procurement procedures/manual for goods and services · 25.0 splitting of quantities ... 43.0...

99
1 Procurement Procedures/Manual For Goods and Services

Upload: vankhuong

Post on 02-Jul-2018

222 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

1

Procurement Procedures/Manual

For Goods and Services

Page 2: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

2

TABLE OF CONTENTS

1.0 INTRODUCTION ....................................................................................................................... 4

2.0 PROCUREMENT STRATEGY ....................................................................................................... 6

3.0 SCOPE OF WORK (SOW) / SPECIFICATIONS ............................................................................... 8

4.0 BID EVALUATION CRITERIA (BEC) ............................................................................................. 9

5.0 RAISING OF PR ....................................................................................................................... 14

6.0 MODE OF TENDERING FOR PROCUREMENT OF GOODS, WORKS AND SERVICES ....................... 18

7.0 SYSTEM OF TENDERING ......................................................................................................... 29

8.0 BID INVITATION AND BID RECEIPT .......................................................................................... 32

9.0 CANCELLATION / RE-INVITATION OF TENDERS ........................................................................ 40

10.0 RECEIPT OF TENDERS ............................................................................................................. 40

11.0 TENDER BOX AND ITS CUSTODY ............................................................................................. 42

12.0 NOMINATION OF TENDER RECEIVING/OPENING OFFICER(S) ................................................... 42

13.0 ACCOUNTING OF TENDERS..................................................................................................... 42

14.0 WITHDRAWAL OF BIDS .......................................................................................................... 43

15.0 OPENING OF TENDERS ........................................................................................................... 43

16.0 EXTENSION OF DUE DATE FOR SUBMISSION OF BID ................................................................ 45

17.0 EARNEST MONEY DEPOSIT/BID SECURITY/BID BOND ............................................................. 45

18.0 TENDER COMMITTEE ............................................................................................................. 48

19.0 TIME SCHEDULE FOR VARIOUS ACTIVITIES FOR EVALUATION AND AWARD ............................. 50

20.0 EVALUATION OF BIDS ............................................................................................................ 52

21.0 CLARIFICATION FROM BIDDERS AFTER TENDER OPENING ....................................................... 53

22.0 REASONABILITY OF RATES ...................................................................................................... 56

23.0 INSUFFICIENT ACCEPTABLE BIDS ............................................................................................ 57

24.0 NEGOTIATION ....................................................................................................................... 57

25.0 SPLITTING OF QUANTITIES ..................................................................................................... 58

26.0 PLACEMENT OF ORDER .......................................................................................................... 59

27.0 PERFORMANCE SECURITY ...................................................................................................... 59

28.0 REPEAT ORDERS FOR SUPPLY OF GOODS/MATERIALS (PURCHASE ORDERS) ............................ 64

29.0 EXTENSION OF SERVICE CONTRACTS ...................................................................................... 65

30.0 PUBLIC PROCUREMENT POLICY FOR MICRO AND SMALL ENTERPRISES (MSES) ........................ 66

31.0 E-PROCUREMENT .................................................................................................................. 69

32.0 E-REVERSE AUCTION .............................................................................................................. 72

33.0 EXPRESSION OF INTEREST (EOI) .............................................................................................. 77

Page 3: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

3

34.0 PROCUREMENT FOR E&P JOB UNDER PRODUCTION SHARING CONTRACT (PSC) ...................... 78

35.0 CENTRALIZED PROCUREMENT ................................................................................................ 78

36.0 EMPANELMENT OF VENDOR / CONTRACTOR / CONSULTANT / SERVICE PROVIDER FOR LIMITED

TENDERING ...................................................................................................................................... 79

37.0 STANDARDIZATION OF BEC .................................................................................................... 79

38.0 CORRESPONDENCE WITH BIDDERS ......................................................................................... 80

39.0 HANDLING OF COMPLAINT / REPRESENTATION / ARBITRATION ............................................. 80

40.0 THE INTEGRITY PACT (IP) ........................................................................................................ 81

41.0 PROCEDURE FOR OBTAINING DGCA PERMIT AND EXPLOSIVE LICENCE .................................... 82

42.0 PROCUREMENT OF MEDICINE ................................................................................................ 84

43.0 CONTRACT RELATING TO CIVIL WORKS / SERVICES AND HIRING OF TRANSPORT SERVICES AT

FIELD HEADQUARTERS FOR MAINTENANCE & DAY TO DAY REQUIREMENT ........................................ 85

44.0 TRANSPORT SERVICE CONTRACTS .......................................................................................... 88

45.0 MODIFICATION/AMENDMENT TO THE MANUAL .................................................................... 91

46.0 DEVIATION TO THE MANUAL ................................................................................................. 92

47.0 CLARIFICATION TO THE PROCEDURE ...................................................................................... 92

48.0 CIRCULAR, INSTRUCTION, ADVICES ETC. REGARDING PROCUREMENT PROCESS ...................... 92

49.0 NON-APPLICABILITY OF THIS PROCEDURE .............................................................................. 93

50.0 POST AWARD ACTIVITIES ....................................................................................................... 93

Page 4: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

4

1.0 INTRODUCTION

1.1 Oil India Limited is a wholly owned Government of India Enterprise

engaged in the business of exploration, production and transportation of

crude oil and natural gas. OIL is operating in various domestic as well as

international blocks. OIL has operation overseas as well as participating

interest in E&P business. Procurement of goods and services is of

paramount requirement to ensure uninterrupted operational activities in

OIL. The procurement system in OIL is de-centralized in federal manner.

While the requirement of at Company's Field Headquarters is met through

procurement at Duliajan, the other spheres / projects are doing

procurement for materials, works, services and consultancy at respective

unit.

1.2 C&P DEPARTMENT AT DULIAJAN

All the requirements of the Company for its operation at Fields are met

by the C&P Department situated at Duliajan. The requirement varies

from the procurement of indigenous and imported goods to hiring of rigs,

logging services, cementing services, vehicles and framing of works

contracts, labour contracts, man management contract etc. In addition,

requirement of other spheres may also be met from this office from time

to time as and when required against specific request.

1.3 CONTRACT & PURCHASE DEPARTMENTAT CALCUTTA BRANCH

Procurement from indigenous sources is also made by the Calcutta

Branch situated at Kolkata. This Branch is responsible for procurement

of the materials (from indigenous sources only) against requisitions

raised by Duliajan C&P Department and other Spheres / Projects and

transportation of goods to respective places.

Further, the Calcutta Branch arranges opening of Letter of Credit etc. to

the foreign suppliers, Shipment of goods (by sea, air, courier etc.),

Customs clearance of the goods and transportation of the same to

Duliajan and other Spheres/Projects of the Company.

1.4 CONTRACT & PURCHASE DEPARTMENT AT PIPELINE HEAD

QUARTER AND OTHER PROJECTS

All the Project offices and the Pipeline Headquarters at Guwahati are

having C&P set up primarily to cater for their needs for acquiring goods

and services / works.

Page 5: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

5

1.5 CONTRACT & PURCHASE DEPARTMENT AT CORPORATE OFFICE

Procurement of goods and hiring of services are processed by Contract &

Purchase Department for Corporate office. In addition, this department

also deals with the following:

i. Processing for obtaining approval of the Board/ CBC/ Concerned

Functional Director.

ii. Liaison with DGH, various ministries & Govt. Offices.

iii. This office expedites / follows up issuance of EC from DGH,

clearance from DGCA. This office also co-ordinates with Transchart,

Ministry of Surface Transport in relation to freight charges in case

of imports so as to take decision, whether order should be placed

on C&F or FOB basis.

1.6 OBJECTIVE OF THIS MANUAL

The primary purpose of this Manual is to constitute a reference, provide

basic guidance and to outline the general methodology to be considered

while exercising procurement functions for timely availability of goods

and services in the most transparent and competitive manner. The

Manual is designed considering standard strategies, policies and best

procurement practices in the industry.

The objective of this Manual is to effectively ensure –

i. Economy and quality procurement of goods, services and

works

ii. Uniform practice and methodology/procedures across OIL

iii. Transparency and fairness in procurement

iv. Responsibility and accountability

v. Compliance to statutory regulations

This Manual is to be followed uniformly throughout the company in the

manner defined and designated. The laid down principles and

procedures detailed in the Manual is not restrictive. Deviation from the

Manual shall not tantamount to violation of procedure provided

appropriate approval is obtained for such departures which are within

the basic philosophy of procurement.

Page 6: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

6

2.0 PROCUREMENT STRATEGY

2.1 P ROJECT PROCUREMENT STRATEGY:

2.1.1 Process of designing procurement strategy for large projects (Cost

estimate > Rs100 Crores) should normally be aimed to decide what parts

can be done in- house and which parts need to be outsourced for timely

completion of the project in an effective manner, also by maintaining

competition and ensuring performance.

2.1.2 Procurement strategy shall be decided by a committee consisting of

members from indenting department, C&P department and Finance.

This committee shall examine the project requirement and recommend

efficient, manageable and cost effective strategy for procurement.

2.1.3 Procurement strategies for large projects:

a. EPC/LSTK: The entire project from engineering, procurement and

construction maybe contracted out to a single contractor on a

lumpsum turnkey basis. The contractor could then use sub-

contractors as necessary and will do the project management for the

same as well. Necessary provision should be provided in the tender

document regarding acceptability of sub-contractors with the approval

of OIL.

b. Mixed contracting : The project management role will be carried out by

OIL and there will be separate contractors for

Engineering/Procurement and Construction. This type of contract

allows better control for OIL and could lead to improved project

performance in terms of timely completion, expected performance,

cost competitiveness.

2.1.4 Guideline about deciding on level of outsourcing in projects:

Two key considerations to be considered by OIL in determining the

contracting strategy are (a) OIL's expertise in project management

(including ability to manage multiple interfaces) in specific type of project

being considered and (b) criticality of the project.

(i) If the project is critical and OIL does not possess the requisite

experience in project management (including ability to manage

multiple interfaces) in the specific type of project then EPC /

LSTK contracts should be preferred.

Page 7: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

7

(ii) If the project is critical and OIL possesses the requisite experience

in project management (including ability to manage multiple

interfaces), then OIL should prefer Mixed type of contracting.

(iii) If the project is not critical and OIL possesses some reasonable

experience in project management (including ability to manage

multiple interfaces) in the specific type of project then Mixed

contracting should be considered subject to availability of the

professionals.

The engagement of project management consultant may be considered for

Sl. No. (i) & (ii) above.

2.2 BID PACKAGE CREATION:

2.2.1 The objective of bid packaging is to divide the requirement of the project

into a manageable number of suitable bid packages so as to produce the

maximum competitive response from bidders. This exercise of dividing the

procurement in different packages is done in the interest of economy,

efficiency and timely completion/delivery. The packaging should be done

in such a manner that it does not limit the participation by bidders.

While doing this exercise apart from nature and value of goods, works

and services being grouped into packages, one must also know the

conditions of potential market of sources of supply of materials, works

and services.

In the process of breaking-down the total project cost into a smaller

packages the following factors may be considered:

(i) Such packages should be compatible considering the prospective

bidders. Thus, the contents of the package should be inter related

in such a manner that prospective bidder can tie up with suppliers

of the various equipments, works and services involved in order to

be able to bid for the entire package. This will ensure adequate

participation in bidding and consequent procurement at optimum

cost.

(ii) The number of packages and the sizes should be at an optimum

level for effective implementation.

(iii) The terminal points of each package should be clearly defined and

proper tie-ups of these terminal points between packages ensured.

(iv) While forming the packages it should be ensured that scope and

Page 8: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

8

specification of the package is made in such a manner that it

ensures enough participation by the bidders.

2.2.2 APPROVAL:

The recommendation of the committee consisting of members from C&P,

indenting Department and Finance in respect of procurement strategy

and packaging shall require approval of LMC / Head of Project.

2.3 PROCUREMENT STRATEGY FOR GOODS/SERVICES

2.3.1 Purchase of frequently ordered goods/services :

a. For common items required continuously throughout the year in

large quantities, common services hired repeatedly through the year,

rate contracts should preferably be entered into.

b. Items/Services for which rate contract should be concluded will be

identified and the list will be reviewed and additions made every year

depending upon the past consumption or on anticipated

consumption. Rate contracts will not be entered in the case of

items/services for which the market shows marked downward trend.

In order to provide against a rise/fall in the market price during the

currency of the rate contracts, the contract may include the standard

Fall Clause.

c. Alternatively in case of the items and services where sharp price

fluctuation is envisaged a “Frame work Agreement” may be made

after freezing all technical and commercial conditions. This shall

enable to seek only prices against such agreement after giving short

notice.

d. A rate contract or framework agreement should be entered into on the

basis of open competitive bidding.

3.0 SCOPE OF WORK (SOW) / SPECIFICATIONS

In order to have proper and competitive offers the specification and scope

of work for materials, goods, services /works should be complete and

unambiguous. Wherever necessary, the relevant drawings, data sheets,

samples in relation to the works involved should be provided.

3.1 The specification should be drawn up in general terms without quoting

reference to any particular firm or referring the model of a particular firm.

Page 9: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

9

3.2 The indentor should avoid drawing of specification which ends up in

procurement of proprietary item except in cases where proprietary

procurement is unavoidable. The specification for standard items which

are commonly in use should be standardized for uniform use in OIL.

While raising requirement for such item, no further specification be

prepared and the one which is standardized must be used.

3.3 The scope of work/services/supply and specification shall be prepared by

indenting department and will have the approval of competent authority

who approves the PR as per DoP.

3.4 The bidder should be given a reasonable time for mobilization of

equipment, delivery of goods/materials, completion of jobs by specifying

appropriate time period in the tenders. This shall enable bidders to quote

competitive price and avoid unnecessarily loading their price for likely

compensation for delay (liquidated damages). While raising PR where

installation and commissioning is involved, specific time frame towards

installation and commissioning period to be indicated which will help in

getting competitive offers and no ambiguity during evaluation. Wherever

there is requirement of installation and commissioning a separate period

shall be defined in the tender document for the same within the overall

completion schedule.

3.5 In addition to above, in case of LSTK and civil works all necessary

information, service detail etc. which are available with OIL to be provided

in the tender documents.

4.0 BID EVALUATION CRITERIA (BEC)

4.1 The Bid Evaluation Criteria (BEC) is to be formulated while seeking the

bids on open tender basis. The purpose of BEC is that only the

competent bidders who can supply / execute the job and provide the

services as per technical and commercial criteria, scope of the tender

document, are shortlisted. The BEC shall have technical as well as

commercial criteria for examining the bids.

In case of limited tenders where vendor empanelment has not been

done, the BEC shall be incorporated in such tenders also and uploaded

in the OIL / Govt. websites so that any capable bidder may download

and submit the bid.

4.2 Utmost care should be taken in formulating BEC so that the ultimate

Page 10: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

10

objective of purchasing function, i.e. procuring the required materials /

services / works as per required specifications, delivery/completion

schedule at most competitive prices, is met.

4.3 The capability / eligibility of a bidder is assessed for technical

competence based on the similar past experience of execution /

manufacturing / service providing and availability of relevant facilities for

performing the job as per relevant standard.

The financial strength of the bidder is assessed through a scrutiny of

financial document such as profit & loss statement, balance sheet with

reference to turnover, net worth and other financial parameters.

4.4 While the factors relating to experience and manufacturing / fabrication

capability are more relevant and important for orders pertaining to

supplies; experience and financial soundness assume relatively higher

importance and relevance while assessing capability of contractors for

construction works, turnkey jobs and services to be provided by them.

4.5 The BEC and other relevant tender condition should be made in such a

manner that the competent bidders participate in the tender and there is

sufficient participation, the BEC should never be framed keeping in view

a particular bidder / bidders. As far as possible the BEC should be

general in nature meeting the job requirement ensuring adequate

competition without compromising on quality / competence of the

bidder.

4.6 FINANCIAL CRITERIA:

The following financial criteria should be included in open tender in

order to ascertain financial soundness of the bidders:

Sl.

No.

Financial Criteria (to be considered from the original bid

closing date)

1 Annual Turnover

Value (i) 50% (*) of the estimated value for all

cases where execution / delivery

period is less than one year.

(ii) 50% (*) of the annualized estimated

value for all cases where

execution/delivery period is more

than one year.

For consortium At least one member of the consortium

Page 11: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

11

to meet the above criteria of 50%

turnover.

The other members of consortium

should meet minimum 25% turnover

requirement.

Period for

consideration

In any of preceding 3 financial years

2 Net worth Positive for preceding financial /

accounting year

* In case of civil / service contracts up to a ceiling of Rs. 5 Crores, the

turnover shall be 30% of the estimate, which are normally executed by

local contractors; the socio-economic condition is also under

consideration.

4.7 TECHNICAL CRITERIA:

4.7.1 Purchase:

i) Experience of manufacturing and supply of similar equipment /

materials / plant in previous 5 (five) years to be reckoned from the

original stipulated bid closing date of the tender.

ii) Availability of manufacturing / fabrication facility with adequate

testing /quality assurance facility as per applicable codes, if required

considering the nature of items.

iii) The bidder should have experience of successfully executing at

least 1(one) similar order for 50% of the estimated value in preceding

5(five) years.

In case of rate contract for supply of bulk materials / off the shelf items

/ consumables etc. the bidder should have executed at least 50% of the

annualized value of the estimate under the tender in one year, of the

preceding 5(five) years.

iv) If the experience can be specified in terms of technical parameters,

the criterion of similar works experience may not be necessary to be

specified in terms of value.

v) “Similar order” if specified in BEC must be clearly defined in the

tender documents.

4.7.2 Works (including LSTK) / Services / Consultancy :

Page 12: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

12

i) Experience of at least one similar work of about 50% of value of

work under tender in previous 7 (seven) years to be reckoned from the

original bid closing date.

In case of Rate / Maintenance / Service Contract, experience of at least

one similar work of about 50% of annualized value of work under tender

in previous 7(seven) years is to be considered.

ii) “Similar Works” if specified in BEC must be clearly defined in the

tender documents.

iii) If the experience can be specified in terms of technical

parameters, the criterion of similar works experience may not be

necessary to be specified in terms of value.

4.7.3 In case of tenders for Annual rate contracts / Maintenance and Service

contracts, if the prospective bidder is executing rate / maintenance /

service contract which is still running and the contract value / quantity

executed prior to due date of bid submission is equal to or more than

the minimum prescribed value in the BEC such experience will also be

taken in to consideration provided that the bidder has submitted

satisfactory work / supply / service execution certificate issued by end

user.

4.7.4 The above regarding the BEC are the general guidelines to be considered

while formulating bid evaluation criteria. The indenting department

concerned, with due reasoning, may suitably formulate the BEC

depending upon the job requirements and the same shall not be treated

as deviation to the procedure. While making BEC, the prime objective is

that only capable bidders are qualified. At the same time, there should

be sufficient participation.

4.7.5 A job executed by a bidder for its own organization / subsidiary cannot

be considered as experience for the purpose of meeting BEC.

4.8 APPROVAL OF BID EVALUATION CRITERIA:

In case of tender being processed through open advertisement a

suitable BEC needs to be formulated covering technical as well as

commercial aspects. On recommendation of tender committee the

competent authority as per Delegation of Power (DOP) shall approve the

proposed BEC.

4.9 MODIFICATION / AMENDMENT TO BEC:

Page 13: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

13

Modification to BEC is not desirable and shall be avoided. However, as a

result of Pre-Bid Conference or any other valid reason, if modification to

BEC is inevitable, on recommendation of Tender Committee with full

justification the modification can be approved by the competent

authority as per DoP.

Modification to BEC is not permitted after the receipt of the bids.

4.10 BID REJECTION CRITERIA (BRC):

It is important to explicitly include all such terms and conditions which

are considered absolutely necessary to be accepted by bidder without

any deviation. Tender document should have a stipulation that

deviation to such criteria shall make the bid liable for rejection. Broadly

the following are to be included in the tender as bid rejection criteria :

a) Deviation to the following provision of the tender document :

i. Firm price

ii. EMD / Bid Bond

iii. Scope of work

iv. Specifications

v. Price Schedule

vi. Delivery / Completion Schedule

vii. Period of Validity of Bid

viii. Liquidated Damages

ix. Performance Bank Guarantee / Security deposit

x. Guarantee of material / work

xi. Arbitration / Resolution of Dispute

xii. Force Majeure

xiii. Applicable Laws

xiv. Integrity Pact, if applicable

xv. Any other condition specifically mentioned in the tender

documents elsewhere that non-compliance of the clause lead to

rejection of the bid.

4.11 LOADING CRITERIA:

4.11.1 In case there are certain foreseen acceptable deviations which can be

loaded financially, the same needs to be indicated in the tender

document along with quantum / rate of loading.

