0707f

download 0707f

of 45

Transcript of 0707f

  • 8/13/2019 0707f

    1/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 1/45

    OIL & GAS DEVELOPMENT COMPANY LIMITED

    TENDER ENQUIRY NO. PROC-FD/CB/SECURITY-707/2012

    FOR HIRING OF SECURITY SERVICES FOR OGDCLs DIFFERENTMOVING AND NON MOVING LOCATIONS.

  • 8/13/2019 0707f

    2/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 2/45

    OGDC HOUSEJINNAH AVENUE,ISLAMABAD PAKISTAN

    PHONE : 92002 3706FAX : 92 (051) 920 7530E-mail : [email protected] mPOST CODE : 44000

    SUBJECT: LETTER FOR INVITATION TO BID FOR HIRING SECURITYSERVICES FOR OGDCLs DIFFERENT MOVING AND NONMOVING LOCATIONS AGAINST TENDER ENQUIRY NO. PROC-FD/CB/SECURITY-707 /2012.

    1. INTRODUCTION

    Oil and Gas Development Company Ltd (OGDCL) is Pakistans leadingE&P sector company, having operations at about 50 locations and fieldsin all the four provinces. The Company is listed and traded on all threestock exchanges of the country with highest market capitalization.

    Recently the Company, through GDR process, has also been listed onLondon Stock Exchange. More details about the Company can beobtained from its website www.ogdcl.com.

    2. OBJECTIVE

    OGDCL Intends to Hire Security Services for Security & Protection/traffic controlling in the entire installations/property infrastructure ofOGDCL and its employees at all locations as detailed in the Scope ofWork of this tender enquiry. Interested bidders are required to submittheir bids strictly as per Terms of Reference (TOR) / scope of work(Annexure-A) and instructions to bidders given in this tender document.

    3. Sealed bids in duplicate are hereby invited under Competitive Bidding(CB) procedure from eligible bidders from the countries maintainingbilateral trade relations with Pakistan for Services as listed in theSchedule of requirement Annexure-A of the attached TenderDocuments. The prices may be quoted as per details mentioned inTOR Annexure-A.

    4. PROSPECTIVE BIDDERS SHOULD PARTICULARLY NOTE THAT: 4.1 Bids will be accepted only if the materials / services and supplies

    being offered are produced and manufactured in the country (s)maintaining bilateral relations with Pakistan.

    4.2 Each bid valid for minimum 120 days from the date of opening ofthe bids must be accompanied by a Bid Bond in the form of a BankGuarantee, Pay Order, Cash Deposit or Bank Draft issued by ascheduled Bank of Pakistan or a branch of foreign bank operatingin Pakistan for an amount mentioned in Annexure A and valid for150 days from the date of opening of bids. The Bank Guarantee isrequired to be issued in accordance with the format as perAnnexure-B of the tender Documents.

    4.3 Bid Bond through telex / fax shall not be acceptable.

    OIL & GAS DEVELOPMENT COMPANY LIMITEDSUPPLY CHAIN MANAGEMENT DEPARTMENT

    FOREIGN PROCUREMENT SECTION D

    http://www.ogdcl.com/http://www.ogdcl.com/
  • 8/13/2019 0707f

    3/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 3/45

    4.2 On acceptance of the bid by the Purchaser the successful biddershall be required to furnish Performance Bond / Bank Guaranteefor an amount equivalent to 10 % of the Contract value for therequired Services in Pak Rupees / US Dollars as specified inAnnexure A or equivalent in bidders currency / Pak Rupees asper specimen given in Annexure-C.

    5. The Purchaser does not take any responsibility for collecting the bidsfrom any Agency. Your authorized representative may attend the Tender

    opening if desired. The request for extension of closing date and timeshall not be entertained and tender received after closing time or dateshall be returned to Bidder unopened.

    6. The Purchaser reserves the right to increase or decrease the quantities /Scope of Work and accept or reject any or all bids or cancel any or allitems at anytime without justifying any reasons thereof.

