Tender No:
VC1CC24009
GeMAR&PTS ID: DL1/CORP_MM/PMC/2022/13(24)999745DT.14/2/23
Brief Description: Construction of escape route approach road & box culvert at Pundi EPS, Cauvery Asset, Thanjavur District.
Category: Civil Construction
Approximate Quantity:
Contract Period in case of Services:
Tender Originating Location : Karaikal
Type of tender: Indigenous
Cost of tender document(IN INR):
Cost of tender document(IN FC):
Earnest money Deposit(IN INR):
Earnest money Deposit(IN FC):
Issue / Sale of Tender document: 8 Feb 2024 3:00pm
To 28 Feb 2024 3:00pm
Tender Document selling offices: - Other:
https://etender.ongc.co.in/irj/portal
Last Date of receipt of queries for Pre-bid Conference: NA
Pre-bid Conference Venue:
Pre-bid Conference: Not Applicable
Closing of tender: 28 Feb 2024 3:00pm
Opening of Tender: 28 Feb 2024 3:30pm
Place of submission of tender: https://etender.ongc.co.in/irj/portal
Place of Opening of tender: Office of LM (Works), Engineering Services, ONGC Ltd, Neravy Complex, Karaikal- 609604 (Puducherry)
Estimated Cost: 7999660
Job completion time: 03 (Three) Months
Site Location: At Pundi EPS, Cauvery Asset, Thanjavur District.
Pre Qualification criteria: A. VITAL CRITERIA FOR ACCEPTANCE OF BIDS: A.1 Bidders are advised not to take any exception/deviations to the bid document. Exceptions / deviations, if any, should be brought out during the Pre-bid conference. In case Pre-bid conference is not held, the exceptions / deviations along with suggested changes are to be communicated to ONGC within the date specified in the NIT and bid document. ONGC after processing such suggestions may, through an addendum to the bid document, communicate to the bidders the changes in its bid document, if any. However, During evaluation of bids, ONGC may ask the bidder for clarifications/ confirmations/deficient documents of bid. The request for clarification and the response shall be in writing and no change in the price or substance of the bid shall be sought or is permitted. If the bidder still maintains exceptions / deviations in the bid, such conditional / non-conforming bids shall not be considered and may be rejected outright. B REJECTION CRITERIA B.1 TECHNICAL REJECTION CRITERIA The following vital technical conditions should be strictly complied with failing which the bid will be rejected: B.1.1 Bid should be complete and covering the entire scope of work and should confirm to the technical specifications indicated in the bid documents duly supported with technical catalogues/ literatures wherever required. Incomplete and non-confirming bids will be rejected outright. B.1.2 EXPERIENCE CRITERIA: Experience of having successfully completed similar works during last 7 years ending last day of month previous to the one in which applications are invited should be either of the following. a) Three similar completed works each costing not less than the amount equal to 40% of the estimated cost. i.e. Rs.31,99,864.00 (or) b) Two similar completed works each costing not less than the amount equal to 50% of the estimated cost. i.e. Rs.39,99,830.00. (or) c) One similar completed works each costing not less than the amount equal to 80% of the estimated cost. i.e. Rs.63,99,728.00 Note 1. Similar works means Construction of Drill Sites/Drill Site Accommodations/Buildings/Semi permanent buildings/sheds/ Compound walls/Bridges/ Culverts/Cross Drainage works or Construction/ Re-construction/Repairing/Widening/Improving/Strengthening of WBM roads/Bituminous surface roads/Concrete roads or Renovation/Repairing of buildings/sheds/DSAs or Any other Civil works in Drill sites/Production Installations/Canal works 2. The above said similar work should have been executed for public utilities, state government, central government, state PSU s and central PSU s 3. Bidder should submit copies of documentary evidence in respect of satisfactory execution of each of the works/jobs/satisfactory completion of relevant services as mentioned by the bidder indicating respective contract/LOI/NOA/WO number and name of work, in the form of copies of any of the document such as, completion certificate or performance report or release of final payment against the contract or proof of release of performance security/guarantee after completion of contract or any other documentary evidence that can substantiate the completion of each of the works/jobs mentioned by the bidder against experience. For LSTK and service contracts, the bidder s experience in ongoing contract involving multiple services (with no interdependence) shall also be considered in meeting the experience under above subject to condition that the relevant services has been satisfactorily completed. Note: No part completion certificate shall be considered to meet above criteria; unless it can be clearly established based on documents submitted by the bidder that they have already completed the scope of work of silimar comp
Other details: .
    Click Here For More Details
For any query related to this tender please contact : K.Ganesh, GM (C) PH:-9443009654