4.11.2 In case OIL opts to supply cement, steel etc. to the contractor, the

bidders are required to quote the consumption and OIL is to indicate in

Page 14: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

14

the tender upfront the rate for loading of price for such items in case of

turnkey packages.

4.11.3 The stipulation in case of OIL providing steam, power and other such

utilities for consumption by the contractor, the bidder to quote the

consumption and the tender should have the rate for loading such

consumption.

4.11.4 In addition to above, if there are any other factors which impact the

price evaluation, the same needs to be mentioned in the tender

document. Further the tender document should contain the method of

evaluation for such factors in unambiguous manner while evaluating

the price bid.

5.0 RAISING OF PR

5.1 For procurement of stock items, purchase requisition shall be raised by

C&P department, being indentor for such items.

5.2 In case of non-stock items, the procurement requisition shall be raised

by user department for supply, services, works, LSTK jobs etc.

5.2.1 The indentor will provide along with PR the following :

i) Scope and specification for supply, services, works involved under

the PR in a manner as explained herein before in para 3.0.

ii) The estimate for the scope covered under the PR for goods, works

and services which shall be used for tendering purpose and

decision making process for award while comparing with the actual

price received against the tender.

Wherever it is not possible for complex cases to give very accurate

estimate as it may require further inputs, an estimate for tendering

purpose may be provided with the PR. The detail estimate shall be

provided before the due date of bid submission which shall be

considered for decision making process for award.

iii) It is desirable that the indenter who shall frame qualifying criteria

(technical & experience) also indicate the numbers and names of

the prospective bidders who are likely to qualify under the

proposed BEC. However, it may happen that during the actual

tendering the response may be more or less as compared to

mentioned in the PR. This shall give fair idea about participation.

Page 15: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

15

Further procurement personnel may inform such bidders in

advance about the tender as proactive action.

iv) For stock items last order reference/budgetary quotation may be

used for price comparison purpose.

v) Budget provision and Expenditure Sanction with fund allocation.

vi) Schedule of Rates, with full description of items, their quantities,

blank price column.

vii) Detailed technical specification for bidding purposes.

viii) The date by which the delivery/work to be completed.

ix) The delivery/completion period should be realistic as the bids

become liable for rejection on the same grounds.

x) The Purchase Requisition must indicate the type of budget with job

number.

xi) If the invitation of bids is to be done on limited tender basis beyond

the threshold limit for limited tender, the Purchase Requisition

shall indicate about the approval of competent authority as per

DOP duly mentioning the grounds of resorting to limited tendering

and the names of the parties whom the indentor considers as

capable and competent may be specified in the Purchase

Requisition.

xii) If the invitation of bids is to be done on single source/nomination

basis, the indentor should provide the approval of competent

authority as per DOP with full justification as to resorting on

nomination basis for the particular item/services/works and

selection of a particular source. The hard copy of the Purchase

Requisition shall accompany the original approval of the competent

authority for invitation of the bid on single bid basis.

xii) In case an item is to be procured on proprietary basis, the PR shall

be approved by the competent authority as per DoP certifying in

the PR itself that the item/services is proprietary and there is no

other alternative. Further the PR should include the name and

address of the party from whom the item is to be procured.

xiii) In case of emergency as defined at para no.6.14 and declared by

Page 16: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

16

the Management, the normal procurement procedure may not be

applicable. However, the procurement should be done with

application of normal prudence and maintaining transparency.

xiv) In the event of breakdown / capital overhaul of an equipment or

major facility revamp works & services, where it may not be

possible to assess the extent of repair action (at bidding stage) and

cost estimates, the expenditure sanction may be obtained post

inspection but before start of works. This is applicable only in case

of equipment repairs through OEM / their authorized workshop. In

case of facility repair / revamp such assessments should be carried

out by a committee of representatives from Indenting Department,

Finance Department & Contracts Department. In all the above

cases, approval of the competent authority and expenditure

sanction for emergency works as per DOP is required.

xiv) As per Notification No: 12/2012-Customs dated 17.03.2012 issued

by Ministry of Finance under Srl. No. 356, 357, 358 & 359, there

are benefit of Zero Custom Duty and other benefit of Deemed

Export as covered under Exim Policy. Therefore it is essential that

PR contains the name of the items which falls under such category,

name of area of use so as to have suitable provision in the tender

document.

xv) Time schedule for utilisation of material/equipment being procured

including schedule of readiness of the front/site for erection and

commissioning, if any.

xvi) Bid Evaluation Criteria

xvii) Special Conditions of Contract.

5.3 COST ESTIMATE:

a) The cost estimate is a very important factor in decision making

process for procurement. Therefore, the cost estimate should be realistic

and real time so as to achieve economy and efficiency in procurement. In

cost estimation, important factor inter alia following may be considered:

i) The established engineering practices for cost estimation.

ii) Last purchase price for similar items / works / services.

iii) CPWD, DGS&D rates and DSR.

Page 17: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

17

iv) Costing details and data available from other sources like CPSUs.

v) Market price trend analysis.

vi) While drawing reference to the last purchase price, indices like

Wholesale Price Index (WPI), Consumer Price Index (CPI), Metal

indices, Foreign exchange fluctuation, oil price movement etc. may

also be considered for a realistic estimate.

vii) Budgetary quotation. While estimate based on budgetary quotation

is not a preferred method, wherever necessary the budgetary

quotation should be obtained after giving complete detail and scope

of specification. It is preferred to have minimum 3 (three) budgetary

quotations and draw an average out of this.

b) Both the item wise and total cost estimates are important for taking

decision for procurement and are also important for evaluation of bids.

5.3.1 If in-house expertise is not available for estimation, service of the reputed

project management consultants who have the facilities for cost

estimation can also be availed for complex and major cases.

5.3.2 Review of Estimate

The variation between cost estimate and the lowest of evaluated bid

price shall call for review of the estimate. Such review needs to be done

more exhaustively where the variation of the price is more than 10% of

the cost estimate. This analysis is required to arrive at proper decision

for placing order as well as keeping in view the other aspects like

project schedule / operation etc.

5.4 BUDGET & TECHNICAL SANCTION:

5.4.1 TECHNICAL SANCTION

A proper detailed cost estimate based on specification, essential

drawings and preliminary structural and service designs shall be

prepared to accord approval by the competent authority. The Sanction

to the estimate must be obtained before the bids are invited. It indicates

only to the extent that the proposals are structurally sound and the

estimates are accurately calculated and based on adequate data.

5.4.2 BUDGET SANCTION

Page 18: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

18

Budget Sanction to a project or part thereof shall be accorded by the

competent authority according to DOP.

Budget sanction shall be accorded on the basis of cost estimates and

the scope of work.

5.5 EXCESS OVER BUDGET SANCTION:

In case, any excess over the sanctioned amount is known before bidding

or during bidding, the bidding process shall not be held up for want of

additional Budget sanction. However, LOI /Award of work/ Letter of

Award (LOA) shall not be issued without obtaining expenditure sanction

inclusive of additional sanction, if any. Parallel action shall be taken by

Indenting Department for additional budget sanction.

5.6 BID EVALUATION CRITERIA (BEC):

The Bid Evaluation Criteria (BEC), wherever applicable, shall be

prepared by the user department and forwarded to Commercial

department along with the Purchase Requisition for the Works / Goods

/ services.

6.0 MODE OF TENDERING FOR PROCUREMENT OF GOODS, WORKS AND

SERVICES

6.1 In Public Procurement the preferred mode is procurement through

invitation of open tender. However, same may not be feasible for

procurement of goods, works and services in case of, lower values,

operational requirement at various sites. Therefore, there are other

methods of procurement to cater the necessary requirement.

6.2 Generally the following methods of procurements for goods, works and

services are considered :

a. Procurement through DGS&D

b. Open Domestic Tender

c. Limited Domestic Tender

d. Open International Competitive Bidding (ICB)

e. Limited International Competitive Bidding (LICB)

f. Procurement on nomination basis

g. OEM / Proprietary procurement

h. Petty procurement of goods / works / services through hand

quotation

i. Annual Rate Contract

j. Purchase by a Board of Officers

Page 19: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

19

k. Emergency Purchases

l. Procurement from Govt. Cooperatives, such as Kendriya

Bhandar, State Emporium, Govt. Department, Central & State

PSUs.

6.3 PURCHASE THROUGH DGS&D

6.3.1 OIL should consider taking advantage of the DGS&D Rate/Running

Contract when such contract exists and the delivery period suits our

requirement as no separate tenders need be invited when the delivery

period stipulated in the DGS&D Rate/Running Contracts is acceptable

leading to time and cost savings. Such orders can be placed on DGS&D's

terms and conditions with the option of inspection being done by OIL or

third party nominated by OIL or with OIL terms and conditions with

consent from the rate contractor. The Purchase Officer may place a direct

supply order on the DGS&D Rate contractors on DGS&D rates with the

approval of Competent Authority. The order can be placed directly on the

rate contractor with lowest DGS&D rate. If there are multiple contractors

offering the lowest DGS&D rate, contractors will be selected on rotation

basis.

6.3.2 List of DGS&D rate contracts is available on DGS&D's website. All

Spheres / Projects are required to use the same, as required, to take

advantage of DGS&D rate contracts. In case the DGS&D rate contract

also includes the name of dealer/distributor in addition to the OEM,

then first effort should be made to procure directly from OEM. In case,

OEM does not respond, then the procurement can be done through the

dealer/distributor mentioned in the DGS&D rate contract.

6.3.3 In case such direct/referral supply orders are placed, OIL is liable to pay

a nominal fee as Departmental Charges (as informed by DGS&D from

time to time). Such departmental charges will be first deposited by

vendor to the concerned Controller of Accounts and then claimed for

reimbursement from OIL against supporting documents.

6.4 OPEN TENDERS:

6.4.1 All procurement of Materials/Works/Services whose value is more than

Rs.10.00 lakhs shall be procured through open tenders.

6.4.2 Open tender shall be advertised through Press Advertisement which shall

be published at least in two National Daily and in one Hindi Newspaper

and / or local language daily published locally in the state where the site

of work is located.

Page 20: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

20

6.4.3 The Notice inviting Tender (NIT) shall be published by the PR Department

who shall provide a copy of advertised NIT to the concerned tender

issuing department.

6.4.4 The concerned section of C&P Department shall forward the copy of

Invitation to Bid to PR Department for publishing Tender Notice in the

newspapers in the formats:

OIL INDIA LIMITED

(A Government of India Enterprise)

P.O. Duliajan-786602, Assam, India

E-mail:

INVITATION FOR BID

OIL INDIA LIMITED invites Local Competitive Bid (LCB)/International

Competitive Bid (ICB) through its e-procurement portal

https://etender.srm.oilindia.in/irj/portal for the following items:

TENDER NO BID CLOSING/

OPENING DATE ITEM & QTY

Tender fee (Non-refundable): Rs_____; Bid Closing/Opening Time: _______; Last

date for submission of tender fee-one week prior to bid closing date. The

complete bid documents and details for purchasing bid documents,

participation in E-tenders are available on OIL’s e-procurement portal

https://etender.srm.oilindia.in/irj/portalas well as OIL’s website www.oil-

india.com.

NOTE: All addenda, Corrigenda, time extension etc. to the tenders will be

hosted on above website and e- portal only and no separate notification shall be

issued in the press. Bidders should regularly visit above website and e-portal to

keep themselves updated.

6.4.5 Amendments to the NIT after its issue will be published on OIL’s website

only.

The following disclaimer to be included in all NITs :

Page 21: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

21

Revision, clarification, addendum, corrigendum, time extension etc. to

the tender will be hosted on OIL website only. No separate notification

shall be issued in the press. Prospective bidders are requested to visit

website regularly to keep themselves updated.

If the original tender is substantially modified affecting the important

tender condition like scope of work / specification / delivery period /

mobilization period / completion period, for better transparency and

participation by maximum prospective bidders, it shall be prudent to

extend the due date of submission so as to provide required time for

bidder to take care of the changes.

6.4.6 C&P In-charge shall designate an officer well conversant with the

procedure, who shall be responsible for correctness of NITs being

uploaded on the web-site or published in the newspaper.

6.4.7 Tender document shall be uploaded on OIL website, CPPP as well as

Govt. website.

6.4.8 Sale of document (in case of physical tendering) shall continue up to one

day prior to the Bid closing date as advertised in the NIT.

6.4.9 In case of e-tendering the bidder shall require User ID and Password for

online submission of Bid. The tender document should specify clearly

that in case of new prospective bidders who do not have User ID and

Password, the bidder shall request OIL for the issue of the same well in

advance and OIL will take up to 5 working days to issue the same.

Therefore bidder should not delay in making request till the last moment

in their own interest. In case of delay because of late request by the

bidders OIL shall not be responsible for non-submission of Bid in

absence of user ID and Password.

Alternatively, User ID and Password may be generated online by the

bidders by using the link for supplier enlistment given in OIL’s e-tender

portal.

6.4.10 In cases where open tender is not resorted to for any procurement of

materials / works / services, even though the value exceeds the limit as

stated in para-6.4.1 and it is considered expeditious and appropriate,

the limited tender may be resorted to with due approval by the LMC /

Head of the Project concerned. While seeking approval for resorting to

limited tendering instead of open tendering the reasons for same shall

be recorded in writing. List of the supplier / contractor to whom the

tender is to be issued shall also be provided by indentor The cases, for

Page 22: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

22

which the competent approving authority is Director / CBC / Board,

the LMC / Head of Project or Sphere shall be competent authority for

approval to issue limited tender. In processing the limited tendering

cases it should be ensured that the parties meet the bid evaluation

criteria as the rejection of the bid on technical suitability grounds is not

desirable in such cases.

Such tender shall be hosted on the web site with qualifying criteria and

bidder, other than those to whom the tender enquiry is addressed, shall

request OIL with their credentials for enlistment for that specific

items/services for future procurement, which will be decided by OIL

after verifying the credentials.

6.5 LIMITED TENDERING:

6.5.1 All procurement of Materials/Works/Services whose value is less than

the threshold value for open tenders (presently Rs.10.00 Lakhs) may be

through limited tenders. Limited Tendering shall be resorted to and

enquiry be issued to only those vendors/contractors who have been

empanelled / prequalified as per the laid down procedure.

However, if number of vendors in such cases is less than 5(five), the

tender should be floated either on open tender basis or should have

approval of one level above the competent authority.

6.5.2 In case of limited tendering where vendors are empanelled through a

transparent laid down procedure giving opportunity to all such

empanelled bidders, the tender shall be hosted on website only for

information.

6.5.3 In case, limited tenders are proposed to be invited (as against open

tender based on value of the tender) and the vendors for this specific

requirement are not empanelled, then the bidders should be identified

and short-listed by the indentor, who should also determine and certify

that short-listed bidders meet the pre-qualification criteria.

Such tender should contain the Bid Evaluation Criteria (BEC). The

tender should be hosted on website and any bidder who is interested can

download the tender document and submit the bid. Thus all bids

submitted by vendors suggested by the indentor or who had downloaded

the tender and quoted shall be evaluated in accordance with BEC for

qualification and award.

Approval for such limited tendering shall be taken from LMC / Head of

Page 23: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

23

Project or Sphere.

6.5.4 In case of limited tendering the enquiry shall be issued to all the vendors

who are on the empanelled list of OIL for the tendered item.

6.6 PROCUREMENT ON NOMINATION BASIS:

6.6.1 Award of any contract without following the norms of competitive

bidding, for other than Goods and Services from OEM / Proprietary items

/ Proprietary spares; shall be considered as award on Nomination basis.

All efforts should be made for timely processing of procurement cases so

as to meet the operational requirement and avoid last minute urgency

leading to procurement on nomination basis. A justification for

nomination award due to urgency created solely on account of delay in

processing the normal tender for procurement is not desirable.

6.6.2 Procurement on Nomination Basis is an exception to the normal

procurement procedure. However, to tide over the organisational

exigencies, procurement on nomination basis may be resorted to. In

such situation the user / indentor shall give appropriate justification for

procurement on Nomination basis observing the following guidelines.

- It must be clarified that the procurement on nomination basis is

made only to tide over contingent requirements, meeting quality

standards as would be critical from the organizational perspective,

technical compatibility and if not proceeded with are likely to

jeopardize normal operation and business of the company.

- The user / indenting department shall provide a complete proposal

fully substantiated / justified for selected vendor / contractor and

the proposed methodology for award.

- The proposal shall include inter-alia the cost estimate and its basis.

If the cost estimate is based on the budgetary quotation from

proposed bidder then analysis shall be made by the proposer about

the reasonableness of the same.

- The proposal shall also include detailed scope of work, specification,

deliverables, schedule of activities and payment mechanism.

- The concerned department shall carry out the necessary

assessment of the vendor / contractor / service provider along with

their suitability / credibility for executing the job.

Page 24: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

24

- In processing a case on nomination basis the technical and

commercial acceptability must be ensured as rejection of the bid is

not desirable in such cases.

6.6.3 The concerned user / indenter shall obtain the approval of competent

authority before resorting to procurement on nomination basis.

6.6.4 After approval by the Competent Authority a PR/SR will be raised for

processing the case for procurement and then forwarded to C&P

Department. The C&P Department shall issue the request for quotation

(RFQ) indicating specification and scope, delivery and completion

schedule and other terms and conditions.

6.6.5 Evaluation and Award : The technical evaluation will be done by the

user department and the commercial evaluation by C&P department.

6.6.6 A tender committee consisting of members from user department, C&P

and Finance shall deliberate and examine the case and put up final

recommendation for award which shall be approved by Competent

Authority as per DOP. The tender committee recommendation should

contain inter alia the following :

(i) Reasons and justification for award on nomination basis

instead of competitive bidding.

(ii) Reasons and justification for recommending a particular

vendor/service provider for nomination contract.

(iii) The price reasonableness of the quoted price.

6.7 PROCUREMENT OF PROPRIETARY ITEMS / SERVICES / OEM:

The procurement of goods / services on proprietary basis should be done

only to meet operational exigencies. The proprietary article certificate

shall be issued by an authority as defined in the DoP.

The proprietary article certificate shall be provided along with PR / SR.

The concerned HOD (or designated officer) shall declare a service,

component, accessories, sub assemblies / assemblies, standby

equipment as OEM item related to original equipment and the same to

be procured from the OEM or authorized dealer of OEM. However it is to

be certified by indentor that no other substitute can be used as

replacement. For these items / services no proprietary article certificate

will be required.

Page 25: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

25

The equipment, accessories, sub assemblies / assemblies and any other

item supplied along with main equipment by OEM, which are supplied

by their (OEM) sub vendor; for these items such vendors shall be

considered as OEM equipment manufacturers. However it is to be

certified by indentor that no other substitute can be used as

replacement. For these items also no proprietary article certificate will be

required.

6.7.1 The proprietary requirement shall be justified on technical and

operational ground and a proprietary article certificate shall be provided

as under :

The items / services required are manufactured and provided only by

M/s.___________. No other make / service is acceptable as substitute for

technical / operational reason.

6.7.2 The purchase of proprietary item shall be made from manufacturer or

from dealer if nominated by the manufacturer on exclusive basis.

6.7.3 The tools, equipment and spare parts for the machineries for which no

substitute are available are to be treated as proprietary and no

proprietary certificate is required. However, the indentor has to confirm

that no other substitute / spares can be used. These are to be procured

from original manufacturer (OEM) or from Dealer or Firm nominated by

OEM on exclusive basis.

6.8 PROCUREMENT OF SPARE PARTS:

6.8.1 It is desirable to procure spare parts directly from OEM. Further, in case

of imported supply OIL is entitled to import at zero customs duty once

Oil India Limited is the importer from overseas.

6.8.2 Spare Parts need to be procured directly from OEM only and not from

their dealer / distributor / stockist. In exceptional circumstances, if

OEM advises that the spare should be purchased from their authorised

distributor / dealer / stockist / supply house and as a principle they do

not supply spares directly, then procurement can be done from

authorised distributor / dealer / stockist / supply house.

6.8.3 In case of overseas supplier, if OEM has a joint venture in India or has

opened their own subsidiary then offer from such JV or subsidiary can

also be considered for procurement of spare subject to technical

suitability.

Page 26: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

26

6.8.4 In case overseas OEM supplier does not agree to directly supply the

spare parts then they may supply on high sea sales basis through their

authorised dealers / distributors / stockists.

6.8.5 Under no circumstances bids from Indian Agent for spares shall be

considered.

6.8.6 In case of overseas OEM, if supply is made by authorised Indian dealers

/ distributors / stockists / JVs / subsidiary of OEM, the bidder shall

certify that in respect of goods covered under the contract the vendor has

paid proper custom and other duties as per Govt. guideline and has

complied with all Govt. regulation. The bidder shall further indemnify

OIL in this respect from any claim in future by any Authority in India or

abroad, from where import is sourced.

