annexure-VI

E-tendering Instructions to Bidders


General:
These are the special Instructions (for e-Tendering) as supplement to „Instruction to
Bidders‟ as available in Annexure-I of the tender document. Submission of Bids only
through online process is mandatory for this Tender.
For conducting electronic tendering, Directorate General of Hydrocarbons, Noida is using
the Central Public Procurement Portal (CPPP)
(http://www.eprocure.gov.in) of NIC, a Government of India Undertaking.

1. Tender Bidding Methodology:


Sealed Bid System –Two Envelopes.
Financial & Techno-commercial bids shall be submitted by the bidder at the same time.
2. Broad outline of activities from Bidders prospective:
i) Procure a Digital Signing Certificate (DSC).
ii) Register on Central Public Procurement Portal (CPPP).
iii) Create Users and assign roles on CPPP.
iv) View Notice Inviting Tender (NIT) on CPPP.
v) Download Official Copy of Tender Documents from CPPP.
vi) Prepare & arrange all document/paper for submission of bid online/offline.
vii) Bid-Submission on CPPP.
viii) Attend Public Online Tender Opening Event (TOE) on CPPP (Opening of Techno-
Commercial Part).
ix) Attend Public Online Tender Opening Event (TOE) on CPPP (Opening of Financial-
Part) {only for Technically Responsive Bidders}

3. Digital Certificates:
For participation in e-tendering, it is mandatory for all bidders to have a Digital
Certificate (DC) also referred to as Digital Signature Certificate (DSC), of Class 2 or above
(in the name of person who will sign the Bid), issued by a Certifying Authority (CA)
licensed by Controller of Certifying Authorities (CCA) [refer http://www.cca.gov.in].

4. Registration:
To use the Central Public Procurement Portal (http://www.eprocure.gov.in), bidder
needs to register on the portal. The bidder should visit the home-page of the portal
(www.eprocure.gov.in) and go to the e-procure link then go to “Online Bidder
Enrollment”.

5. Bid related information for this Tender (Sealed Bid):


The entire bid-submission would be online on CPPP (http://www.eprocure.gov.in) Broad
outline of submission are as follows:
(I) Submission of Bid Security (EMD).
(II) Submission of digitally signed copy of Tender Documents/ Addendum/
Corrigendum.
(III) Two Envelopes.
• Techno- Commercial Bid
• Financial Bid
6. Offline submissions of some documents:
It is mandatory for all bidders to submit following documents offline (physically) to HOD
(MM), Grd Floor, DGH office, OIDB Bhawan, Sector-73, Noida-201301 on or before the
date & time of bids closing as specified in NIT of this tender document, in a properly
sealed envelope:
(I) DD/ Bid Bond (In Original) for EMD (Bid Security).
MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 55 of 56
(II) Power of Attorney (in Original) for authorized signatory of bid.
(III)Any other document, if specified, in the tender.

The envelope shall bear the name of the firm, tender number, name of work and the
phrase ― Do Not Open Before (Due date & time of opening of tender) ―

Note:
A. The responsibility for ensuring that envelope is delivered in time would be vested with
the bidder. The DGH shall not be responsible if the envelope is delivered elsewhere or
late.
B. Document submitted physically to DGH and the scanned copies furnished at the time
of online bid submission should be the same otherwise the bid will be summarily
rejected.

7. Other Instructions:
For participating in this tender online, the following instructions are to be read carefully.
These instructions are supplemented with more detailed guidelines on the relevant
screens of the CPPP.
The bidder should visit the home-page of the CPP portal (www.eprocure.gov.in), and go to
the link “eprocure”, then “Bidders Manual Kit” and “Help for Contractors” link.
(I) Please take care to scan documents that total size of documents to be uploaded
remains minimum. If required, documents may be scanned at lower resolutions say
at 150 dpi. However it shall be sole responsibility of bidder that the uploaded
documents remain legible.
(II) Utmost care may be taken to name the files/documents to be uploaded on CPPP.
These should be no special character or space in the name of file.
(III) It is advised that all the documents to be submitted (See Appendix-8 at Annexure-I
of tender document) are kept scanned or converted to PDF format in a separate
folder on your computer before starting online submission.
(IV) Utmost care may kindly be taken to upload Price schedule/ Price Format / BOQ/
BOM. Any change in the format of price schedule / BOQ file shall render it unfit for
bidding. Following steps may be followed:
a. Download Price schedule /Price format/ BOM/ BOQ in XLS format.
b. Fill rates in downloaded price schedule / BOQ as specified in XLS format only
in sky blue back ground cells. Don’t fill in white back ground cells.
c. BOQ/BOM file is password protected XLS file. Don’t unprotect the file. Price
has to be filled in the same file and the same has to be uploaded.
d. Save filled copy of downloaded BOM/BOQ file in your computer and remember
its name & location for uploading correct file (duly filled in) when required.
(V) The compatible support software (PDF Converter, Java, etc.) for online bid
submission may be downloaded from CPP Portal.
(VI) If some document is not applicable for the bidder then he has to upload scanned
copy of paper mentioning, The document <name> called vide clause _______ is not
applicable on us.
(VII) If document asked for contains more than one page then all those pages may be
uploaded in one PDF file.

*******************

MM-12018(24)/1/2019-DGH/C-4488/ENQ/160 Page 56 of 56

You might also like