    7. The Purchaser reserves the right to have the items inspected by its ownrepresentatives or through third party, wherever applicable.

    8. It must be indicated in the offer that the quotation fully conforms to Technical Specifications and Terms & Conditions of the Tender Enquiry.

    9. TIME AND PLACE FOR SUBMISSION FO BIDS.

    Bids must be delivered / dropped in the tender box / OGDCL receptionat time & date mentioned in Annexure A at the following address:-

    Manager (SCM) FOREIGNOil & Gas Development Company LimitedSupply Chain Management DepartmentOGDCL House, Plot No. 3 (New No. 3013) F-6/G-6,

    Jinnah Avenue, Islamabad (Pakistan)Phone No. 92-51-920023706

    Fax No. 92-51-9209673 & 920753010. OPENING OF BIDS

    Bids will be opened at the time and date mentioned in Annexure A onthe place noted above.

    11. TWO ENVELOPE BIDDINGS

    11.1Bids against this tender are invited on Single Stage Two EnvelopeBidding Procedure; therefore, the bidders shall submit oneoriginal and one copy of their Technical bid whereas the financial

    bid is required in original only. No copy is required for financial bid.11.2Tender Annexure to be added in both the bids; UN-Priced with

    technical Bids & Priced with Commercial Bids.

    11.3 Both the bids shall be submitted simultaneously in separate sealedinner and outer envelopes. The envelope containing Technical Bidmust be marked clearly Technical Bid and containing FinancialBid must be marked clearly Financial Bid along with indicationon the envelopes as ORIGINAL and COPY. Details can be seen inAnnexure A.

  • 8/13/2019 0707f

    4/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 4/45

    12 The bidder shall furnish with the Technical bid proposal , as part of hisbid, a bid bond / Pay Order / Demand Draft / Cash Deposit issued by aPakistani Scheduled Bank or branch of a foreign bank operating inPakistan for fixed amount of United States Dollars OR equivalent PakRupees (mentioned in Annexure-A). The Technical Bid will be opened atfirst and evaluated. The Financial Bid of only those bidders will be openedwho are declared technically Responsive.

    13 The contract / service order will remain valid till completion of job / periodspecified in Terms of Reference (TOR) at Annexure A. Any extension invalidity of contract / service order will be subject to written mutual consentof both the parties.

    14 The interested bidders must confirm their willingness to submit bidproposals at least ten (10) working days before the last date for bidsubmission, giving complete mailing address, email etc to facilitatetransmission of clarifications.

    15 No alternation in OGDCLs uploaded tender documents is allowed. Anyattempt for alteration/amendment in the tender documents may lead todisqualification of the bidder.

    (KHALID ANIS)MANAGER (SCM) FOREIGN

    OIL & GAS DEVELOPMENT COMPANY LIMITEDPHONE: 0092-51-92002 3706 FAX: 0092-51-9207530

  • 8/13/2019 0707f

    5/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 5/45

    TENDER ENQUIRY NO. PROC-FD/CB/SECURITY-707/2012

    FOR HIRING FOR HIRING SECURITY SERVICES FOR OGDCLs DIFFERENTMOVING AND NON MOVING LOCATIONS.

    INSTRUCTIONS TO BIDDER

    1. PROSPECTIVE BIDDERS SHOULD PARTICULARLY NOTE THAT:

    1.1 Bids valid for minimum of 120 days from the date of opening of bids , must be accompanied by Bid Bond (to be attached with TechnicalProposal ) in the form of a Bank Guarantee, Pay Order, Cash Depositor Bank Draft issued by a scheduled Bank of Pakistan or a branch offoreign bank operating in Pakistan for an for an amount of PakRupees( mentioned in Annexure-A ) and valid for 150 days from thedate of opening of bids. The Bank Guarantee should be in accordancewith the Format at Annexure-B.