6.9 ANNUAL RATE CONTRACT:

6.9.1 The items and spares which are continuously required throughout the

year for operation and maintenance of main equipment by the major

manufacturer, OIL should enter into the rate contract for supply of such

items with these OEMs. Duration of these contracts will not be more

than two years.

6.9.2 Items for which Rate Contract is existing, no tender is processed and

order is placed against PR based on the rate and terms &conditions of

the rate contract.

6.10 PETTY PROCUREMENT:

6.10.1 Spot purchase of stock and non-stock items are made by Materials

Department if the total value of the individual item does not exceed Rs.

25,000.00 or such limit as specified in DOP. The purchases are made

from parties as per the vendor list maintained by the Spot purchase

wing of Materials Department on rotation basis at the rate fixed for the

item by the Materials Department. Wherever the rate is not available,

the supplier has to submit Manufacturer's Price list/quotation for

justification of price.

On the basis of a statement generated from the system (ERP) in regard

to the spot and petty purchases, user departments and Materials

Department may, on quarterly basis, decide whether any of the items in

the statement are to be categorized as stock item for regular

Procurement.

Page 27: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

27

6.11 PURCHASE AGAINST HAND QUOTATIONS:

Purchases above Rs.25,000.00 up to Rs.100,000.00 shall be made on

hand quotation basis by User Departments themselves by obtaining at

least three hand quotations for all types of procurement. A list of

prominent and reliable local firms will be maintained by all concerned.

Hand quotations will be collected on rotation basis whenever there is

scope for rotation. A certificate will be given by the Officer making such

purchase that hand quotations were obtained on rotation basis. The

names and addresses of the firms from whom quotations are obtained

will be given in the certificate. Where the number of dealers is limited

i.e. less than six (6), rotation system need not apply.

6.12 PURCHASE FROM STATE EMPORIUM/GOVERNMENT DEPARTMENT

/UNDERTAKINGS:

Whenever items are available in State / Centre run Emporium / State

Govt. Or Central Govt. Undertakings, purchases are to be made from

them only and in such cases, the requirement of obtaining three hand

quotations will not be necessary.

6.13 PURCHASE THROUGH BOARD OF OFFICERS:

6.13.1 Purchase by board of Officers (Committee) will be resorted to only in

exceptional circumstances when the materials /services/works are

either required urgently to overcome an exigency or because the

indentor is not able to give firmed up / detailed specifications

(necessitating on the spot decision based on the availability in the

market)so that procurement cannot be made under the normal

purchase procedure, provided further that prior approval of the Head of

the Sphere/Project is obtained and furnished along with the Purchase

Indent, before resorting to purchase through a board of officers.

6.13.2 The Committee purchase shall be constituted by the GM of indenting

department consisting of members from C&P, Finance and Indenting

Department. The Committee shall consist of officers of equivalent level

from each department under whose power the procurement falls as per

DOP.

6.13.3 If for any reason it is not possible to constitute a Purchase Committee

with competent officers in accordance with the DoP, the Committee may

be constituted with an officer of the next below rank. However, the

Page 28: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

28

reasons should be recorded in writing for such cases.

6.13.4 For carrying out the purchase, the Committee of officers shall explore

the local markets as first priority, before seeking offers from outside the

city / town. Further, the Committee of officers shall obtain as many

quotations as possible (minimum 3) so as to determine the

reasonableness of rates. In case the supplier(s) do not agree to give the

hand quotations, the same should be recorded by the Committee of

officers in their proceedings.

6.13.5 In case of purchases through a constituted Committee no EMD/Bid

bond is required.

6.13.6 The proceeding of purchase committee should be ratified by the same

authority by whom such committee was constituted.

6.14 EMERGENCY PURCHASE:

6.14.1 The natural calamity, explosion, fire, flood, civil disturbances, war,

cyclones, blow out, and earthquake endangering the plant, property and

lives shall be referred to as emergency. Further operational emergency

which may result in safety hazard / loss of property if not attended /

repaired shall also be considered as emergency.

6.14.2 In case of emergency normal procurement procedure shall not be

applicable. Concerned User Departments shall take all required

decisions in respect of procurement of materials / works / services to

deal with emergency with normal prudence and transparency.

6.14.3 All actions shall be taken in accordance with Delegation of Power (DOP)

for emergency procurement.

6.14.4 Prior Financial sanction is not necessary in case of emergency

procurement.

6.14.5 Detailed justification for resorting to such emergency purchases should

be recorded at the time of processing the proposal for approval of

competent authority as per DOP.

6.14.6 Quantity to be purchased shall be restricted to the minimum essential

and the procurement shall be accounted for immediately by submitting

Pre-receipted indent along with the Inspection Report, Invoice, Delivery

Challan and Purchase Order, to the C&P Department for raising GRN.

Page 29: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

29

6.14.7 C&P departments in all spheres / projects need to ensure that the items

purchased as emergency procurement are issued and certified by user

that they have been put in utilisation. Delay in consumption of such

items, if any, are to be reported by the concerned Department to

concerned HOD / Project Head, with reasons.

7.0 SYSTEM OF TENDERING

7.1 SINGLE BID SYSTEM (COMPOSITE – TECHNICAL CUM

COMMERCIAL) :

7.1.1 This system of bidding requires that technical and price bids are

obtained in single envelope and opened for processing. The system

should be adopted in cases where specification, terms and conditions,

are firmed up and the bidder is required to strictly comply to the tender

conditions. Preferably this method should be adopted for standard

items.

7.1.2 The following limit shall be applicable for procurement through

composite bid system :

(i) Procurement of Materials up to Rs.50 Lakh

(ii) Procurement of Work / Services upto Rs.1. Crore

The above are only guidelines, depending upon the requirement the C&P

Department can select any other value limit which suits the particular

procurement. In case higher value limit is selected for composite bid

system, it should be substantiated with proper justification.

7.1.3 Procurement of OEM / Proprietary / Spare part items and award on

Nomination basis may also be through single bid system.

7.2 SINGLE STAGE TWO BID SYSTEM:

7.2.1 Two Bid System generally is used:

(i) In case of procurement of capital items / works / services of complex

and sophisticated nature where it is essential to examine the technical

offer for acceptability and compliance to the tender conditions.

(ii) In procurement of the items where service conditions and other

parameters are provided by OIL and equipment are designed and

manufactured by the bidder which may require examination of the bid

for compliance to the tender conditions.

Page 30: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

30

(iii) Service / work contract where it is necessary to raise technical and

commercial query to the bidder for examination of the bid.

7.2.2 As a general guideline the procurement having value more than

specified at 7.1.2 shall be processed as per single stage two bid system.

However, this is just a guideline, depending upon the requirement any

other value limit which suits the particular procurement may be opted.

7.2.3 Under Single Stage Two Bid System the bid should comprise of “Techno

Commercial – Unpriced Bid” – Part-I and “Priced Bid” – Part-II

separately, sealed in separate envelopes. The first inner sealed cover

will contain Techno Commercial – Unpriced bid having all details but

with price column blanked out. Part-I shall also contain EMD / Bid

Bond. This cover will clearly be super scribed with “Techno Commercial

– Unpriced Bid” along with party’s name, tender number, Bid closing

date and brief item description. The second inner sealed cover will

contain only the price schedule duly filled in and signed and will be

clearly super scribed with “Priced Bid” along with other details as

mentioned above. These two covers shall be put into an outer cover and

sealed. The outer cover should bear the Tender number and Bid closing

/ opening date along with the address of the office where tenders are to

be submitted.

In case of e-tender techno-commercial bid (without price bid) and price

Bid have to be uploaded in separately designated places of the e-portal

as per the requirement (design) of the e-portal.

7.2.4 In case of electronic bidding, bidders shall upload the copy of bid bond

/ security deposit while submitting the bid. However, original bid bond

must be received on or before the due date and time of bid submission

at the designated C&P department office.

7.2.5 The techno-commercial unpriced bids will be opened and scrutinized.

The user department shall make the technical scrutiny and submit the

technical scrutiny report which shall take care of compliance to BEC

(technical and experience) and technical suitability / compliance as per

specification provided in the tender document.

The commercial evaluation with reference to commercial terms and

conditions of the tender document shall be done by C&P department

which shall submit the commercial scrutiny report.

The bids which are found acceptable as per Technical Scrutiny Report

Page 31: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

31

and Commercial Scrutiny Report shall be considered acceptable for

price bid opening.

7.2.6 After the short-listing of techno-commercially acceptable bidders and

approval by competent authority for price bid opening, all such bidders

will be notified of the date of opening of priced bids, allowing period of

not exceeding 7 working days, depending upon the urgency of

requirement and location of bidders, so as to enable such bidders to

participate in tender opening if they so like.

7.3 TWO STAGE TWO BID SYSTEM:

7.3.1 This system is followed for the procurement where:

It is not possible to formulate detailed specification and requirement,

without receiving inputs regarding its technical aspects from the

bidders.

The bidder is expected to carry out a detailed survey or examination and

undertake a comprehensive assessment of risk, cost and obligation

associated with the particular procurement.

7.3.2 In two stage bidding following steps may be followed:

(i) In the first stage bidding process, OIL shall invite bid containing

technical aspects and contractual terms and conditions of the

proposed procurement without price.

(ii) The tender committee shall examine the technical bid as per the bid

condition. If required the committee may hold discussion with

bidders giving equal opportunity to all bidders to participate in

discussion.

(iii) Pursuant to examination of bid and discussion with the bidders the

committee may, if considered essential, revise the relevant terms and

conditions / specification. However, at this stage the fundamental

nature of the procurement should not be changed / modified.

(iv) In the second stage of bidding process the prospective bidders shall

be asked to submit price bid only.

(v) Any bidder who has been invited to submit the bid at second stage

and is not in a position to supply / execute the job due to

modification in the specification or terms and condition may

Page 32: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

32

withdraw from the bidding process without forfeiting any EMD

submitted by him. However, the bidder shall be required to give

adequate justification for such withdrawal.

8.0 BID INVITATION AND BID RECEIPT

8.1 INVITATION OF TENDER:

8.1.1 Coordination and clubbing of demands for purpose of inviting tenders:

When dealing with indents, due attention should be paid to the

combination and clubbing of demands which will result in economy in

purchase. Demands for materials received simultaneously from

different indentors should be combined as far as possible while inviting

tenders. Due regard should, however, be given to delivery instructions

given by the indentors. Demands which cannot be suitably combined

with others for this or any other reasons should be dealt with

separately.

8.1.2 Enquiry Register (Not applicable for e-procurement and open tender)

i. An enquiry register for all the physical tenders shall be

maintained, either in system (SAP etc.) or physical record.

ii. In case of limited enquiries the name of the firms to whom the

enquiries will be addressed will be entered in that register. This

will be signed by the concerned officer issuing the enquiry.

8.1.3 Tender intimation to be sent to prospective bidders (in case of open

tender)

As a proactive action tender intimations shall be sent to prospective

bidders as soon as the tender is published. This shall enable the

bidders to refer to the advertisement and submit their bid.

8.2 TIME TO BE ALLOWED TO TENDERERS TO QUOTE:

The bidder should be given reasonable time period for studying the

tender document and preparation of bid. Accordingly, depending upon

the nature of procurement like supply (indigenous/imported), ICB

tenders, LSTK, the different time slab should be given for submission of

bid.

Page 33: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

33

The following time period shall be allowed to bidder for submitting of

bid :

Indigenous:-

Limited Tenders : minimum 25 days (in case of physical

tender it shall be maximum 30 days)

Open Tenders : minimum30 days

Others:-

Limited ICB Tenders : minimum 30 days

EPC/LSTK/Open ICB Tenders : minimum 45 days

However, a lesser bidding time may be given, keeping in view the

urgency of the requirement, with due approval of Head of Department,

provided such time is adequately reasonable for bidders’ participation.

In case of proprietary procurement, procurement on nomination and

spares, a shorter bidding time can be given. However, the same should

be adequate for the bidder to submit bid. Option of sending email

enquiries for such tenders may be exercised.

8.2.1 The time allowed for bidding is to be reckoned from the date of

publication of NIT in newspaper.

8.2.2 If the due date of the submission and opening happens to be an

unscheduled holiday / closure of OIL’s office, the due date of

submission and opening shall be accordingly extended up to next

working day.

8.3 VALIDITY PERIOD:

8.3.1 The bidders will be asked to keep their offers valid as under :

Composite Bid System : 60 - 90 days

Two Bid System : 90 - 120 days

The tender should be finalized within the original bid validity. The

validity extension should be avoided; only in exceptional circumstances

after recording the reasons in writing the validity extension may be

sought. In response to a request for validity extension, a bidder may

extend the validity on the same terms, conditions and prices. A bidder

has option not to extend the bid validity, if he so desires, without

forfeiting the bid security.

Page 34: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

34

8.4 INVITATION TO BID:

8.4.1 In regard to Invitation to bid, following points are to be kept in view:-

a. The Invitation to bid will clearly indicate the place, date and time by

which tenders will be received and the place, date and the time at

which these will be opened. It will also provide a brief description of

the tender along with details of tender number, tender fee.

b. The date and city of the pre-bid conference (if any envisaged) also

must be clearly specified in the Invitation to Bid. The last date of

receipt of queries from prospective bidders for pre-bid conference

will also be mentioned.

c. Invitation should include an instruction that the bid sent by the

bidder must reach the place of submission of bid well before the

closing date and time.

In case of e-tendering bidders are to submit the documents

electronically through OIL’s e-tender portal only. Where the bidders

are required to submit their bid electronically, bids submitted

manually shall be rejected. Bidders should upload copies of

EMD/Bid Bond/Bank Guarantee etc. along with technical part and

submit the original EMD on or before the bid closing date and time

at the designated C&P office in the tender.

d. All bids received by the notified closing date and time either through

post or through the tender box, will be entered in tender opening

register (Not applicable in case of e-tenders).

e. Invitation to bid may be transmitted by fax or e-mail also, wherever

required.

f. Invitation to bid will indicate the date and time of the

commencement of the sale of the tender.

g. Invitation to bid will mention that bidders can visit OIL's tender

website for further details on the tenders.

h. In case of Invitation to bid pertaining to e-procurement tender it

shall be mentioned that all the bidders have access to “Online help

document” which is available on login. This help document should

be used by them for participating in e-procurement tenders.

Page 35: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

35

8.4.2 The Tender Inviting Authority (TIA) shall forward the Invitation to bid

both in soft and hard copy to the concerned department. The Invitation

to Bid must contain the official e-mail address of the TIA.

8.4.3 The Invitation to bid shall be signed by the dealing officer of the Tender

Inviting Authority (TIA) to ensure that the Invitation to Bid is in order

and to avoid any corrections after its appearance on the web.

8.4.4 The complete set of bid documents shall be uploaded on OIL’s website

well in advance of the specified date for commencement of tender sale

specified in NIT. The TIA will be responsible for ensuring the

correctness of the content of the Invitation to Bid uploaded on the site.

8.4.5 Bidders will have to download the tender document before the due date

of submission and use the same for participating in the tender. The

bidders downloading the tender document from the website should

ensure to submit tender fee along with the bids to the tender inviting

Sphere / Project before the deadline specified for submission of bids.

Bidders, who intend to claim exemption from payment of tender fee,

must furnish the documentary evidence along with bids.

Applicable for e-tenders

Bidders shall be able to submit the Bid only after payment of the

Tender Fee. The payment of the Tender Fee can be made through OIL’s

electronic payment gateway.

Bidders who intend to claim exemption from payment of the Tender

Fee, should submit their request to the Tender Inviting Officer (contact

e-mail address provided in the RFx parameters of the subject e-tender)

with documentary evidence atleast 7 (seven) days prior to the last date

of submission of bids, so that the exemption from payment of the

Tender Fee is provided in the e-portal to that particular Bidder.

8.4.6 Number of copies of offers to be called from bidders(Not applicable for e-

procurement)

8.4.7 Number of copies of offers / bids to be called from bidders will be as

under:

a. Where in-house evaluation is involved- Copies in duplicate

b. Where bid evaluation is done by outside agency- Five Copies

Page 36: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

36

8.5 VARIATION IN QUANTITY AFTER INVITATION OF TENDER:

In case of supply tenders, the tender can have a provision for variation

of quantity at the time of placement of order up to +/- 20%.The bids,

however, shall be evaluated based on the tendered quantity to decide

the interse ranking of the bidder.

8.6 MODIFICATION TO THE SCOPE OF WORK

Any change in scope of work shall require the approval of competent

authority, whoever approved the PR. Any specific and essential

modifications of the scope of the work, subsequent to invitation of bids,

may be done only with the approval of Competent Authority, whoever

approved the PR. The addendum / amendment shall be notified in

writing to all prospective bidders who have received/purchased the Bid

Documents. In order to provide reasonable time to the prospective

bidders, for taking into account such amendment/ addendum in

preparing their bids, reasonable time as may be essential shall be

allowed to the bidders for submission of bids after issuance of such

amendment/addendum. This amendment/addendum shall also be

hosted on OIL’s website.

The following disclaimer to be included in all NITs :

Revision, clarification, addendum, corrigendum, time extension etc. to

the tender will be hosted on OIL website only. No separate notification

shall be issued in the press. Prospective bidders are requested to visit

website regularly to keep themselves updated.

8.7 SALE OF TENDER DOCUMENTS TO FIRMS WITH WHOM BUSINESS

HAS BEEN BANNED / SUSPENDED:

It may be specified in INVITATION TO BID that firm(s) to whom no

further business is to be given or dealings with whom have been

banned / suspended are not eligible to participate in the tender and

any bid received from such firm(s) shall not be considered and will be

returned un-opened to the concerned firm(s) within a period of seven

days from the due date of opening of tenders.

In case of physical sale of the tender documents, if inadvertently a

tender document is sold to a bidder falling in above category and such

bidder submits the bid, his bid shall not be considered and will be

returned to the bidder.

Page 37: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

37

8.8 TENDER FEE:

8.8.1 The tender fee will be acceptable in the form of crossed "Payee Account

only "Bank Draft/Bankers’ Cheque drawn by Bank and valid for 90

days from the date of issue of the same or in the form of Indian Postal

Orders payable to the OIL. In case of e-tender, tender fee shall be

payable through online payment gateway also.

8.8.2 The IPOs/Bank Drafts/Banker’s Cheques will be deposited and

accounted for at the designated station provided in the tender

document.

8.8.3 The following tender fees will be charged from the bidders:

Sl.

No.

Estimated Value of

tender

Procurement

of goods /

services /

works

through

National

Competitive

bidding

(NCB)

Procurement of goods /

services / works through

International

competitive

Bidding (ICB)

Tender Fee

for

domestic

bidders

(Rs.)

Tender fee

for foreign

bidders

(US$)

i) For tender exceeding

Rs.10.00 lakhs but not

exceedingRs.1.00crore

1000.00

6000.00

100.00

ii) For tender exceeding Rs.

1.00 crore but not

exceedingRs.2.00crores

1000.00

12000.00

200.00

iii) For tender exceeding Rs.

2.00 crores but not

exceedingRs.10.00crores

1000.00

30000.00

500.00

iv) For tender exceeding Rs.

10.00crores

2000.00 60000.00 1000.00

Page 38: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

38

The vendor will have to pay the requisite tender fees till the tender sale

end date and time. In case of MSE/PSUs/ Govt. Bodies / eligible

institutions etc., they shall apply to C&P department for waiver of tender

fees before 07 days of bid closing date.

8.8.4 Purchase of bidding documents by agents

In respect of ICB tenders, the agents in India duly authorized by their

foreign principals will be allowed to purchase tender documents on

behalf of their foreign principals.

8.8.5 Offers from Indian agent and alike of Foreign principal

Offers made by agents/consultants/retainers/representative/ associate

of foreign principals will be rejected outrightly.

8.8.6 Refund of tender fee

The tender fee shall be refunded to the concerned bidder in the event, a

particular tender is cancelled. In case of e-procurement tenders,

wherever tender fee is required to be refunded, refund of the same shall

be made to the bank account No. /card used for making payment

towards purchase of tender documents.

8.8.7 Exemption from payment of tender fee

Micro and Small Enterprises (MSEs) registered with District Industry

Centres 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 will be exempted from payment of

tender fee irrespective of the monetary limit mentioned in their

registration certificate provided they furnish evidence that they are

registered for the items they intend to quote against OIL tenders. Such

bidders should provide documentary evidence along with the bid

submitted in case of physical tenders. Their bid will be considered

provided the correct and valid documentary evidence is provided. The

Central Govt. Departments and Central Public Sector Undertakings will

also be exempted from the payment of tender fee. Parties registered

with DGS&D, having valid certificates will be exempted from payment

of tender fee.

Page 39: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

39

8.8.8 Sale of tender document (in case of physical sale)

A register for sale of tender document will be maintained by concerned

section. Every enquiry shall be allotted a separate page in the register.

Format of the tender sale register is given below:-

TENDER SALE REGISTER

1. Tender No. :

2. Tender For :

3. Date and Time of Opening of Tender :

4. Tender uploaded in OIL’s website : Yes/No

Sl. No.

Name

of

Bidder

Mode of

Payment

Tender fee

value

Name & Signature

of authorized

representative

Signature of

OIL’s

authorized

1 2 3 4 6 7 8.9 PRE-BID-CONFERENCE (WHEREVER APPLICABLE):

8.9.1 In case of complex jobs/LSTK/works, services and equipment of

specialized nature, it is preferred to have pre-bid conference with the

prospective bidders so as to have clarity with respect of specification,

scope of work, services covered under the tender. This exercise

minimizes the instances of raising technical and commercial queries to

the bidders after receipt of the bid. The unit in-charge and Head of the

Project is competent to decide considering nature of item, work,

complex tenders regarding holding the pre-bid conference.

8.9.2 The tender document should clearly indicate the city / location & date

for the pre-bid conference. The bidder should be given reasonable time

for bidding after the pre-bid conference. Accordingly, the pre-bid

conference should be scheduled in such a way as to allow the bidders

to bidders get 2/3 of the total bidding time for submission of their bids

proposal after the pre-bid conference.

8.9.3 Bidder should be advised to submit their queries in relation to the

tender document atleast 5 (five) working days before the scheduled date

of pre-bid conference. This shall enable OIL to analyze their query and

to make suitable response during pre-bid conference. However, bidders

can also raise the query during the pre-bid conference.

Page 40: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

40

8.9.4 The pre-bid conference shall be organized by C&P department and shall

be attended by the indentor. The tender committee members or their

authorized representatives should necessarily attend the pre-bid

conference.

8.9.5 The bidders who have paid tender fee will only be authorized to attend

pre-bid conference. The bidder who does not attend the pre-bid

conference is also free to submit the bid.

8.9.6 The record note of the pre-bid conference shall be prepared by official

from C&P department which shall be signed by indentor as well.

8.9.7 As a result of such pre-bid conference, if any corrigendum is to be

issued to the tender document, the same shall require the approval of

competent authority on recommendation of tender committee. The

cases which are falling within the power of Director and above, the

same shall be approved by the LMC / Head of Project /Sphere. Such

clarification/corrigendum to the tender document shall be issued to all

prospective bidders who have purchased the tender document and

shall also be posted on the website. Also, as a result of pre-bid

conference, if the substance of the tender like scope of

work/specification/delivery period/mobilization period/completion

period, changes then an amendment to the NIT shall be published in

OIL website. Amended NIT should also be published in the Amendment

folder in case of e-tender. Further suitable time extension shall also be

given in such amendment to NIT for due date for bid submission, if

considered necessary.

9.0 CANCELLATION / RE-INVITATION OF TENDERS

9.1 CANCELLATION OF TENDERS & RE-INVITATION OF BIDS:

Cancellation of tender for any reason and re-invitation whether on

limited or open basis shall require an approval of competent authority as

per DoP.

10.0 RECEIPT OF TENDERS

10.1 Quotations are to be submitted by the bidders in triplicate or duplicate

as mentioned in the tender. Sealed envelopes; cover should bear Tender

No. and Bid Closing date and time. Name of the bidder should also be

mentioned on the envelope. In case the bidder is the authorised dealer

of the OEM, then the name of the OEM should also be mentioned on the

Page 41: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

41

envelope.

10.2 The tenders will be received as under:

i. Directly put in Tender Box by bidders.

ii. Received by ordinary/registered post/courier/Speed post.

iii. Handed over personally to Despatch section of C&P department by

the Bidder(s) if not possible for them to put in Tender Box due to

volume of the documents.

10.3 Bids hand carried by the bidder's representatives shall be directly put

by them in the Tender Box.

10.4 For the bids received through courier or post, the Despatch Section of

C&P Department will maintain a separate register wherein details like

tender no., receipt date etc. would be recorded by them. After recording

the same in the register, the tenders are put inside the Indigenous or

Foreign Tender Boxes as the case may be.

10.5 Bids and samples hand carried by the bidders or received though

Post/Courier, which cannot be put in the tender boxes due to its

voluminous sizes will be received by Despatch section of C&P

department from the bidders directly. All such bids and samples

received in Despatch section will be forwarded through register to the

concerned C&P Section who will keep record in a separate register.

The register and the bids & samples so received will be kept in the safe

condition under lock & key. On the bid opening date, the tenders

falling due on that day are taken out after recording the same in the

register and brought to the tender opening room for opening of the

same.

10.6 The above provision shall not be applicable in case of e-tendering.

However, in case of e-tendering, the bid shall be received only in

electronic form through e-tender portal of OIL. The under mentioned

document, in addition to the uploading of document on portal shall

also be submitted in original in physical form:

i) EMD/Bid bond

ii) Power of Attorney

10.7 In case of quotations received after the bid closing date/time, the same

shall be put in the respective Tender Box after recording date and time

of receipt on the cover of the quotation. At the time of subsequent

opening of the Tender Box, all such late tenders will be taken out and

stamped as under:

Page 42: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

42

"LATE OFFER Found in Tender Box on .........."

11.0 TENDER BOX AND ITS CUSTODY

11.1 The Tender Box shall have suitable provision at the top for dropping

envelopes. Two tender boxes should be there - One for International

Competitive Bidding (ICB)/Limited International Competitive Bidding

(LICB)/Other Foreign tenders and the other box will be for all Domestic

tenders.

11.2 The Tender Box shall be kept at a secured and safe place in the office

accessible to the public.

11.3 The Tender Box shall always be kept under lock and key under double

lock system, one key is to be kept in the custody of a C&P officer and

the other key in the custody of an Accounts Officer. The duplicate keys

are to be kept with the representatives of HEAD-C&P and Head-

Accounts.

12.0 NOMINATION OF TENDER RECEIVING/OPENING OFFICER(S)

An officer of C&P not below "Grade B" level will be nominated for

receipt of tenders each month. In addition, one Officer not below

"Grade B" level each from C&P and Finance & Accounts Department

will also be nominated for opening of tenders. Arrangements will also

be made for nominating Officers not below "Grade B" level as Leave

Reserve for above purpose.

13.0 ACCOUNTING OF TENDERS

13.1 The tender box shall be opened exactly at the time of bid closing on the

specified date, thus there should not be time lag in opening the tender

box and that of the closing time. On the day of Tender opening, after

the closing hours of the tender, the tender box shall be opened by the

Officer from C&P Department in presence of the Officer from the

Finance & Accounts Department. All the tenders are taken out from the

tender box and kept in a place for sorting. The tenders which are to be

opened on that specific day are kept while the tenders whose bid

closing dates are at a later date are then again put into the tender box.

The related tenders are then brought to the tender opening room of the

C&P Department. Late offers, if any, found in the Tender Box shall be

taken out and kept separately after due recording on the envelope. All

such late tenders shall be kept with the C&P department.

13.2 The voluminous tenders and samples which are kept separately in the

Page 43: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

43

safe custody of the respective C&P section shall also be brought to the

tender opening room for opening after recording the same in the

registrar maintained in the section.

14.0 WITHDRAWAL OF BIDS

The bidder, after submission of bid may withdraw their bid by written

request prior to bid closing date& time (only for physical tenders). Such

request is to be made to the dealing officer of OIL mentioned in the

tender document. In case the due date of submission is extended even

after receipt of some bids due to some special circumstances, the

bidder who has already submitted to bid has right either to withdraw or

revise his bids, without forfeiting the EMD.

15.0 OPENING OF TENDERS

15.1 Tenders are opened on the day and time as specified in the NIT in the

presence of a representative of the Accounts Department not below the

rank of an Accounts Officer and a representative of the Materials

Department not below the rank of a Purchase Officer. Bids for which an

acceptable request of withdrawal has been received from the bidder

shall not be opened.

15.2 Tenders shall be opened on next working day if the opening date

specified in NIT turns out to be an unscheduled holiday/ Bandh.

Accordingly, bid closing date / time will get extended upto the next

working day.

15.3 The bidders or their authorised representatives may be present at the

time of tender opening. No other person than officials of OIL or

authorised representatives of bidders shall be present at the time of

tender opening. If a bidder desires his authorised representative to be

present at the time of opening, he is required to submit a letter of

authority along with his tender and a copy of the said letter of authority

has to be presented by the bidder's representative to the officers

opening the tenders. Representatives of bidders whose offers have not

been received on the date of tender opening shall not be allowed to

attend the tender opening.

15.4 While opening the tenders, the names and addresses of all the bidders

are recorded in a Statement. The quotations are serially numbered. For

example, if four quotations are received, the first quotation opened will

be numbered 1/4, the second 2/4 and so on. If any regret letter is

received from any bidder, it is also recorded in the Statement. If

Page 44: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

44

authorized representatives of the bidders are present at the time of bid

opening, their names and names of firms they represent are recorded in

another Statement. Signatures of the representatives are also obtained

on this Statement against their respective names. Each page of both

the above Statements are signed by OIL's Tender Opening officers

opening the Tenders.

15.5 Following points are to be noted –

i) Corrections/ Cutting/ overwriting/ additions are to be initialled by

tender opening officer.

ii) Number of corrections on each page of the bid (s) will also be

recorded by tender opening officers.

iii) Numbering has to be done on each page of the price bid (including

attachments but excluding printed general catalogues and booklets)

with initials of tender opening officers. For general catalogues and

booklets, first and last page to be initialled by Tender opening

officers. Total number of pages in the Price Bid should be indicated

on top of the Price bid. This is applicable only for original bid.

iv) Any ambiguities in rates quoted by tenderers, in words or figures

must be clearly indicated.

v) Where the Bidders have omitted to quote the rates in figures or in

words, the officer opening the tender should record the omissions.

Nil correction/omission/insertion are also required to be specified

on each page of the price bids.

vi) Discount of any type, if indicated separately shall be initialled by

tender opening officers.

vii) The samples received along with the tenders shall also be signed by

both the officers. If it is not possible to sign on the samples then

those samples should be sealed with the label mentioning the name

of the firm. Name of the firm should invariably be recorded on the

sample, if not given already. The names of the parties who have

submitted sample should also be recorded in Bid Opening

statement.

viii) The cases where Bid Security is required as per tender condition,

names of Bidders, who have submitted/not submitted Bid Security,

shall be recorded in Bid Opening statement.

ix) While reading out the rates in the public opening, only the total

prices or group-wise prices, if sought as per tender, should be read

out in addition to delivery schedule and major terms and conditions.

15.6 E-MAIL / FAX / TELEPHONICOFFERS:

E-Mail / Fax/Telephonic offers shall not be accepted unless specifically

asked for in writing. Email/FAX offers shall be accepted for proprietary

Page 45: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

45

tenders as per existing practice.

15.7 UNSOLICITED AND/OR LATE BIDS:

Tender documents are not transferable. Unsolicited bids shall be ignored

straightway. Such offers shall be returned unopened to the bidder

within 1 (one) month of finalization of tender against request by the

concerned bidders and proper record of return will be maintained in the

Tender File.

16.0 EXTENSION OF DUE DATE FOR SUBMISSION OF BID

16.1 Extension of due date for bid submission shall be avoided. However,

where the corrigendum/modification to the tender document is issued,

suitable time extension may be given if required. In other circumstances,

a valid reason should be recorded and put up to the Head of the

department of C&P for approval and such extension shall be given.

16.2 There shall be no extension of due date after bid closing even if there is

insufficient participation (say 1 to 2 bids received). Even if there is only

1 bid that must be opened and evaluated and processed further without

resorting to due date extension.

16.3 However, in special circumstances like selection of consultant or

procurement of sophisticated packages where technology is limited, with

due deliberation and on recommendation, the competent authority may

approve minimum required extension. At this stage the bidders who

have already submitted the bid have option either to

withdraw/revise/resubmit the bid without the forfeiture of bid security.

17.0 EARNEST MONEY DEPOSIT/BID SECURITY/BID BOND

17.1 EMD/Bid security/Bid Bond is obtained from the bidders as an

instrument so that the bidder does not withdraw/modify the bids within

the validity period thereby causing inconvenience for OIL. The amount of

bid security shall be determined in accordance with the cost estimate of

the items/works/services procured under the subject tender.

17.2 EXEMPTION FROM SUBMISSION OF BID SECURITY:

No earnest money deposit / bid security will be necessary for

procurement up to Rs.10.00 lakhs, procurement from Central Govt.

department, Public Sector Undertaking, proprietary item, procurement

from OEM/on nomination basis. Further, no bid security shall be

required for procurement from MSEs registered with District Industry

Page 46: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

46

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.

17.3 AMOUNT OF BID SECURITY:

Amount of Expenditure Sanction Amount of EMD /Bid Security

<= Rs.10Lakh Nil

>Rs.10Lakh, <= Rs. 5Crore @2% of total estimated cost put to

tender >Rs. 5 Crore, <= Rs. 15 Crore Rs. 10 Lakhs + 1.5% on

amount exceeding Rs.5 Crore

>Rs.15 Crore, <= Rs. 25 Crore Rs. 25 Lakhs + 1% on amount

Exceeding Rs.15 Crore

.>Rs. 25 Crore Rs. 35 Lakhs + 0.5% on

amount exceeding Rs. 25 Crore

While working out the EMD the closing B.C. selling market rates of

exchange declared by the State Bank of India as applicable on the date

of approval of BEC by competent authority will be taken in to account

for conversion of Indian Rupees to foreign currency. In case of stock

items or the cases where standard BEC is being used, the exchange

rate of date of PR approval shall be taken.

However, the maximum limit of EMD/Bid Security for a tender shall be

US$ one million for foreign bidders and Rs.5 Crores for Indian bidders.

*Bid Security in case of listed/unlisted labour contracts shall be @1%

of the annualized estimate contract value.

17.4 RETURN OF EMD/BID SECURITY:

17.4.1 The bid security/EMD submitted by the technically unacceptable

bidders will be returned within 10 days of Price bid opening. The bid

security/EMD of the unsuccessful bidder shall be returned within 30

days of finalization of the contract / issuance of award. The bid

security/EMD of the successful bidder shall be returned only after

receipt of Performance Security.

17.4.2 During the process of evaluation, if OIL seeks validity extension, bidder

Page 47: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

47

has option either to extend the bid validity on the terms and conditions

and corresponding extension of bid bond. In case the bidder opts for

not extending the validity, his EMD cannot be forfeited and the same

shall be returned within 10 days after the expiry of his bid.

17.5 MODE OF SUBMISSION OF BID SECURITY:

All the bids must be accompanied by Bid Security for the amount as

mentioned in the NIT or an equivalent amount in freely convertible

currency and shall be in the OIL's prescribed format as Bank

Guarantee (BG) enclosed with the NIT or a Bank Draft/Bankers’ cheque

in favour of OIL or an irrevocable Letter of Credit (L/C) from any of the

following Banks –

a) Any schedule Indian Bank or Any Branch of an International bank

situated in India and registered with Reserve Bank of India as

scheduled foreign bank in case of domestic bidder, or

b) In case of foreign bidder, the bank guarantee can be accepted from

any scheduled bank in India or from International bank who has

its branch in India registered with Reserve Bank of India, or

c) Any foreign Bank which is not a Scheduled Bank in India, provided

the Bank Guarantee issued by such Bank is counter-guaranteed

by any Branch situated in India of any Scheduled Bank

incorporated in India or

Bid security shall also be acceptable through online payment modes.

17.6 EXAMINATION / VERIFICATION OF BID SECURITY:

All bid security received against a tender, after comparing the tender

no., amount of the bid security, validity of bid security and name of the

party on whose behalf it has been issued, the C&P department shall

send a copy of the same to Finance. The Finance department will check

the following:

i) Whether the language of the BG is verbatim as per the format

provided by OIL.

ii) In case of any discrepancy with regard to the value of non-judicial

stamp and change / modification in the language by bank, the

bank guarantee shall be examined by Legal law department for its

acceptance.

Page 48: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

48

In order to know the authenticity of the bid security submitted by the bidder, the Finance department shall take up the matter with the issuing bank for verification of the BG.

17.7 INVOKING/FORFEITURE OF BID SECURITY/EMD:

17.7.1 The bid security can be forfeited in the following condition:

i) The bidder withdraws the bid within its original/extended validity.

ii) The bidder modifies/revise their bid sumoto.

iii) Bidder does not accept the order/contract.

iv) Bidder does not furnish Performance Security Deposit within the

stipulated time as per tender/order/contract.

v) If it is established that the bidder has submitted fraudulent

documents or has indulged into corrupt and fraudulent practice, the

bid security shall be forfeited after due process in addition to other

action against the bidder as specified elsewhere in “Guidelines for

Banning business Dealings”.

17.7.2 In case of Sl. No. i) to iv), approval of Head-Materials / Head-Contracts

is required. In case of Sl. No. v) approval of competent authority is

required as specified in the “Guidelines for Banning business Dealings”.

17.7.3 SUBMISSION OF EMD/BID SECURITY IN CASE OF E-TENDERING:

In case of electronic bidding, bidders shall upload the copy of bid bond

/ security deposit while submitting the bid. However, original bid bond

must be received on or before the due date and time of bid submission

at the designated C&P department office.

18.0 TENDER COMMITTEE

18.1 FORMATION OF TENDER COMMITTEE:

18.1.1 No Tender Committee is required for cases valuing upturns. 10.00

Lakhs. Further, tender committee will not be necessary for

procurement when orders are placed against DGS&D and OIL’s rate

contract.

In such cases the bid will be examined technically and commercially by

user department and C&P Department respectively. Thereafter, C&P

Department will prepare a proposal and route the same through F&A

Department for approval by Competent Authority as per DoP.

Page 49: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

49

All cases valuing above Rs.10.00 Lakhs for procurement of goods /

services / works and rate contracts, shall be processed through tender

committee.

18.1.2 The Tender Committee will consist of 3(three) members one each from

C&P, Indenter / User and Finance Department. Wherever there is

technical complexity or user and indenter are different the member

from User Department can be co-opted for advice to the indentor.

However, the total number of tender committee will not exceed 3(three).

18.2 LEVEL OF TENDER COMMITTEE:

The member of the tender committee from three departments as

mentioned above shall be one level below the Competent Approving

Authority. However, in the event no officer of requisite level is posted

then officer of next lower level available from that department will be

included in the tender committee.

i) In case officer to approve the proposal as per DOP is not available at

the station the officer available at higher level shall approve the

recommendation. In case Head of the Sphere / Project being the

approving authority and not available at station, the officer in charge

shall approve such proposal. However, the level of tender committee

shall not change and continue corresponding to competent authority

in accordance with DOP.

ii) There may be cases that regular member of the tender committee is

not available due to valid reasons, in such cases the officer next lower

level available in that department shall be included in the tender

committee so as to avoid delays in holding the committee meeting.

iii) The cases where competent authority to approve the proposal is

Director / CBC / Board, tender committee shall be held at the level of

senior most officer available in the respective departments.

iv) The level of tender committee will be decided considering the

estimated value provided in the PR for the tender based on the

competent authority corresponding to the estimate. During the

course of evaluation, on the basis of number of the techno-

commercially acceptable bids and the lowest evaluated bid for award,

the level of the tender committee may be changed according to the

corresponding approving authority.

18.3 CONVENING OF TENDER COMMITTEE:

18.3.1 The C&P Department will convene the tender committee meeting.

Page 50: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

50

18.3.2 Tender committee Meetings will happen virtually over video conference

whenever possible in order to avoid hassle of convening all members in

one location. Also, all briefs and documents will be made available

online so that approvals/recommendations of Tender Committee can be

done online.

18.3.3 Tender Committee meetings will be convened in the office of

department responsible for processing of tenders, i.e. C&P.

19.0 TIME SCHEDULE FOR VARIOUS ACTIVITIES FOR EVALUATION AND

AWARD

The time schedule for evaluation and processing of cases after receipt

of bids till award for different activities is mentioned hereunder:

19.1 SINGLE ENVELOPE COMPOSITE BID (CONSISTING OF TECHNICAL

AS WELL AS PRICE):

Sl.

No. Activity

Maximum Period

Allowed

1 Opening of Bids 0

2 Scrutiny of bids and issuance of

Technical / Commercial queries (if

any)

10 days

3 Vendor response to Technical /

Commercial queries

10 days

4 Evaluation of response to Technical

/ Commercial queries and

Finalization of Technical /

Commercial Evaluation /

Comparative Statement

15 days

5 Preparation of Comparative

statement, examination by finance

department and tender committee

recommendation for award

15 days

6 Approval of Competent Authority

and award

2 days

Total Period allowed (maximum) 52 days

Page 51: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

51

19.2 SINGLE STAGE TWO BID SYSTEM:

Sl.