    1.2 Bid Bonds through fax shall not be acceptable.

    1.3 On acceptance of Bid by the purchaser, the successful Bidder shall,

    within 10 days of the receipt of Letter of Intent (LOI) furnish anacceptable performance Bond/Bank Guarantee for an amountequivalent to 10% of the total contract value in Pak Rupees, issued byPakistani Scheduled Bank or Branch of a Foreign Bank operating inPakistan in accordance with the Format at Annexure-C.

    1.4 The Terms and Conditions form an integral part of Tender Enquiryand must be taken into consideration before submitting yourquotation.

    1.5 The Purchaser does not take any responsibility for collecting the Bidsfrom any Agency. Your authorized representative may attend the

    Tender Opening if desired. The requests for extension of closing dateand time shall not be entertained and tender received after closingtime or date, shall not be accepted and returned to Bidders unopened.

    1.6 The purchasers reserves the right to increase or decrease thequantities /scope of work to a reasonable percentage and accept orreject any or all bids or may cancel any or all items at any timewithout assigning any reasons therefore.

    2. The bidding documents comprise of the following:-a) Instructions to Biddersb) Terms of Reference / Scope of Work, (Annexure- A)c) Format of Bid Bond (Annexure- B)d) Format of Performance Bond/ Bank Guarantee (Annexure- C)e) Format of Bidding Form(Annexure- D)f) Integrity and Ethics Undertaking (Annexure- E )g) Draft Contract /Draft Service Order (Annexure- F )

    3. TIME AND PLACE FOR SUBMISSION OF BIDSSealed Bids in duplicate as per clause-18 of Instructions to biddersgiven in this document must be delivered / dropped in the officedetailed as per time and date given in Annexure- A.

    4. OPENING OF BIDSBids will be opened at OGDCL House, Islamabad, as per time and

    date given in Annexure- A.

  • 8/13/2019 0707f

    6/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 6/45

    5. PREPARATION OF PROPOSALContractors will prepare their bids in two parts i.e. Technical ProposalOne original + one copy (Part-I) and Financial Proposal in Originalonly (Part-II). Both parts should be sealed in separate envelopes.

    Technical Proposal should demonstrate firms capability to providethe required Services and its understanding of the requisite tasks setforth in the Tender Document. Availability of the following information/ documents in the technical proposal must be ensured for proper

    evaluation of the bid.(i). Requested information/ sheets, in full with reference to theinstructions given in Terms of Reference/ Scope of Work atAnnexure- A.

    (ii). Background, organization and experience of bidding firm and ofany firm that would be associating with for the purpose of providingthe services for this project/contract. A list of past and present majorwork(s) of similar nature / type i.e carried out, or being carried out,by bidding and associate firm, if any with evidence in shape of workcompletion certificate or duly signed contract.

    (iii). General approach or methodology proposed for carrying out jobincluding all detailed information, as may be deemed relevant.

    (iv). Unpriced draft agreement.

    (v). Unpriced copy of financial bid.

    If the bid is submitted by a joint venture of two or more companies,then the portion(s) of the project work to be carried out by each jointventure partner shall be very clearly identified.Name, qualification, employment record and detailed professionalexperience of each expert, to be assigned for providing the proposed

    services, with particular reference regarding similar assignmentsundertaken by the bidder should also be provided in the bid. Inproposing the personnel for this work, it will be encouraged toassociate with domestic contractor(s) who are qualified to provide partof the services required.Association agreement shall have to be produced by the joint venturepartners accepting responsibility for the successful completion of theproject separately and jointly.

    Financial Proposal: Financial Proposal should contain:

    (i) This tender document, duly signed and stamped by the bidder.(ii) Duly filled in Format For Rates in accordance with instructions

    given in Terms of Reference /Scope of work (TOR) at (Annexure-A).

    All pages of the bid proposal shall be signed and stamped by dulyauthorized representatives of the bidder. Proof of authorization shallbe furnished in the form of valid written power of attorney, whichshall accompany the bid. The person signing the bid shall initial allpages of the bid where entries are made.