No. Activity

Maximum Period

Allowed

1 Opening of Un-priced Bids 0

2 Scrutiny of bids and issuance of

Technical / Commercial queries (if any)

10 days

3 Vendor response to Technical /

Commercial queries

10 days

4 Evaluation of response to Technical /

Commercial queries and Finalization of

Technical / Commercial Evaluation

15 days

5 Preparation and Finalization of

Committee recommendation for price bid

opening

7 days

6 Approval of Competent Authority 3 days

7 Price Bid opening 7 days

8 Preparation of Comparative Statement 5 days

9 Vetting of Comparative Statement by

F&A Department

3 days

10 Preparation and Finalization of Tender

Committee Recommendation for award

7 days

11 Approval of Competent Authority

and award

(Cases which requires approval by

Director)

[Cases which requires CBC / Board

approval]

3 days

(5 days)

[10 days]

Total Period allowed (maximum) 70 days

(75 days)

[80 days]

Note: i) For Complex Cases/ LSTK / Cases Where PMC is involved /

Cases where Reverse Auction is involved additional 10 days may

be considered, if necessary.

ii) In case a particular tender is not finalized within the above

targeted period for valid reason, it should not be treated as

deviation to procedure. However, periodic exception report shall

be put up to Head of Sphere / Project for deliberation and

analysis to find out the reason for such delay and remedial action

for future cases.

Page 52: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

52

20.0 EVALUATION OF BIDS

The responsiveness of the bids shall be ascertained based on the

contents of the bid itself without recourse to extrinsic evidence. A

substantially responsive bid is one which conforms to the terms and

conditions of tender without material deviations. Material deviation is

one which makes the bid non-responsive and liable for rejection as per

terms and conditions of the tender document. A bid determined as

substantially not responsive shall be rejected and may not be

subsequently made responsive by correction/new submission as it will

change the substance of the bid.

20.1 EVALUATION OF SINGLE/COMPOSITE BID:

As a principle, clarifications from bidders after opening of tenders are to

be avoided to the extent possible in single stage composite bid system.

However, clarifications on the bids shall be sought wherever necessary

without affecting the quoted prices.

20.2 EVALUATION OF BIDS UNDER TWO BID SYSTEM:

20.2.1 The Techno Commercial-Unpriced Bids shall be opened first and

scrutinised by Indenting/ User department for compliance of technical

requirement. The Technical scrutiny report shall be prepared in a

tabular form with reference to Bid Evaluation Criteria and other

technical compliance as per tender condition, clearly indicating that the

bidder has met/not met a particular criterion. Technical queries (TQ), if

any, shall be prepared by user department and forwarded to C&P for

further taking up with the bidder.

The C&P department immediately after opening of the bids shall

arrange, commercial scrutiny in consultation with Finance and prepare

commercial queries (CQ).

It must be ensured that the queries asked for shall not have any bearing

on the price.

20.2.2 The C&P department shall forward the technical and commercial

queries seeking clarifications from the bidders. On receipt of response

from the bidders on TQ and CQ, the replies to the technical queries will

be forwarded to the user department who will prepare the final

Page 53: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

53

Technical Scrutiny Report regarding acceptance or rejection of the

offers. The final Technical Scrutiny Report for tenders under Two-Bid

system should be submitted with the approval of the concerned General

Manager / Project Head. The technical scrutiny report shall clearly

mention the reason of rejection of any bid.

The C&P department shall simultaneously prepare the commercial

scrutiny of the bids and prepare the final report vetted by Finance. The

rejection of any bid on commercial ground should clearly specify the

reason for rejection.

20.2.3 Once the technical and commercial evaluation is complete, a tender

committee shall put up recommendation for price bid opening of

techno-commercially acceptable bidders, by competent authority as per

DoP. All techno-commercially acceptable bidders, whose price bids are

to be opened shall be notified of the date of price bid opening giving up

to 5 (five) working days to attend the price bid opening if they so desire.

20.2.4 Price bids of unacceptable bidders, which remain unopened with OIL,

are to be returned to bidder after finalization of tender and award of

contract.

21.0 CLARIFICATION FROM BIDDERS AFTER TENDER OPENING

21.1 As a principle, the bid should be evaluated and processed based on the

information, details, documents etc. submitted by the bidder without

resorting to any communication with the bidder.

21.2 During the techno-commercial evaluation of the bids, if it is considered

necessary to seek clarifications from bidders in relation to their original

submission, technical and commercial queries based on the scrutiny of

the bids may be addressed to the bidders giving a reasonable time for

response. Such clarifications from the bidder should not be in

contradiction to their original submission and should never change the

substance of their original bid.

21.3 While seeking clarification from the bidders, it should not be pick and

choose and wherever required against any bidder, the clarification

should be sought from all such bidders. Any subsequent query can be

issued only after the tender committee deliberates and considers it

necessary for taking proper clarification. It is not allowed that bidder

should submit new documents which are not mentioned in the original

Page 54: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

54

submission.

21.4 While seeking clarification from the bidder and giving a reasonable time

for response a cut-off date should be indicated with a stipulation that in

case no response is received from the bidder, his bid will be evaluated

based on the submission.

21.5 POST TENDER MODIFICATION:

No unsolicited correspondence after submission of offer shall be taken

cognizance of or responded to. Post tender modification of bid is not

allowed.

21.6 WITHDRAWAL OF OFFER BY BIDDER:

In case bidder withdraws its bid within the bid validity period, Bid

Security will be forfeited and the party will be debarred as per the

“Guidelines for Banning business Dealings”.

21.7 FURNISHING FRAUDULENT INFORMATION/ DOCUMENT:

If it is found during the evaluation of the tender that a Bidder has

furnished fraudulent document/information, the Bid Security shall be

forfeited and the party debarred as per the “Guidelines for Banning

business Dealings”.

21.8 PRICE BID EVALUATION:

Once the prices bids are opened, a comparative statement of the bids

shall be prepared. The bids shall be evaluated considering prevailing

guidelines regarding applicability of duties and taxes, exemption of

duties, purchase preference, the basis of price for the purpose of

evaluation for deciding interse ranking. The price evaluation shall be

done strictly in accordance with the conditions mentioned in the tender

document which may include certain loading as specified in the tender.

21.9 Conditional and unsolicited discount will not be considered in

evaluation. However, if such bidder happens to be the lowest

recommended bidder, unsolicited discount without any condition will be

considered for computing the contract price.

21.10 TENDER COMMITTEE RECOMMENDATION:

The tender committee shall make final recommendation for award of job,

clearly deliberating all issues related to the subject tender during the

course of processing and evaluation.

Page 55: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

55

The tender committee recommendation shall be unambiguous for

consideration and acceptance by Competent Authority.

21.11 ACCEPTANCE OF RECOMMENDATION OF TENDER COMMITTEE:

a) Tender committee recommendations shall be put up for the approval

of competent approving authority as per DoP.

b) Competent authority can either approve the recommendation of

tender committee or give written directives to TC for reconsideration

of its recommendation with specific observation.

c) When the recommendation of tender committee is unanimous, and

the Competent Approving Authority does not agree with

recommendation, he / she will refer the case for a decision to the

next higher competent authority along with his / her

recommendation and giving reason for not agreeing with TC

recommendation.

d) In case there is dissenting view in the tender committee

recommendation, the Competent Approving Authority will be

empowered to accept the majority recommendation of the tender

committee. If the majority recommendation of the TC is not

acceptable, the Competent Approving Authority with his / her views

along with his / her recommendations shall refer the matter to next

higher Competent Approving Authority, empowered to take decision

and approve the majority recommendations with vetting from

Finance.

e) In cases where there is recorded difference of opinion amongst the

tender committee members and there is no majority view within the

tender committee, the matter shall be put up to the Competent

Approving Authority for decision.

21.12 PROPOSAL TO CORPORATE BUSINESS COMMITTEE (CBC):

a) Matter relating to any modification in OIL Policy related to

procurement of goods / works / services may be referred to the CBC

with recommendation endorsed by LMC / Head of Sphere / Project

for consideration and decision by CBC.

b) In all procurement cases exceeding delegated powers of Director as

Page 56: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

56

competent authority, approval of CBC will be obtained, as the case

may be, after endorsement by LMC.

c) The procurement cases which exceed the power of CBC shall require

the approval of Board of Directors and the agenda for consideration

and approval by Board of Directors shall be put up as per guideline.

d) For CBC approval, self-explanatory note, duly signed by GM

(Commercial) or authorised signatory along with relevant documents

including LMC approval shall be sent to Head of C&P at Corporate

office.

e) Such note shall be sent well in advance having sufficient bid validity.

Head of C&P and Head-F&A at Corporate office shall examine the

proposal(s) and put up for the approval by CBC. In the process of

examination, if necessary, Corporate office may seek clarification(s)

from the LMC / Head of the Sphere / Project.

f) The agenda containing all details of the case with a self contained

note shall be circulated to all Functional Directors as well as to CMD

in advance for perusal.

g) For other spheres/projects, the concerned Head of sphere/project

will sign the CBC Note.

21.13 DECISION OF CORPORATE BUSSINESS COMMITTEE (CBC):

Based on deliberation in the CBC, the Corporate C&P department which

convenes the CBC meeting shall prepare minutes of CBC meeting which

contains the deliberation and the decision taken by the Corporate

Business Committee. The minutes of meeting shall be put up in

circulation to all CBC members for approval of the minutes.

21.14 COMMUNICATION OF CBC DECISION:

Once the minutes of CBC meeting are approved the Head of C&P at

Corporate Office shall communicate the decision to the concerned

Sphere / Project for further action like placement of order.

22.0 REASONABILITY OF RATES

Wherever there are atleast 3 (three) acceptable bids, the tender shall be

Page 57: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

57

processed for award on L1 bidder. The variation between cost estimate

and the lowest of evaluated bid price shall call for review of the

estimate. Such review needs to be done more exhaustively where the

variation of the price is more than 10% of the cost estimate. This

analysis is required to arrive at proper decision for placing order also

keeping in view the other aspects like project schedule / operation etc.

Such review of cost estimate shall be done by indentor. The indentor

shall obtain additional financial sanction for increased amount and

revise the requisition for further processing of the case for award.

Alternatively if the procurement is for project, it should be confirmed

that the increased amount is covered under overall project.

23.0 INSUFFICIENT ACCEPTABLE BIDS

a) In case after inviting open/limited tenders, a single offer is found

techno-commercially acceptable, the order should be placed on the

single bidder as per the Delegation of Power provided at least one of

the following conditions are met :

i) The rates are considered reasonable.

ii) The requirement is urgent.

iii) The sources are really limited.

While making recommendation or proposal for such cases, the

applicable situation(s) as per above provisions shall be clearly

indicated in the recommendation.

b) The reasonableness of the rates or urgency of the requirement, as the

case maybe, would be certified by the indentor.

24.0 NEGOTIATION

24.1 No negotiations should be carried out even with L1 bidder. However,

under exceptional situation the negotiation can be held only with L1

bidder with the approval of competent authority. Competent authority

for the cases falling under the power of Director / CBC will be the Head

of Fields / Projects / Spheres.

24.2 Such exceptional situation would include the following:

i. Procurement of proprietary items;

ii. Items with limited sources of supply;

Page 58: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

58

iii. Where there is suspicion of cartel formation.

24.3 Justification and details of such negotiation shall be duly recorded and

documented without any loss of time.

24.4 In cases where a decision is taken to go for re-tendering due to the

unreasonableness of the quoted rates, but the requirements are urgent

and a re-tender for the entire requirement would delay the availability

of the item, jeopardizing the essential operations, maintenance and

safety, negotiations would be permitted with L-1 bidder(s) for the

supply of a bare minimum quantity, subject to acceptance by the

bidder. The balance quantity shall, however, be procured expeditiously

through a re-tender, following the normal tendering process.

24.5 Negotiations shall not be misused as a tool for bargaining with L-1 with

dubious intentions or lead to delays in decision-making. Convincing

reasons must be recorded by the authority recommending negotiations.

Competent Purchase Authority should exercise due diligence

while accepting a tender or ordering negotiations or calling for a re-

tender and the time taken for according requisite approvals for the

entire process of negotiation and award of order should not exceed 30

days from the date of submission of recommendations. In no case shall

the overall timeframe exceed the validity period of the tender and it

should be ensured that tenders are invariably finalised within their

validity period.

24.6 APPROVING AUTHORITY FOR NEGOTIATION:

The approval for negotiation shall be accorded by the competent

authority as per DoP.

25.0 SPLITTING OF QUANTITIES

25.1 The cases where there is a possibility of splitting the order amongst

more than one bidder due to capacity constraint, such provision needs

to be pre-disclosed in the tender document to the effect that orders on

L-2 and L3 may be placed, subject to their matching the price with L-1

bidder and exhausting of the capacity of L1 bidder. This shall not be

deemed as negotiation. In case L2, L3 … bidders decline to match their

prices with L1 bidder, procurement of remaining quantity shall be

processed through re-tendering following the normal tendering

procedure.

Page 59: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

59

25.2 Where for critical services/supply more than one source is required,

the same should be pre-disclosed in the tender indicating the ratio on

which orders on L2, L3… bidders shall be placed subject to their

agreement of matching the prices offered by L-1 bidder. The ratio of

distribution shall be stipulated in such a way to offer comparatively

larger share to L-1 bidder. The above exercise shall not be considered

as negotiations.

25.3 Works / Services: In cases where entire work is divided into more than

one part and tender has provision for evaluation and award of the job

part wise, the entire work shall be finalized on least cost to OIL, if a

bidder happens to be the lowest in more than one part and has qualified

only for one or more than one of the parts and not for all parts, as the

case may be. Once certain part(s) is/are awarded to such L1 bidder, the

bidder ceases to be the lowest bidder for the remaining part(s). The

award of remaining part(s) on other bidders shall not be considered as

award on L2, L3 … bidder at differential price as capacity of L1 bidder

has already exhausted, resulting in placement of order on L2, L3…

bidders.

25.4 Counter offers to L1, in order to arrive at an acceptable price, shall

tantamount to negotiations.

25.5 In the event, the lowest bidder against a tender back out, such tender

will be refloated.

26.0 PLACEMENT OF ORDER

Once the proposal for award is approved by the Competent Authority,

the letter of intent should be issued on the same day, followed by

detailed letter of award.

27.0 PERFORMANCE SECURITY

27.1 The successful bidders are required to furnish performance guarantee

through security deposit called performance security. This is for

securing the performance of contracts/purchase order. Performance

guarantee is to be submitted by the successful contractor within the

stipulated time as per contract.

27.2 SUBMISSION OF PERFORMANCE SECURITY:

Page 60: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

60

Type of Contract Performance Security

Amount

Procurement of materials, works and

services up to an individual contract/order

value of Rs. 5 Lakhs

Nil

Procurement of Spares, materials of

proprietary nature from original

manufacturer, the sole selling agent of

OEM, authorized dealer and OEM services

Nil

Procurement of materials, goods, works

including LSTK contract

10% of contract/order

value

Hiring of contract services above Rs. 20

Lakhs

10% of annualized

contract value in case the

contract period is more

than 1 year

In case the contract period

is 1 year or less the

performance security shall

be 10% of contract value

Consulting service contract Nil.

Annual rate contract for

materials/services/works/AMC

8% of order value of

individual release order in

addition to retention of

EMD

Contracts for works/services where

estimated value is up to Rs. 20 Lakhs

7.5%

(initial security deposit

along with acceptance of

contract is to be deposited

for 2.5% and remaining

5% is to be recovered from

running account bill)

Labour contracts involving listed labourers

of OIL

7.5% of annualized

contract value

P.S. For the purpose of determining the amount of Security deposit for

performance, the contract / order value shall be considered excluding

taxes and duties which are paid extra by OIL.

27.3 Validity of the performance security/contract performance guarantee

shall be valid for 90 days beyond contract period/duration and

applicable warranty/guarantee/defect liability period (if any).

Page 61: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

61

27.4 MODE OF SUBMISSION OF PERFORMANCE SECURITY:

The Performance Security shall be in the form of a Demand Draft or

Bank Guarantee or irrevocable Letter of Credit (LC) from:

a) Any schedule Indian Bank or Any Branch of an International bank

situated in India and registered with Reserve Bank of India as

scheduled foreign bank in case of domestic bidder, or

b) In case of foreign bidder, the bank guarantee can be accepted from

any scheduled bank in India or from International bank who has its

branch in India registered with Reserve Bank of India.

c) Any foreign Bank which is not a Scheduled Bank in India, provided

the Bank Guarantee issued by such Bank is counter-guaranteed by

any Branch situated in India of any Scheduled Bank incorporated in

India

Bank Guarantee issued by a Bank, amongst others, must contain the

following particulars of such bank:

a) Full address.

b) Branch Code.

c) Code Nos. of the authorized signatory with full name and

designation.

d) Phone Nos., Fax Nos., E-mail address.

The domestic bidders will have to submit the Bank Guarantee from any

of the scheduled banks and on non-judicial stamp paper of requisite

value as per the Indian Stamp Act, purchased in the name of the

issuing banker.

The foreign bidder will submit the Bank Guarantee from Banks of

Indian origin situated in their country. In case no such bank of Indian

origin is situated in their country, the Bank Guarantee may be

submitted from the bankers as specified above.

27.5 MANAGEMENT OF PERFORMANCE SECURITY AND CLAIM

SETTLEMENT IF ANY :

Performance Security Deposit shall be released in accordance with the

terms of the contract / purchase order.

Page 62: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

62

i) All concerned authorities shall ensure that details of all claims

which are to be recovered from the supplier / contractor are

promptly intimated to the respective payment authority, without

any loss of time, so that the claim can be recovered before

releasing the pending payment(s).

ii) Details of such claims shall also be forwarded to the authority who

has concluded the respective purchase order / contract / rate

contract and has obtained the Security Deposit. After completion

of the supplies / execution of the contract, the respective

authorities as mentioned below shall take prompt actions in

respect of the following:

(a) In case of purchase of goods, for recovery of any claims other

than discrepancies / recoveries indicated in the GRN,

the respective consignee(s) [including port consignee / C&F

section etc. shall forward the details of claims which are to be

recovered from the supplier, to the respective purchase officer,

immediately after completion of supplies against the purchase

order, i.e. within 15 days after receipt of last lot of material.

Even if there is no claim against a particular purchase order,

the consignee(s) should forward a “No Demand Certificate” to

the respective purchase officer within the stipulated time

as above. Further, in procurement of spares from foreign

OEMs and also in cases where payments are made through L/C

or Advance, concerned department should be more vigilant to

take immediate actions for notifying such discrepancies/short

supplies to the C&P department, enabling them to take up

the matter with the suppliers for making good the same without

any loss of time.

In case of import, while Kolkata shipping office shall take all

necessary action as per provision of the Purchase Order.

However, claim if any is to be reported to the office who has

finalized the purchase order. Further if there is no claim “no

demand certificate” should also be sent to the purchase section

from where the order is placed.

(b) Wherever installation and commissioning is involved along with

supply of the equipments, indent or after the commissioning

shall forward a copy of satisfactory installation and

commissioning report along with details of outstanding claims

(if any) or a “No Demand Certificate”, to the authority who has

concluded the respective purchase order / contract, within 15

Page 63: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

63

days after completion of installation and commissioning of the

equipment satisfactorily.

(c) In case of Service Contracts, Indentor shall forward details

of outstanding claims (if any, which could not be recovered from

the regular payments) or a “No Demand Certificate”, to the

authority who has concluded the respective contract, within

15 days after expiry of the contract period.

(d) In case of LSTK contracts, equipment, packages, where Contract

Security is obtained to cover the warranty period also, Indentor

shall forward details of outstanding claims (if any) or a “No

Demand Certificate”, to the authority who has concluded the

respective contract, within 15 days after expiry of the warranty

period.

iii) In all cases, wherever the claims are to be recovered from the

Security Deposit, it should be ensured that the claims with

complete details are forwarded to the concerned authority(ies) well

before the expiry of the validity of Performance Security.

Under exceptional circumstances, where the above details cannot

be furnished within the stipulated time, approval from Head of

Department shall be obtained by the respective authority(ies) giving

full reasons necessitating additional time for furnishing “No

Demand Certificate”. Such approval shall be forwarded to the

concerned purchase officer / contract concluding authority for

obtaining suitable extension for the validity of Performance Bond.

iv) On receipt of intimation regarding claims for recovery (if any) /

“No Demand Certificate”, the concerned purchase officer /

contract concluding authority shall verify whether the claims have

already been recovered from the payments. After release of final

payments, if any claims are outstanding for recovery, necessary

action should be initiated to recover the same from the Security

Deposit.