    BID PRICE:a. Bid price shall be inclusive of all taxes, duties, levies, charges etc.

  • 8/13/2019 0707f

    7/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 7/45

    b. The bid prices should be quoted in Pak Rupees .

    c. The prices charged by the successful bidder (contractor) forrequired services shall not vary from the prices quoted by theservice company.

    6. COST OF BIDDING. The bidder shall bear all costs associated with the preparation andsubmission of his bid and OGDCL will in no case be responsible orliable for those costs, regardless of the outcome of the bidding process.

    7. ADDITIONAL SERVICES

    Contract price will be subject to adjustment as a result ofaddition/reduction in scope of work. However, unit price quoted forsuch work shall be used as base price for computation of final invoice.Contractor should take approval for such changes in writing fromOGDCL. Rates and quantum of any additional job, not covered in thescope of work shall be subject to approval of OGDCL.

    8 . UNSKILLED LABOUR

    Unskilled labor for handling tools and equipments will be on account ofbidder.

    9 . LANGUAGE OF BIDDING

    The bid must be prepared and submitted in the English language.Supporting documents and printed literature furnished by the bidderwith the bid may be in another language as long as they areaccompanied by an English translation of the pertinent passages. Forthe purpose of interpretation of the Bid, the English language shallprevail.

    10. BID VALIDITY.10.1. The Bid shall remain valid and open for acceptance for a period of120 days from the specified date of tender opening.

    10.2. In exceptional circumstances prior to expiry of the original bidvalidity period, the bidder may be requested in writing for anextension of the period of validity. A bidder agreeing to suchrequest will not be permitted to modify his bid.

    11. ALTERNATIVE BIDS.

    11.1 In the event that the bidders submit an Alternative bid(s) whether

    in whole or against any of the items, a group of sub group, inaddition to its Main Bid, the bids must be marked as Main Bid and Alternative Bid. Alternative Bids which dont conform tothe specifications may be submitted. However, only the Alternativebid of the Bidder whose Main Bid is the lowest evaluated bid willbe considered.

    11.2 A Bidder, who wishes to have its Alternative bid(s) considered on anequal basis with all other (Main) bids, must submit a Bid Bond foreach Alternative bid. An Alternative bid must be submitted in asealed envelope clearly marked Alternative Bid, separate fromthe Main bid.

  • 8/13/2019 0707f

    8/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 8/45

    12. BID BOND.12.1 The bidder shall furnish with the Technical bid proposal , as part

    of his bid, a bid bond for an amount ( mentioned in Annexure-A ).12.2 The bid bond shall be in the form of a valid and irrevocable Bank

    Guarantee/ Pay Order / Demand Draft / Cash Deposit issued by aPakistani Scheduled Bank or branch of a foreign bank operating inPakistan for fixed amount of Pak Rupees (mentioned in Annexure-A) . The bank Guarantee must be issued in accordance with theformat attached at Annexure: B. The bid bond shall be valid for150 days counting form the day of the bid opening.

    12.3 Any bid not accompanied by the requisite Bid Bond is likely to bedeclared non-responsive . The bid bond of unsuccessful bidderswill be returned. The bid bond of the successful bidder shall bedischarged after he has executed the contract.

    12.4 The bid bond may be forfeited if a bidder withdraws his bid duringthe period of bid validity or if the Bidder, having been notified ofthe acceptance of his bid by the Company during the period of bidvalidity:

    12.4.1 Fails, refuses or delays to execute the Contract in

    accordance with the instruction to Bidders, or12.4.2 Fails, refuses or delays to furnish Performance Bond inaccordance with the instruction to Bidders.

    13. AMENDMENT OF BIDDING DOCUMENTS.

    11.1 At any time prior to the deadline for submission of Bids, OGDCLmay, for any reason, whether at its own initiative or in responseto a clarification requested by a prospective Bidder, modify theBidding Documents by amendment.