Thereafter, for the release of Contract Security (after recovering the

claims if any as mentioned above), the approval shall be obtained as

per provisions mentioned for release of Performance Security in the

contract.

The Competent Purchase Authority (who has approved award of

contract) shall have powers to approve release of Performance

Page 64: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

64

Security. However, concerned Head of the department shall have

full powers in this regard, irrespective of the type of tender or value

of tender / order / contract, including for cases falling within the

powers of Directors and CBC. Accordingly, necessary advice shall be

issued to the concerned Finance section for releasing the Security

Deposit / Performance Security.

27.6 INVOKING OF BANK GUARANTEE:

Prior approval of Head of department will be obtained for invoking /

forfeiting the PBG including CBC level cases. The head of associate

finance will be informed to invoke the bank guarantee.

The original bank guarantee will be forwarded to concerned Finance

section retaining a photocopy of the same with C&P Department for

reference.

The invocation/forfeiture of Performance Security/Security Deposit is

to be issued before 10 days of expiry of Bank Guarantee (BG). A

proforma notice of invocation of BG is at annexed________________.

27.7 EXAMINATION / VERIFICATION OF PERFORMANCE SECURITY:

All performance bank guarantees received against a contract/order,

after comparing the order no., amount of the bank guarantee and name

of the party on whose behalf it has been issued, the C&P department

shall send the same to Finance. The F&A Department for

checking/vetting the following:

i) Whether the language of the BG is verbatim as per the format

provided by OIL.

ii) In case of any discrepancy with regard to the value of non-judicial

stamp and change / modification in the language by bank, the

bank guarantee shall be examined by law department for its

acceptance.

iii) In order to know the authenticity of the bank guarantee submitted

by the bidder, the Finance department shall take up the matter

with the issuing bank for verification of the BG.

28.0 REPEAT ORDERS FOR SUPPLY OF GOODS/MATERIALS (PURCHASE

Page 65: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

65

ORDERS)

28.1 The repeat order cannot be considered as a routine manner and can be

exercised in an exceptional circumstances. The procurement on repeat

order basis is not desirable as it does not meet the basic requirement of

competitive bidding for procurement and current market situation.

While seeking approval for resorting to repeat order, adequate

justification needs to be furnished to the Approving Authority.

Repeat order can be considered up to 50% of original quantity on the

supplier on whom the original order was placed on same terms and

conditions within the currency of the supply / delivery period. No repeat

order should be placed against an order which has been already closed.

The indentor shall certify that :

i) There is apparent escalation in prices in the market and no

unintended benefit is likely to be passed on to the vendor.

ii) The normal processing of the case is likely to delay the

procurement and adversely affect the work.

iii) The repeat order shall not be placed against those purchase orders

which have been placed as an emergency purchase, order on

nomination basis, where market shows downward trend in the

prices.

29.0 EXTENSION OF SERVICE CONTRACTS

a) Service Contracts are awarded for a specific period at rate and other

terms and conditions. Generally such contracts have a provision for

extension of contract period by a specific time (maximum of 50% of the

original contract period) beyond the contract period on same terms and

conditions.

In case of such service contract, timely action should be taken for

initiating the process for signing a new contract so as to avoid exercising

the provision of extension beyond original period, which is only an

enabling provision.

In exceptional circumstances if the contract period is extended even after

exhausting the provision of contract for time extension such exercise

shall be treated as contract on nomination basis. This shall require

approval of competent authority as per DOP for value of the contract

during the extended period.

Page 66: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

66

b) In case of service contract for hiring of rigs & well services where the

original contract period is normally longer and generally requires further

extension, the original contract period at the time of tendering may be

envisaged in such a manner as to cover maximum operational time

requirement. The provision of extension up to 50% of the original

contract period needs to be incorporated in the tender document so that

the bidder quotes the prices accordingly.

c) No contract shall be extended after a contract is closed.

30.0 PUBLIC PROCUREMENT POLICY FOR MICRO AND SMALL

ENTERPRISES (MSES)

30.1 Government of India, vide Gazette of India no. 503 dated 26.03.2012

has proclaimed the Public Procurement Policy on procurement of goods

and services (not applicable for Works/Contracts) from Micro & Small

Enterprises (MSEs) by all Central Ministries/Departments/PSUs for

promotion and development of Micro and Small Enterprises.

Accordingly, following provisions shall be incorporated in all tenders:

i) Issue of tender documents to MSEs free of cost.

ii) Exemption to MSEs from payment of EMD / Bid Security.

iii) In tender, participating Micro and Small Enterprises, quoting price

within price band of L1 + 15% shall also be allowed to supply a

portion of requirement by bringing down their prices to L1 price in a

situation where L1 price is from someone other than a Micro and

Small Enterprises and such Micro and Small Enterprises shall be

allowed to supply up to 20% of the total tendered value. In case of

more than one such Micro and Small Enterprises, the supply shall be

shared equally subject to matching the L1 price.

iv) The government vide office memorandum no. 21(1)/2014-MA dated

12.02.2015 have intimated that in the situation of L-1+15% and

subsequent matching of L-1 price, CPSUs may take more than 20%

supplies from micro and small enterprises as per their previous

procurement pattern on case to case basis for which the Ministry has

no objection. In this connection, OIL has already issued an internal

guideline vide circular no. GM(Com.):02/01-478 dated 14.08.2015.

Further, out of above 20%, 4% (20% of 20%) shall be from MSEs

owned by SC/ST entrepreneurs. This quota is to be transferred to

other MSEs in case of non-availability of MSEs owned by SC/ST

entrepreneurs.

Page 67: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

67

In case tendered item is not splitable or non-dividable, MSE quoting

price within the price band L1 (other than MSE) + 15%, maybe

awarded full / complete value of supplies/contract subject to

matching of L1 price.

The MSEs owned by SC/ST entrepreneurs shall mean:

a) In case of Proprietary MSE, proprietor(s) shall be SC/ST.

b) In case of Partnership MSE, the SC/ST partners shall be holding

atleast 51% share in the unit.

c) In case of Private Limited Companies, atleast 51% share is held by

SC/ST. If the MSE is owned by SC/ST entrepreneurs, the bidder

shall furnish appropriate documentary evidence in this regard.

v) The quoted prices against various items shall remain valid in case of

splitting of quantities of the items as above.

vi) In case bidder is a Micro and Small Enterprise under the Micro,

Small and Medium Enterprises Development Act 2006, the bidder

shall submit the following:

a. Documentary evidence that the bidder is a Micro or 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.

b. If the MSE is owned by SC/ST entrepreneurs the bidder shall

furnish appropriate documentary evidence in this regard.

The above documents submitted by the bidders shall be duly

certified by the Statutory Auditor of the bidder or a practicing

Chartered Accountant (not being an employee or a Director or

having any interest in the bidders company / firm) where audited

accounts are not mandatory as per law.

If the bidder does not provide the above confirmation or appropriate

document or any evidence, then it will be presumed that they do not

qualify for any preference admissible in the Public Procurement

Policy (PPP), 2012.

30.2 In accordance with the provisions of the said policy, the HoD (C&P)

shall be the Nodal Officer for implementation of the policy and

Page 68: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

68

redressing grievances as notified vide Gazette of India no. 502 dated

26.03.2012.

30.3 In order to comply with the provisions relating to enhancing

participation of MSEs, notified vide aforesaid Gazette issued by Govt. of

India, Spheres / Projects to conduct Periodical Interactive Meets with

vendors for resolution of their issues, besides educating them about

OIL’s tendering procedure.

30.4 A list of 358 items notified by the aforesaid Gazette of Govt. of India are

reserved for exclusive purchase from MSEs. Attempt may be made for

purchase of the listed items from MSEs.

30.5 Procurement of the material/services from sub-vendors (who fall under

the category of MSEs) by suppliers/ vendors/ contractors against the

orders placed by OIL can also be considered as part of achievement of

target of procurement of MSEs, provided such procurements are

traceable.

Accordingly, the following clause may be included in the tender

document:

“If against an order placed by OIL, successful bidder(s) (other than

Micro / Small Enterprise) is procuring materials/services from their

sub-vendor who is a Micro or Small Enterprise 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 with prior consent in writing of the

purchasing authority / engineer in charge the details like Name,

Registration No., Address, Contact No. details of material and value of

procurement made, etc. of such enterprises shall be furnished by the

successful bidder at the time of submission of invoice/bill.”

30.6 PURCHASE PREFERENCE:

Normally no purchase or price preference is permissible. However as per

the extant guidelines of Government of India from time to time,

purchase preference may be allowed to the extent permitted. If there is a

purchase preference available to a particular category or class of

bidders, the same shall be mentioned in the Bid Documents.

Page 69: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

69

31.0 E-PROCUREMENT

31.1 E-Procurement is a web based application where apart from others, e-

tendering and e-reverse auction are carried out through internet in an

online environment in effective and transparent way.

31.2 E-TENDER:

E - Tendering is the process of floating tender and receipt of bids from

the bidders through internet portal. OIL is presently using MY SAP SRM

for e-tendering. Threshold value for E-tender is presently fixed at Rs. 10

Lakhs. Publications of tender in News papers/ OIL website/ Govt.

portals are to be done in the same manner as in case of physical

tenders.

31.3 MODALITIES OF E-TENDERING PROCESS:

31.3.1 The Purchase requisition (PR) is made in the SAP system by

maintaining the relevant e-tender related purchasing group in the PR.

PR to be released in the system as per the normal release/approval

process. The first three letters shall define the purchase group of the

tender. The next four Digits are running serial numbers. Then “L”

indicates Limited Tender and “P” indicated Press Tender. Last two Digits

is the Year of the Tender.

31.3.2 Released PR's to be transported to e-tender server for doing e-Tendering.

The following needs to be taken care of before replication:

i. PR is fully released in system.

ii. Materials in the PR are already in the e-Tender system.

iii. The replication date is greater than the Max. Delivery Date as per the

PR.

Note: In the following scenarios PR replication is not possible and

Manual tendering is required.

a) PR with unknown A/C Assignment

b) PR without Plant Data

c) PR Services without Quantity

Page 70: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

70

31.3.3 The tender number is generated in SAP system and the same is to be

created in the e-Tender portal by linking the PR through carryout

sourcing. As the tender type cannot be changed after creation utmost

care must be taken while creating a tender in the portal.

31.3.4 Tenders are prepared as per the type and requirement and are

published through e-tender portal online. Before Tender publication,

Tender Documents Folder in the Technical Rfx folder shall be released.

Once the Tenders are published, no files from the Tender folders are

allowed to be deleted or modified. An Amendment shall be incorporated

in the Amendment folder only. This folder shall not be released. For

Limited Tenders, name of the bidders are maintained in the bidders

page of the e-tender portal and once the tender is published, system

generated automatic e-mail inviting bid from the bidders is sent

automatically by the system.

31.3.5 For press e-tender, a guest bidder is maintained and any bidder can

view and download the tender document through guest log in the OIL's

e-tender portal. Also registered vendors with OIL, who have a user ID

and password for OIL’s e-tender portal, can view any press tender

document by logging onto the e-portal using their user ID and

password. Dealing officer shall authorize the registered vendors to bid

against a tender after receipt of tender fee against the same.

Alternatively, tender fee can also be paid online through OIL's e-tender

portal. For waiver of tender Fee by any bidder on account of NSIC

register etc., to bid against any press e-tender, a bidder is required to

request the tender handling office with requisite document for waiver.

Tendering officer after getting requisite document can waived the tender

fee for the bidder. Unless the bidder's data is maintained and allowed,

bidders cannot bid.

31.3.6 Bidders can submit their bids any time before the bid closing date and

time. Bid modification and / or withdrawal after submission is allowed

before the due date and time of submission.

31.3.7 E-tender system has the in-built checks which controls and accepts

only bids submitted before the bid closing date and time. Similarly it

checks requisite digital certificate (presently it allows Class III digital

certificate only). The "time" is the SRM system Server's time which is

displayed on the e- Tendering screen.

31.3.8 Bids can be opened in the system by multiparty opening after the

opening Date and time maintained in the system are over. Therefore,

Page 71: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

71

unlike physical tender, at the time of bid opening, physical signature of

Tendering officer as well as Account officer is not required in the

document. However, about the important parameter like receipt of

tender sample, hard copy of original bid bond whenever required are to

be recorded at the time of bid opening.

31.3.9 The bid security, wherever applicable, is taken in physical form which

should be submitted before the bid opening date & time. Bid security

can also be submitted online through the e-tender portal.

31.4 PRE-REQUISITES FOR SUBMISSION OF TENDERS ONLINE:

31.4.1 Supplier shall have a valid User Id & Password to access OIL e-

Procurement site.

31.4.2 Supplier shall have a legally valid digital certificate as per Indian IT Act

2000 from the licensed Certifying Authorities operating under the Root

Certifying Authority of India (RCAI), Controller of Certifying Authorities

(CCA) of India. Class 3 digital certificate for the designated individual

with organization name & legally valid digital certificate in India is

required for online bidding.

31.5 GENERAL GUIDELINE FOR E-TENDERING:

31.5.1 In e-Tender system, in case of Composite bid system, Bid closing and

Opening Date are maintained same but a time gap of minimum 3 hours

shall be maintained between closing and opening of bids.

31.5.2 In e-Tender system, in case of two-bid system, Bid closing and Techno-

commercial Unpriced Bid Opening Date are maintained same but a time

gap of minimum 3 hours shall be maintained between closing and

opening of bids. However, to ensure that a commercial bid does not

open, a future date and time are maintained in the system under

Opening Date and time such as 2099. Once the technical opening date

and Time are past, Technical Bids can be opened in the system.

Therefore, a gap of minimum 3 hours is kept between bid closing and

bid opening time in order to check the number of offers received and to

take action for extension of bid closing date if required as per the

business process.

31.5.3 For e-tenders, unlike physical tender, at the time of bid opening,

Page 72: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

72

physical signature of Tendering officer as well as Account officer is not

required on the offers. However, about the important parameter like

receipt of tender sample, hard copy of original bid bond whenever

required are to be recorded at the time of bid opening.

32.0 E-REVERSE AUCTION

32.1 Unlike in normal auction, where prices are auctioned from seller's point

of view & the highest price is awarded the auction, in reverse auction

prices are auctioned from purchaser's point of view & the most

competitive lowest price is awarded the auction. As a part of e-

Procurement tool, through Reverse Auction Process, competitive prices

of short listed bidders are auctioned online in fair & transparent

manner.

Presently, Reverse Auction in OIL is done through Service Provider.

Option for e-Reverse Auction at present is available for tubular tenders

having value more than INR 1.00 Crore. However, decision to go for a

Reverse Auction is subject to the requirement of Specific Tender.

32.2 MODALITIES OF E- REVERSE AUCTION PROCESS:

32.2.1 BID INVITATION

Tender that would be subject to Reverse Auction shall be clearly

mentioned in NIT. E-tenders where in Reverse Auction is proposed shall

be floated under Two bid system. All tenders generated in the system

and documents uploaded by the purchaser must be digitally signed

before publication of the tender.

32.2.2 BID SUBMISSION

All bids and bid documents uploaded by the supplier must be digitally

signed before submission. Submitted bids cannot be viewed by the

purchaser till the tender opening date and time. Bid modification and /

or withdrawal after submission is allowed before the due date and time

of submission.

32.2.3 REVERSE AUCTION

Reverse auction event is scheduled after the bidder submits his online

technical bid. All techno- commercially acceptable bidders participating

in the tender get an opportunity to quote/revise their total price within

the date and time specified for reverse auction.

Page 73: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

73

32.2.4 PRICED OFFER

Tenders where Reverse Auction will be conducted, price offers will be

asked in Simple Price Format where in bidders are to provide the price

in single component by taking into consideration of all detailed

components. For arriving at single price, bidders will be provided with

calculation sheet along with the Tender document.

32.2.5 Bidders participating in the reverse auction are required to sign and

forward the agreement accepting OIL's Reverse Auction Process related

terms and condition along with offer.

32.2.6 AUCTION TYPE

i. 'Rank with L-1 Price' bid format In "Rank with L-1 Price" bid format,

during the process of Reverse Auction, the short-listed bidders shall

be able to see only the current lowest price and their respective

ranks/position during the online bidding process in the system,

based on which they may reduce their prices. This type of auction

shall be adopted in those tenders where neither any purchase nor any

price preference is applicable.

ii. 'Rank Only' bid format In "Rank Only" bid format, during the process

of Reverse Auction, the short-listed bidders shall be able to see only

their respective ranks/position during the online bidding process in

the system, based on which they may reduce their prices. This type

of auction shall be adopted in case of tenders, where purchase

preference (for CPSU's/NSIC Registered companies), so as to take care

of purchase preference at the end of the Reverse Auction. OIL decide

on choice of the option i.e. "Rank with L-1 price" or "Rank Only" at the

time of short- listing of the bidders as composition of bidders are

known only after opening of bids. Bidders are informed in advance

about the type of auction.

32.2.7 START BID PRICE

Start bid price would be evaluated L-1 price based on Techno-

Commercially Lowest offer. Bidders can quote only lower than the start

bid price. A bidder here can revise his bid as per the bid decrement

intimated at the start of the bidding process. The reverse price must be

lower than the lowest price at the point of time. There will be one bidder

at a particular position/rank, the criteria followed here is of price only.

So, the bidder who quotes the lowest price is declared as the winner of

the auction. To evaluate the L-1 Price, of different kind of tenders, the

Page 74: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

74

evaluation criteria shall be as under:

Decrement Value The decrement value during Reverse Auction shall be

0.5% of the start price or its multiple.

32.2.8 PRICE EVALUATION IN REVERSE AUCTION:

To evaluate the offers on equal footing, the calculation schema (separate

for Indigenous and Foreign Bidders) shall be prepared and provided with

the tender. Also, the applicable exchange rate for conversion of Foreign

Currency in INR and the applicable rate of Custom duty shall be

conveyed to the concerned bidders prior to commencement of Reverse

Auction.

A. LCB (Local Competitive Bidding) The Price for the Reverse Auction

would be for the FOR Destination Price, which shall include all the

components of Taxes and Levies applicable, Freight, Insurance etc.

B. ICB (International Competitive Bidding)

Only Foreign Bidders the Price for Reverse Auction should be the CIF

Landed Price, which should include all the components e.g. FOB

charges, Freight, Insurance, Landing Charges, Custom Duty etc.

Mixed Bidders "Ex-Works Price (Including Custom Duty on Import

Component, Excise Duty on finished product plus Sales Tax/VAT) "

for Domestic Bidders and "CIF Landed Price (i.e. Quoted FOB price +

Quoted Freight + Insurance @ 1% on FOB) + Custom Duty ( On Total

CIF value + landing charges @ 1% of CIF value)" for Foreign Bidder.

If there is no acceptable foreign bidder, then the evaluation of the

domestic bidders shall be made on FOR destination basis.

32.2.9 PURCHASE PREFERENCE

In case of purchase preference as per Govt. Policy, as may be notified

from time to time to any category of bidders, and if any of the short

listed bidders are eligible for such purchase preference in terms of

policy, such bidders shall get opportunity to match the L-1 price

concluded after reverse auction, if their final prices in Reverse Auction

fall within the permitted percentage.

Page 75: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

75

32.2.10 CONVERSION RATE

While evaluating the bids, the closing B.C. selling market rates of

exchange declared by the State Bank of India on the day prior to the

price bid opening will be taken into account for conversion of foreign

currency in to Indian Rupees as per present practice.

32.3 SALIENT BUSINESS RULES:

Start Bid Price

Start Bid Price is the Techno- Commercial Lowest price fixed for the

reverse auction event. Bidders can bid only lower than the start bid

Price. Start bid price will be available to the bidders during the start of

the auction on the auction site.

Bid Decrement

Bid decrement is the fixed amount by which, or by multiples of which,

the next bid value can be decreased. Bid decrement shall be available to

the bidders during the start of the auction on the auction site.

Bid Price in reverse auction

The bidder's bid in the reverse auction must represent the total price bid

for the items in reverse auction.

Auction Duration

This process shall initially be held for a period of 60 minutes. In case

there is bidding by any bidder within last 5 minutes of closing of the

auction, the auction will be extended by another 5 minutes. Such

extension will be allowed to continue till no quote is placed within 5

minutes of last quote. As regards to the failure of Electricity /

Connectivity at OIL's end, the auction event will be extended suitably,

however in case of such events at bidder's end; they are responsible for

necessary alternate arrangements.

Price Bid Evaluation and award of purchase order

At the end of reverse auction process, overall best Bid of Reverse Auction

shall be identified.

32.4 Tender committee members or their authorized representative shall

remain on the spot till the completion of the Reverse Auction process.

Page 76: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

76

32.5 In order to maintain the sanctity, unauthorized communication shall

not be allowed during the Reverse Auction process. Therefore, any

communication device like mobile phone etc. must not be carried by

anyone in the room where Reverse Auction is carried out. One or two

phone line connection (landline) shall be made available in the room for

authorized interaction with the bidders if necessary. The identified

numbers of OIL for this purpose shall be intimated to bidders well in

advance. Likewise, the telephone numbers of the bidders for the

authorized interaction with bidders should be obtained through bidders’

response sheet. Conversational communication with bidder should be

avoided during the online Reverse Auction process unless considered

inevitable/appropriate/necessary by the tender committee.

32.6 Bidders at their own interest must ensure uninterrupted internet

connectivity at their end during the Reverse Auction with necessary

backups to take care of any connectivity problem. However, in case of

failure in connectivity of any of the bidders, the Reverse Auction time

shall be extended by maximum of 10 minutes upon receipt of request

from the bidder during Reverse Auction and such extension shall not

exceed one per bidder. The extension of auction time shall be

communicated to all the bidders through system broadcast message

and also communicated telephonically to all bidders who are

disconnected from the system at that point of time. No request after

completion of Reverse Auction shall be considered. In case OIL is unable

to extend the auction time due to some unavoidable reason and the

auction happens to end before such extension, OIL has right to launch

a fresh auction immediately with the last bid price of the respective

bidder in the earlier auction as the starting price. Such action shall be

brought out in the proceeding of the tender committee recommendation.

32.7 In case due to failure/break in internet connectivity on OIL’s system

end, the Reverse Auction shall be re-opened. In such a situation, the

dealing officer of C&P department shall obtain a status report from the

IT department and thereafter tender committee shall put up

recommendation to the competent authority for approval to conduct the

Reverse Auction again. Such Reverse Auction shall be conducted with

last bid price of the respective bidder in the earlier auction as the

starting price.

32.8 On completion of the Reverse Auction, the history of the Reverse

Auction shall be taken from the system for further processing. The

tender committee member or their authorized representative shall sign

such proceeding.

Page 77: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

77

32.9 Offers of short listed bidders, who have confirmed acceptance to OIL

tender conditions on reverse auction, but do not participate in Reverse

Auction, irrespective of their prices quoted in e-portal price bid. (In

addition to rejection of bid, the bid security will also be invoked in such

case.). In case such bidder (who does not participate in the Reverse

Auction) happens to be the evaluated L1 bidder, the tender will need to

be re-invited as per CVC guideline. If a bidder does not want to quote

any price below the ceiling price during Reverse Auction, their “Logged

In” during Reverse Auction itself shall be considered as Participation.

32.10 Once the process is complete, the tender shall be processed for award

based on L1 price received against Reverse Auction.

32.11 The price reasonableness will still be needed to establish even after

Reverse Auction.

33.0 EXPRESSION OF INTEREST (EOI)

33.1 EOI is normally used for exploring the market for new technology,

business diversification etc. The EOI is not an activity of tendering as

through this method we seek only the interest of the likely agencies

available in the market for a particular technology, consultancy and

diversification, and there is no commitment of entering into a commercial

contract out of this exercise. This method can also be used for identifying

the proper sources, suppliers and service providers for new technology,

latest equipment and best practices. This can also be used where the

owner is not reasonably sure on the specification / scope of work /

source of supply and would like to have the input from the prospective

agencies in the market.

33.2 Request for Expression of Interest shall be published at least in 2 (two)

national dailies, OIL website and Govt. Portals.

33.3 Request for EOI should include the following :

i. Brief description about objective of carrying out assignment, broad

scope of work and expected deliverables.

ii. Minimum qualifying criteria for subject job to the extent OIL has got

the knowledge of the subject.

iii. The place / work site where assignment is to be executed.

iv. Instruction regarding nature of job, submission requirement, last date

of submission, place of submission and any other related instruction

which is considered necessary.

Page 78: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

78

v. The formats under which the agencies are required to submit their

expression of interest.

34.0 PROCUREMENT OF GOODS / SERVICES FOR E&P JOB UNDER

PRODUCTION SHARING CONTRACT (PSC)

34.1 The Production Sharing Contract (PSC) contains procedure for

acquisition for goods and services in various categories depending upon

the value as applicable on day. This procedure normally divides the

procurement in three procedures namely A, B and C.

34.2 Procedure C is for higher values of procurement i.e. equal to or more

than US $ 500,000.00. As per procedure C, bidders are to be pre-

qualified through open advertisement to be published in at least 3

(three) daily national Indian newspapers. The entities who respond

against this enquiry shall be short-listed / pre-qualified.

34.3 Thereafter, the detailed tender document issued to the pre-qualified

entities to submit bids for further processing and award as per laid

down procedure in PSC.

34.4 In view of provision of PSC, all procurement necessarily should be as

per the procedure provided in the respective Production Sharing

Contract.

35.0 CENTRALIZED PROCUREMENT

35.1 The common items, consumables, spare parts and services should be

selected across Oil India Limited. The procurement of such items,

consumables, spare parts and services is preferred to be done from one

place. The appropriate place considering the logistic and other facilities

may be selected by C&P department. The selected unit /place shall seek

requirement from all spheres/projects at least once in a year with

projection of annual requirement. The procurement activities shall be

initiated from the centralized unit.

35.2 The user department shall provide support during the processing of the

procurement in respect of technical evaluation by deputing a

representative for technical scrutiny of the offers at the designated unit.

35.3 For the materials / items being procured from the centralized unit, the

tender shall have a provision for delivery of materials at various

locations.

Page 79: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

79

35.4 In case the evaluation on FOT site basis, all inclusive, the bid shall be

evaluated for respective quantity for each sphere / project, to decide the

interse ranking and the order shall be placed on the lowest price bids

only.

36.0 EMPANELMENT OF VENDOR / CONTRACTOR / CONSULTANT /

SERVICE PROVIDER FOR LIMITED TENDERING

36.1 The empanelment of vendor / contractor /consultant /service provider

shall be carried out as per laid down procedure.

36.2 The exercise for empanelment of vendor / contractor /consultant

/service provider should be conducted once in a year.

36.3 Such panel shall be valid for 2 (two) years and to be updated every year.

36.4 The empanelment should be done through open advertisement like the

process being followed for procurement for open tenders.

36.5 The qualifying criteria shall be same as being used for procurement of

such items / services / works in case of normal tendering.

36.6 A committee consisting of members from user department, C&P and

finance shall be constituted. This committee shall formulate qualifying

criteria and evaluate the offers and make recommendation for approval

by competent authority.

36.7 Such panel shall be used for purpose of issuing limited tender on

domestic / limited ICB basis. In case of such limited tender no BEC is

required.

36.8 The limited tenders based on the above empanelled vendor list shall

also be posted on the website only for information and not for bidding.

37.0 STANDARDIZATION OF BEC

37.1 There are certain items, materials, services / works which are repeatedly

in use. It is advised that for such items, materials, services / works the

bid evaluation criteria should be standardized. The standard BEC shall

be used across OIL at all spheres / projects so as to maintain uniformity

in procurement of similar items in OIL.

Page 80: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

80

37.2 The items, materials, services / works for which there are standard BEC,

we need not generate another BEC against each and every tender. The

standard BEC should be used.

In case of exceptional situation, due to certain operational requirement,

with reasons to be recorded, the standard BEC may be modified to the

minimal extent to meet the operational requirement of the particular case.

This shall be done with the approval of competent authority on

recommendation of the committee.

37.3 The standardized BEC in OIL needs to be reviewed at least once in 2

(two) years to take care of subsequent development in terms of items,

materials, services / works.

38.0 CORRESPONDENCE WITH BIDDERS

All correspondence before award of contract seeking clarification

(technical and commercial) must be done by C&P. After the contract is

awarded, if considered necessary, indentor can correspond with

suppliers. In case of LSTK and other complex contracts, the indentor can

correspond regarding day to day execution of the contract and issues

arising during the execution of the contract, with a copy of the

correspondence for information of C&P department.

39.0 HANDLING OF COMPLAINT / REPRESENTATION / ARBITRATION

39.1 In case any complaint / representation in respect of ongoing tender,

received in OIL, the same shall be handled as under :

(i) Anonymous representation / claim received should be ignored.

(ii) If a proper representation is received when the tender is under

process of consideration / evaluation, the same should be examined

by the complaint handling committee and comments / deliberation /

recommendation should appear in the tender committee

recommendation.

(iii) In case of any complaint on ongoing tender, the complaint should be

promptly examined by the dealing officer, whether there is any merit

for corrective action, if required. The dealing officer shall then put up

the case to the Complaint Handling Committee. If Complaint

Handling Committee is of the view that there is no substance to

Page 81: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

81

review or action, the procurement process shall continue and such

complaint shall not become the reason for keeping the tender on

hold.

(iv) In case the Complaint Handling Committee takes the view that there

is merit in the complaint and feels that OIL may be required to take

any corrective action, the committee shall make recommendation for

putting the tender on hold till a detailed analysis and decision is

taken. Such recommendation requires the approval of the Head of

the Sphere / Project.

(v) Any complaint or representation received after award of the contract

should be examined and dealt with suitably so that corrective action

if any can be taken in future.

(vi) However, till the time a Complaint Handling Committee is in place,

the complaints / representations related to technical issues shall be

handled by the technical department and complaints /

representations related to commercial issues shall be handled by

C&P department. In case, required, the matter may be referred to the

tender committee for further deliberation / advice.

39.2 ARBITRATION

Arbitration will be as per terms and conditions of general and special

conditions of the contract / order.

40.0 THE INTEGRITY PACT (IP)

IP shall be applicable for all tenders valuing more than Rs. 50.00 Lakhs

or as decided by the competent authority from time to time. Bidder shall

be required to sign the Integrity Pact as per prescribed format, to be part

of the tender document. The proforma duly signed by OIL's competent

signatory shall be issued along with the tender document. The proforma

has to be returned by the bidder along with the bid (along with the

"Techno Commercial-Unpriced Bid" in case of two bid/two stage bidding)

duly signed by the same signatory who signed the bid.

40.1 Incomplete submission of IP documents with the bid should not lead to

disqualification of a bidder, who otherwise qualifies and agrees to abide

to IP. The bidder could be asked to comply to all IP guidelines

subsequently.

Page 82: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

82

40.2 OIL shall appoint competent and credible Independent External Monitor

/ Monitor (IEMs) for IP. The task of the Monitor is to review

independently and objectively, whether and to what extent the parties

comply with the obligations under this agreement.

41.0 PROCEDURE FOR OBTAINING DGCA PERMIT AND EXPLOSIVE

LICENCE

41.1 Requirements of explosives items and Radio-active items of foreign origin

for OIL's operation at Duliajan are to be brought by Air up to Kolkata.

However, if there is no cargo flight available to Kolkata, shipment to

Mumbai/ Delhi/ other airports can be considered. After clearance of the

explosives at destination airports, these are brought to Duliajan by

explosive vans. Steps involved in procurement of explosives are as under.

a) Bidders are to be advised to furnish following additional information

in their offer while quoting:

i) Name as assigned by IATA.

ii) IATA class.

iii) U.N. Code No.

iv) Nett weight.

v) No. of package and net weight per package.

vi) Airport of embarkation.

Note: The above details to be verified at the time of scrutiny of offers.

41.2 APPLICATION FOR DGCA PERMIT:

Application for DGCA (Directorate General of Civil Aviation) permit is

prepared as per format specified by DGCA. All entries in the application

must be made in block letters. The particulars of items to be air

freighted shall be furnished in enclosure to the application providing

following information:

(i) Description

(ii) IATA Name

(iii) IATA Class

(iv) UN No.

(v) Quantity

(vi) Nett weight

(vii) No. of packages

Page 83: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

83

(viii) Nett weight per package

Note: The covering letter as well as enclosures of the application must be

signed and stamped with official seal.

41.3 APPLICATION FOR EXPLOSIVE LICENCE:

Application to Chief Controller of Explosives (CCE) is prepared as per

format specified by CCE. The following are enclosed with the application:

(i) Application Form AE-8 in duplicate along with 4 copies of

photographs of OCCUPIER.

(ii) Crossed Bank Draft for requisite amount drawn in favour of Chief

Controller of Explosives payable at Nagpur.

(iii) List of goods (6 Copies) duly signed and sealed.

(iv) Certificate of Authorization in respect of the explosives proposed for import issued by the Competent Authority of the Originating Country.

(v) Report from the Explosives Return System (ERS) showing stock position of the magazine proposed for storage of the imported explosives.

(vi) List of PEL/ML areas where explosives to be used. (vii) DGCA landing permit.

All pages should be signed and stamped.

41.4 The original application shall be forwarded to the service provider,

engaged by OIL for the purposes. Copy of above application is also sent

to Head (CB), Kolkata for information. One set of the application is kept

in the Explosive License file for future reference. Regular follow-up for

earliest receipt of the Permit and Licenses shall be made by the dealing

Executive.

41.5 In case of Radio-active items, application for obtaining the No-Objection

Certificate from Bhabha Atomic Research Centre (BARC) is put up by

the user departments directly and on receipt of the same, the

application for the DGCA Permit along with a copy of the "No-objection

Certificate" is sent to the Service provider for arranging the DGCA

Permit.

41.6 PROCESSING OF DGCA PERMIT & EXPLOSIVE LICENSE:

Immediately after completion of the Techno-Commercial scrutiny when

the purchase proposal is put up, in a parallel action, the application for

DGCA Permit and Explosive License (in the prescribed format provided

by them) should be prepared by Materials Department and sent to the

Page 84: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

84

Consultant who will arrange for DGCA Permit initially. The original

DGCA Permit on receipt from the concerned authority shall be forwarded

by the consultant to Duliajan which is then forwarded to Kolkata

(Shipping) office. With a copy of the DGCA Permit, the consultant then

will forward the Explosive License application to Chief Controller of

Explosives (CCE) for issue of the Explosive License. The same on receipt

will be sent by the Service provider to Materials Department at Duliajan

who will then forward it to Kolkata (Shipping) office. Copies of the DGCA

permit and Explosive license are sent to the User department for

information and necessary action.

41.7 After import of the explosive items, details of import and dispatch

details to the destination are provided in forms RE-8 & RE-9 to CCE.

42.0 PROCUREMENT OF MEDICINE

42.1 Medical Department shall provide PR for various medicines indicating

the manufacturer's name against each item to Materials Department

covering about 1 year requirement. The requirement shall be certified by

the Drug Purchase Committee.

42.2 On receipt of the PR, Materials Department shall write to the

Manufacturer requesting them to provide preferably 5 (five) but not less

than 3 (three) stockist /distributors' names not only from Tinsukia,

Dibrugarh but may also include stockist /distributors' names from

Sivasagar, Jorhat and beyond, if necessary to generate more

competition.

42.3 The authority / person concerned who have authorized stockist /

distributors' names initially against our request must be the same in

case of any amendment of stockist / distributors' names. However, no

such change shall be allowed after floating the tender. Enquiry should

be sent to the authorized stockist / distributors as suggested by the

manufacturer. A copy of the enquiry should also be sent to the

manufacturer. In the tender documents it is to be categorically

mentioned that the party should forward latest manufacturer's price list

meant for Hospital/ Institutional sale.

42.4 For procurement of medicines only the rate applicable to the Hospital/

Institutional sale shall be considered as per current price list.

42.5 The stockist / distributors who have offered highest discount over the

Hospital rate as stated above shall be recommended for placement of

Page 85: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

85

order subject to their fulfilment of other terms and conditions of the

NIT.

42.6 Medicines are to be supplied by the supplier as and when required basis

with a shelf life of half the total shelf life period at the time of receipt. The

payment against supplies shall be made as per current price list meant

for Hospital / Institutional sale at the time of delivery considering

discount offered by the supplier.

42.7 A copy of the Purchase Order shall be sent to the manufacturer. They

should also certify that the medicines supplied have been manufactured

by the manufacturer mentioned in the package and the medicines

covered in the supply lot have shelf life as mentioned above.

42.8 Medical Department shall also arrange to check the quality of the

supplied medicines periodically through reputed Laboratories on random

basis to ascertain genuineness and quality of medicines.

43.0 CONTRACT RELATING TO CIVIL WORKS / SERVICES AND HIRING

OF TRANSPORT SERVICES AT FIELD HEADQUARTERS FOR

MAINTENANCE & DAY TO DAY REQUIREMENT

Keeping in view the socio-economic scenario in proximity of Field

Headquarters, OIL has been practicing certain relaxation / dispensation

in case of works and services which can be provided by agencies situated

on regional basis. In view of the above, as a shift to the normal

procedure the under mentioned guideline may be followed :

43.1 PUBLICATION OF NIT:

a) Advertisement on OIL Notice Board and in Local News Papers: The IFB

shall be put on the OIL notice board and attention drawn in one local

vernacular language news paper published from the place where the

award of work will be made, providing information that the details of the

Invitation for Bid (IFB) is available on the Notice Board of OIL, in case of

the following jobs:

i) Works (other than civil) whose estimated cost is below Rs.5 Lakhs;

ii) Hiring of light passenger vehicles (Cars, Sumo/Bolero, Utility

vehicles, Pick-ups) without any financial limit.

iii) Civil works whose estimated cost is below Rs.25 Lakhs.

b) Advertisement in News papers published from the State: IFB may be

Page 86: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

86

inserted in two newspapers – one in the regional language of the State

(Province) in which the work will be executed and the other in English

circulating in the State (Province) for the following:

i) All works whose estimated cost is between Rs.5 Lakhs and Rs.25

Lakhs.

ii) Civil works whose estimated cost is above Rs.25 Lakhs and below Rs.

1 Crore.

iii) All labour oriented works whose estimated cost is above Rs.5 Lakhs

(upto any value).

iv) Hiring different types of buses, truck, water tankers, crude oil

tankers without any financial limit.

43.2 CLASSIFICATION OF CIVIL CONTRACTORS FOR SMALL VALUE

JOBS:

OIL has been following class wise registered contractors for the civil

engineering related jobs. The class-wise tendering limits and the

amounts of one time security deposit are revised time to time and

accordingly the contractors deposit the one time security deposit to OIL.

Presently, the tendering limits and the one time security deposit

amounts are as follows:

Class of Contractor Maximum amount One time Security

Of Tender value Deposit

A -Class up to Rs. 160 Lakhs Rs. 1,60,000.00

B -Class up to Rs. 80 Lakhs Rs. 64,000.00

C -Class up to Rs. 40 Lakhs Rs. 32,000.00

D -Class up to Rs. 12 Lakhs Rs. 8,600.00

The above classified contractors are exempted from submitting Bid

Security for a tender whether enquiry issued to only registered

contractor or open tender for the value indicated against them.

43.3 MISCELLANEOUS / MAINTENANCE CIVIL JOB:

OIL is maintaining hitherto a list of good number of contractor situated

in proximity of Field Headquarter, Duliajan. The regular requirement of

miscellaneous maintenance job is carried out by allotment of work in

following manner :

i) Once in two years OIL enter into contracts with registered bidder for

different category of work in different zones.

Page 87: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

87

ii) Through display on the OIL Notice Board, all registered contractors

are given opportunity to offer for category of work and the zone.

iii) These contractors can be awarded work at a time maximum to a

value of Rs. 5 Lakhs.

iv) Out of the contractors, zone and category wise, with whom OIL has

entered into a contract, shall be allotted work by civil engineering

department as and when there is requirement in fair, transparent

and equitable manner.

These contractors are exempted from giving any bid security or

performance security.

43.4 RESERVATIONS OF TENDERS:

i) Job upto Rs.12 Lakhs

The tender for up to Rs. 12 Lakhs shall be resorted on limited

tender basis. The contractors who are registered under category D

shall quote against these tenders.

ii) Job more than Rs. 12 Lakhs and up to Rs. 25 Lakhs

The tender for value more than Rs. 12 Lakhs and up to Rs. 25

Lakhs shall be resorted on limited tender basis. The contractors

who are registered under category A, B, C shall only submit the bid

against these tenders.

iii) In case of i) and ii) above, there shall be tender fee of Rs. 500.00,

Performance guarantee shall be up to 10% of the contract value for

which contractor shall submit a performance security of 2.5% of

contract value at the time of award of contract and remaining 7.5%

shall be deducted from running bill.

iv) The tender beyond Rs. 25 Lakhs up to any value shall be floated as

open tender and shall also be an e-tender. The bid bond shall be

0.5% of the tender value, unless otherwise exempted. Performance

guarantee shall be up to 10% of the contract value for which

contractor shall submit a performance security of 2.5% of contract

value at the time of award of contract and remaining 7.5% shall be

deducted from running bill.

v) In open tender, for the tender above Rs. 25 Lakhs upto Rs. 40

Page 88: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

88

Lakhs, Class A, B & C, above 40 Lakhs upto 80 Lakhs, Class A & B,

and for above Rs. 80 Lakhs up to Rs. 1 Crore 60 Lakhs, Class A,

shall be exempted from experience criteria and financial criteria.

They shall also be exempted from submission of Bid security as

mentioned in clause 43.2 above.

vi) In case against a tender for a given job, there are more than one L1

bidders, the tender may have provision for tie break. In case this is

not possible the bid can be decided on draw of lots.

44.0 TRANSPORT SERVICE CONTRACTS

44.1 Contracts are finalized for following categories of Transport services:

(i) Light passenger/utility vehicles.

(ii) Heavy & medium passenger vehicles.

(iii) Trucks / Water Tankers.

(iv) Crude Oil Tankers/ Bowsers.

44.2 The requirement of Passenger vehicles, Utility Vehicles, Buses, Trucks,

Pick-up is large in numbers. These requirements are tendered by OIL on

offered rate basis. It is also a CSR obligation on the part of OIL

considering the socio-economic condition in the region. Accordingly, it is

considered that one vehicle in case of passenger vehicle are allocated to

one applicant. However, in case of buses there may be allocation of two

nos. of buses to one bidder. Trucks, water tankers, crude oil tankers are

also tendered on the basis of offered rate.

44.3 The procedure followed in most of the tenders against transport

contracts is similar to other contracts.

44.4 LIGHT PASSENGER VEHICLES, AMBULANCES, AC CARS AT THE

RATES OFFERED BY OIL:

Light passenger vehicles (like Cars, Sumo/Bolero, Utility vehicles,

Pick-ups) & Ambulances shall be hired on one-applicant-one-vehicle

basis at the rates offered by OIL from individuals only without seeking

any financial and experience eligibility criteria.

In case of hiring of light passenger vehicles and Ambulances / AC Cars

etc. on one-applicant-one-vehicle basis; no bid documents shall be

issued and the interested participants should apply in prescribed

application format along with the other requisite documents during the

Page 89: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

89

application receipt period. NIT, application format, Contract Terms &

Conditions are made available on OIL’s website.

The applications so received shall be examined for its acceptability as

per the provision of NIT. Also, in such cases where the applicants are

more than the requirement, the selection shall be done through Draw of

Lots and the short listed applications shall be scrutinized after Draw of

Lots.

44.4.1 Basic steps involved in processing shall be:

(i) Issue of NIT & application format, Contract Terms & Conditions.

(ii) Receipt of applications in separate counters if number of applicants

are more. Contract Department shall arrange for temporary

application receiving counters.

(iii) Draw of Lots for short listing of applicants. In Draw of Lots,

members from Indenting Department, Finance Department and

Contracts Department shall be present. Applicants’ notice shall be

drawn to attend the Draw of Lots and attending applicants or any

person (public) shall be randomly asked to pick up the number in

Draw of Lots. List of provisionally selected applicants including

waiting list applicants (if necessary) duly signed by company

representatives attending the Draw of Lots shall be displayed in

the Notice Board after the Draw of Lots.

(iv) Scrutiny of short listed applications with respect to application

rejection criteria by indenting department. The scrutiny report to be

vetted by Finance Department wherever necessary.

(v) The unemployed persons from OIL’s E&P area are not required to

submit Bid Security along with the application (only in specified

tenders). However, once short listed vide Draw of Lots they shall be

required to submit the bid security amount.

(vi) All the applicants short-listed vide Draw of Lots are required to

submit additional documents like Affidavits etc. which shall be

further scrutinized jointly by Indenting Department, Finance

Department and Contracts Department.

(vii) Contracts Department to process Tender Committee Resolution

recommending award of contract to the eligible short listed

applicants and place it before the competent authority for approval.

(viii) Issuance of LOA to the approved applicants (contractors).

(ix) Signing of Formal Contract Agreement by the contractors after

submission of Performance Security.

(x) Placement of vehicles at Indenting Department.

Page 90: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

90

44.5 BUSES (BIG &MINI & AC BUS) AT RATES OFFERED BY OIL

In case of hiring of Buses (Big & Mini & AC Bus), tenders shall be floated

at rates offered by OIL with financial and other eligibility criteria. In case

the number of acceptable bidders exceeds the required numbers, the

selection of bidders shall be done through Draw of Lots amongst the

bidders fulfilling the eligibility criteria.

44.6 READILY AVAILABLE TRUCKS AT RATES OFFERED BY OIL

In case of hiring of Trucks, tender shall be floated at rates offered by OIL

with eligibility criteria (other than financial) given by OIL. In case the

number of acceptable bidders exceeds the required numbers, the

selection of contractors shall be done through Draw of Lots amongst the

bidders fulfilling the eligibility criteria.

44.7 WATER TANKERS (TRANSPORT) AT RATES OFFERED BY OIL

In case of hiring of water Tankers (Transport), tender shall be floated at

rates offered by OIL with eligibility criteria (other than financial) given by

OIL. In case the number of acceptable bidders exceeds the required

numbers, the selection of contractors shall be done through Draw of Lots

amongst the bidders fulfilling the eligibility criteria.

44.8 CRUDE OIL TANKERS / BOWSER AT RATES OFFERED BY OIL

In case of hiring of Crude Oil Tankers/ Bowsers, tender shall be floated at

rates offered by OIL with financial, technical eligibility criteria given by

OIL. In case the number of acceptable bidders exceeds the required

numbers, the selection of contractors shall be done through Draw of Lots

amongst the bidders fulfilling the eligibility criteria.

44.9 PROCEDURE FOR DRAW OF LOTS

In case of tenders where the no. of applicants / bidders are more than the

requirement, selection of short-listed applicants / bidders shall be done

through Draw of Lots.

Notification regarding the Draw of Lots of the subject tender is to be given

in the NIT itself. In Draw of Lots, members from Indenting Department,

Page 91: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

91

Finance Department and Contracts Department shall be involved. Draw

of Lots shall be conducted by Tombola cages and no. of Tombola cages to

be used shall depend upon the no. of participants in the Draw of Lots.

Attending applicants or any interested public shall be allowed to pick up

the numbers allotted for Draw of Lots against the applicants / bidders.

The list duly signed by company representatives attending the Draw of

Lots and approved by Head-Contracts of selected applicants / bidders

through Draw of Lots shall be displayed in the Notice Board after the

Draw of Lots. Audio & Video recordings of Draw of Lots proceedings shall

be done subject to availability of such systems.

44.10 OFFERED RATES BY OIL BASED ON INTERNAL ESTIMATE

The rates to be offered by OIL to the applicants / bidders for their

acceptance shall be prepared by a committee and approved by

competent authority as per DoP. Such rate will be incorporated in the

tender document for the information of applicant / bidder.

44.11 In case of Hiring Transport Services in for the following categories the

normal tendering procedure shall be followed:

(i) Hiring of cranes

(ii) Hiring of Tractors

(iii) Hiring of Tractor-Trailer units

(iv) Chemical Transportation.

(v) Rig Movement.

(vi) Tubular Transportation.

(vii) Water Tankers (Prod.)

(viii) Any other services related to Transport.

The above provision is based on present practice in OIL. However,

regarding finalizing the award based on the offered rate / quoted rate, in

case of a specific situation the category of the vehicle above may be

shifted vice versa with due reasoning.

45.0 MODIFICATION/AMENDMENT TO THE MANUAL

The Manual may require modification/amendment with the passage of

time due to certain changes in the policy and Company’s business

requirements. In case such request is generated from Works Centre, it

needs a recommendation from Multi-disciplinary Committee and

Page 92: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

92

approval from Local Management. After the approval from LMC/Head of

Sphere, the request shall be forwarded to Corporate C&P / Policy

Monitoring Cell (Once created). The Corporate C&P Cell shall examine

the necessity of such amendment and if considered essential to amend

the procedure, a proposal shall be moved for approval by CBC which is

the competent authority for approval of Manual. On approval of such

proposal the Corporate C&P cell shall issue an amendment to the

procedure which shall be integral part of the manual and

communicated to all Spheres / Projects of OIL. The same shall be

uploaded on OIL's intranet portal also.

46.0 DEVIATION TO THE MANUAL

In case during processing a procurement case and before floating the

tender, there is a necessity for a deviation to the Manual, a

recommendation must be made by a Tender Committee consisting of

members from C&P, Finance and indentor, wherein, the Tender

Committee shall give complete justification as to why such deviation is

unavoidable. If it is merely a procedural deviation, the same shall be

approved by the LMC/Head of Sphere (Project). And such deviation

should not be considered as precedence for future tenders.

In case of deviation to the Policy itself, the same shall require the

approval of CMD based on the recommendation of the Tender

Committee to be routed through concerned Director and Director

(Finance).

47.0 CLARIFICATION TO THE PROCEDURE

During the process of carrying out business of executing projects and

operations, the provision provided in the procedure may require

elaboration or more clarity. Such explanatory / clarificatory

communication shall be issued by the Corporate C&P department.

Except Corporate C&P, no Sphere / Project or department should issue

clarification.

48.0 CIRCULAR, INSTRUCTION, ADVICES ETC. REGARDING

PROCUREMENT PROCESS

During the course of business process there can be a situation

warranting issue of certain instruction / advice regarding procurement

related matters which may emanate from special requirement,

government guideline etc. Such instruction / circular shall always be

Page 93: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

93

issued by Corporate C&P for compliance across OIL and this circular

shall be uploaded on OIL's intranet portal.

49.0 NON-APPLICABILITY OF THIS PROCEDURE

The procurement which is financed by international financing

institution like IMF, World Bank, ADB, the procedure of financing

institution shall apply.

In case of exploration under Production Sharing Contract (PSC) where

the provision of this procedure and that of PSC contradicts, to that

extent the provision of PSC shall prevail.

50.0 POST AWARD ACTIVITIES

50.1 ACCEPTANCE OF THE ORDER / CONTRACT:

Once the detailed contract is awarded, the acceptance of the contractor

/ supplier should be obtained followed by signing of agreement.

50.2 The Performance Bank Guarantee shall be obtained within the

stipulated period.

50.3 After above activities, wherever necessary, the Letter of Credit should be

issued as per approved and accepted format of LC so as to give effect to

the contract.

50.4 PRE-DESPATCH INSPECTION:

In case of supply contract, OIL has to organize placement of inspector at

the works of the supplier for inspection of the material and issuance of

release note for despatch. This activity should be done promptly on

receipt of intimation from the supplier regarding readiness of the

material and gives notice of inspection.

50.5 TRANSIT INSURANCE:

i) All supplies for equipment / materials are to be insured by OIL for

transit risk, unless specified otherwise in the contract, to cover

damages during the transportation.

ii) Any damage during the transportation shall be notified to the under-

writers as well as transporting agency for further necessary action in

order to recover the transit damage.

iii) In order to cover the insurance of the goods dispatched / shipped,

vendor are required to furnish the dispatch / shipping details to the

insurance company with complete dispatch details along with policy

no. etc.

Page 94: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

94

50.6 Wherever required, necessary clearance of the certificates like EC from

DGH needs to be obtained timely, so as to provide same to the

contractor.

50.7 In case of import cases, the necessary clearances from Transchart need

to be obtained, wherever necessary in accordance with the guidelines

issued from Govt of India expeditiously so as to communicate decision

to the supplier regarding terms of shipment (FOB, C&F or CIF).

The activities described in 41.4, 41.5, 50.6 & 50.7 shall be co-ordinated

by Corporate C&P at Noida. However, necessary details like purchase

order etc. shall be provided by the C&P department at the respective

Sphere / Project.

50.8 Custom clearance of imported goods, payment of custom duty and

inland transportation of the goods to respective spheres / projects.

These activities are carried out by Calcutta Shipping Office.

50.9 Retirement of shipping documents from bank for imported items for

custom clearance and payment of customs duty is organized by

Calcutta Shipping Department.

50.10 In case of indigenous supply, where documents are submitted through

bank by the supplier, the respective C&P department co-ordinates with

Finance for retirement of documents form bank.

50.11 INSURANCE CLAIM FOR DAMAGES:

i) In case of damage during the shipment for imported consignment

which is noticed at the time of inspection after receipt of material,

the Calcutta Shipping Office shall lodge the claim with the

insurance company. However, as per provision of the contract, if

necessary C&P department who have placed the order shall take up

the matter with supplier for repair / replacement.

ii) In case of indigenous supply, if any damage is noticed at the time of

inspection after receipt of material, the same shall promptly be

notified to the insurance company by respective C&P department so

as to protect the interest of the company.

50.12 VARIATION IN QUANTITY:

In case of supply contract, if there is any variation in quantity based on

the item rate provided in the purchase order, necessary amendment

shall be issued timely to the supplier in respect of price and delivery. If

required, the Letter of Credit may be amended accordingly. This will be

done with approval of Competent Authority in accordance with the

DOP”.

Page 95: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

95

50.13 DEVIATION:

In case of any deviation, especially technical, which are accepted, the

indentor shall work out the financial implication to be recovered from

the supplier and adequacy thereof.

50.14 In case any modification to the items/equipment ordered is made by

OIL, the supplier may be asked to work out the financial effects of the

same. After certification by the user, change order to the contract may

be issued. This will be done with approval of Competent Authority in

accordance with the DOP”

50.15 Modification in the scope of work / specification in case of works /

service contracts: The engineer in charge, supervising the contract

may advise contractor / service provider for any modification which

includes technical specification, quantity, scope of work, extra work,

substituted item etc. Such instruction to the contractor shall be given in

writing. The contractor / service provider is required to submit detailed

work plan, estimated cost and time required. Such submission shall be

examined and analysed on priority and with approval of the competent

authority in accordance with the DoP; amendment to the contract shall

be issued.

The above actions are required on priority as after lapse of considerable

time it becomes complex to analyse the case and arrive at a decision.

50.16 In case there is a delay in supply of goods and services, except in case

of force majeure and reasons attributable to buyer, LD shall be levied as

per provision of the contract. In case the supplier does not reduce

proportionately the invoice value towards applicable LD as per the

provision of the contract, OIL has right to recover the same, from

payment due to the supplier.

50.17 Date of delivery / completion date shall be date of bill of lading, date of

RR / LR, date of successful commissioning and handing over as

provided in the contract. Under a supply contract, if the portion of

supply completed in all respect which can be used for commercial

operation shall not be considered for applying LD, if delivered within

contractual delivery period.

50.18 The LD shall not be leviable in case of force majeure and OIL’s default in

performance of its obligation in terms of contract. It is often experienced

that many a times owner accepts its default on its own account for

including but not limited to non-supply of issue material, non-

Page 96: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

96

availability of front, delay in providing drawing etc. leading to time

extension without LD. Since applicability of LD clause is a condition on

which bids were invited a detailed analysis shall be made to arrive at

default on part of the contractor and at the same time default on part of

the owner before arriving at the decision of levying LD or otherwise.

In case of works, where company (OIL) takes over certain facilities for

the envisaged objectives, which can be commissioned and can function

independently irrespective of the availability of balance work of the

project, OIL may issue part completion certificate by taking over such

facilities without imposing LD. Where such facilities cannot be

commissioned and cannot function independently, LD in that event

shall be levied on full value of the contract.

50.19 While working out the LD in case of supply contract, the contract value

is to be considered on FOB / CIF / FOR / Ex-works / FOT based on the

contract excluding statutory taxes, duties, levies etc.

50.20 PRICE REDUCTION SCHEDULE / LIQUIDATED DAMAGES (LD):

If the contractor/vendor fails to deliver any or all materials or

performance of work or service within the time period specified in the

order / contract, OIL, without prejudice to any other remedy, deduct LD

calculated as under:

i) Price reduction shall be applicable at the rate @ 0.5% per week or

on part thereof of the value of the goods/contract value in respect

of which default in delivery/ mobilization time / completion time

takes place subject to a maximum of 7.5 %.

ii) In supply contract, the portion of supply completed in all respect

which can be used for commercial operation shall not be

considered for applying LD if delivered within contractual delivery

period. The remaining supply, which has been completed beyond

the contractual period, shall attract LD @ 0.5% per week or part

thereof of the value of the goods/contract value in respect of which

default in delivery/mobilization time / completion time takes place

subject to a maximum of 7.5 %.

iii) LD shall be applicable in the same manner where individual orders

have been released against annual rate contract.

50.21 TIME EXTENSION:

During the execution of the contract, if delivery / work is not likely to be

completed as per original schedule, the time of delivery of completion

Page 97: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

97

should be suitably extended without prejudice to right of levying price

reduction schedule / liquidated damages. This action is necessary so as

to keep the contract in continuation till the completion of the delivery.

The final time extension to the contract is to be given after analyzing all

aspects of delay, provision of levying LD at this stage, the default on part

of contractor as well as on the part of the owner needs to be critically

analysed to arrive at the decision.

50.22 APPROVAL OF DRAWING:

In case contract provides provision for approval of drawing submitted by

the manufacturer / contractor, OIL has to make arrangement of

approval / commenting of such drawing in a time bound manner. Any

delay in taking action in relation to approval of drawing shall be solely

attributable to OIL and may delay the supply of equipment and

completion of the job.

50.23 POST DELIVERY INSPECTION:

On receipt of material timely inspection is to be organized so as to know

the acceptability of the material or damages if any. In some of the cases,

payment is linked with inspection and acceptance of material on receipt

by OIL. Since this is linked with the payment of the contractor, timely

inspection is more essential to maintain transparency for payment to the

contractor.

50.24 REPLACEMENT SUPPLY:

Once the discrepancy report with respect to short supply, inferior quality

of material, defective and damaged material is prepared, immediately the

matter should be taken up with the supplier to supply replacement of

such items free of cost as per the terms of the contract.

50.25 MEASUREMENT OF THE WORK:

The engineer in charge from OIL, for a given contract shall be

responsible for the measurement of the work done. Such measurement

shall be jointly measured and signed along with the representative of the

contractor.

This measurement shall be used by the contractor for raising progressive

bills for the job already completed.

50.26 CLOSURE OF CONTRACT:

Page 98: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

98

Once the supply and work is completed, the purchase order / contract

needs to be closed as per the provision of the contract. At this stage it is

to be settled and declared by both the parties that there is no

outstanding issue in relation to the contract.

The following may be ascertained as per the provision of the contract:

i) The supply has been made as per the specification and scope as

prescribed in the purchase order.

ii) In case of works / supply contract, the job has been performed at

work site as per the provision in the contract.

iii) The supply / work has been completed within the contractual

delivery / completion schedule. In case there is a delay due to

certain reason, the case has been properly analyzed and provision

of the LD has been applied.

iv) Payments in accordance with the provision of purchase order /

contract based on necessary inspections / joint measurements have

been made and any or all bank guarantees for performance /

security to cover the guarantee / warranty as provided for in the

purchase orders / contract have all been obtained from the vendor

/ contractor.

v) In case of free-issue material, all material issued have been

reconciled and any excess material issued has been returned to

OIL. Any excess consumption of the material or scrap generation

has been duly accounted for and recovery if any has been made

from the contractor.

vi) In case of shortage and damages observed in the material received,

either necessary replacement has been obtained from the contractor

or claim has been lodged for replacement as per the provision of the

contract. In case of works contract, for any damages or defects

noticed in the works executed by the contractor, necessary

rectification has been carried out and recovery if any made in that

regard from the contractor.

vii) In relation to any extra work, addition deletion, short supply,

necessary analysis has been done and either extra payment or

recovery has been affected for as per provision of the contract.

50.27 RECOMMENDATION FOR CLOSURE OF THE CONTRACT:

In case of purely a supply contract for goods, the purchase order can be

closed once the supply is affected and payment released as per the

provision of the contract. However, if there are issues related to

Page 99: Procurement Procedures/Manual For Goods and Services · 25.0 splitting of quantities ... 43.0 contract relating to civil works / services and hiring of transport services at ... epc/lstk:

99

applicability of LD, claim etc., this may require a recommendation of a

committee consisting of C&P, Finance and user department for approval

by competent authority.

In case of contracts which are little complex considering extra work,

delays, extra consumption of material, recoveries, claims etc. a

committee recommendation consisting of members from C&P, Finance

and user department will be necessary for approval by competent

authority.

The competent authority shall generally be the one who approved the

award. However, the cases which were awarded with the approval of

Director /CBC / Board of Directors, LMC may approve such cases.

50.28 ACCEPTANCE OF MATERIAL IN DEVIATION TO SPECIFIED

SPECIFICATIONS:

Materials with deviation from order specifications shall not be accepted.

However, in case of chemicals, due to urgent requirement of operations,

the material below the specified specification may also be accepted with

necessary recovery. This requires approval of the Head of the user

department. This aspect should be considered while evaluating the

performance of the supplier for future tenders.

END OF THE DOCUMENT