    11.2 The amendment shall be part of the Bidding Documents, and willbe notified in writing through fax or letter to all prospectivebidders who have received the Bidding Documents, and will bebinding on them.

    14. CLARIFICATION(s) / QUERIES OF TENDER The bidders are expected to carefully examine all instructions, forms andspecifications in the Bidding Documents. Any bidder in doubt as to theexact meaning or interpretation of any part of the Bidding Documentsshould immediately seek clarification in writing from;

    Manager (SCM) ForeignOil and Gas Development Company Ltd,

    Jinnah Avenue, Islamabad, PakistanPhone #. 0092-51-920023706Fax # 0092-51-9207530.

    For requests of all clarifications in regard to the information contained in Tender Documents made over the telephone shall not be entertained. Allinquiries about the tender made to OGDCL and OGDCLs response willbe made known to other bidders without disclosing identity of the bidderwho made the enquiry.

    15. CONTRADICTIONS, OBSCURITIES AND OMISSIONS

    The Bidder should likewise notify the above of any contradictions,obscurities and omissions in the Bidding Documents if clarification of

  • 8/13/2019 0707f

    9/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 9/45

    these is necessary for the clear understanding of the documents and forpreparation of the bid. Such enquiries, clarifications, queries withreference to clause 14 above must reach the above named not later thantwo weeks before the bid submission date otherwise the same will not beresponded by OGDCL .

    16. DEADLINE FOR SUBMISSION OF BIDS.

    16.1 The original bid, together with the required copies must bedelivered to OGDCL at the address specified in clause-18, not laterthan the time and date specified in Annexure-A.

    16.2 OGDCL may, at its discretion, extend the deadline for thesubmission of Bids by amending the Bidding Documents inaccordance with Clause-13 above, in which case all rights andobligations of OGDCL and bidders previously subject to thedeadline will thereafter be subject to the deadline as extended .

    16.3 Bids will be opened in presence of the bidders representative whochooses to attend the bid opening at the time and date mentionedabove or on the extended date with reference to clause 16.2.

    16.4

    The envelopes shall indicate the name and address of the bidder toenable the bid to be returned unopened in case it is declaredLATE.

    16.5 If the envelopes are not marked as instructed below, OGDCL willassume no responsibility for the misplacement or prematureopening of the bid .

    17. MODIFICATIONS AND WITHDRAWAL OF BIDS.17.1 Bidder may modify or withdraw his bid after submission, provided

    that written notice of the modification or withdrawal is received byOGDCL prior to the prescribed deadline for submission of bids.

    17.2 The Bidders modification or withdrawal notice shall be prepared,sealed, marked and dispatched as for the bid.

    17.3 No bid shall be modified subsequent to the deadline forsubmission of bids and before the expiry of the period of bidvalidity.

    17.4 No bid shall be withdrawn in the interval between the deadline forsubmission of bids and the expiry of the period of bid validity.

    18. SEALING, MARKING AND TRANSMISSION OF THE BID

    18.1 Your detailed Technical Proposal (one original + One copy) andFinancial Proposal (original only) should be submitted in separate

    envelopes. The envelopes containing Technical and FinancialProposals shall be properly sealed, stamped and marked as follows:

    (a) Bid against TENDER ENQUIRY NO. (mention from Annexure-A ). Do not open before (mention from Annexure-A ) Hours (PST) of Bidopening date (mention from Annexure-A ).

    TECHNICAL PROPOSAL(Mention from Annexure A) Manager (SCM) Foreign

    OGDCL House, Jinnah Avenue, Islamabad.

    Ph: # 051-920023715, Fax # 051-9207530

  • 8/13/2019 0707f

    10/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 10/45

    (b) Bid against TENDER ENQUIRY NO. (Mention from Annexure A )

    Do not open before (Mention from Annexure A )Hours (PST) of Bid opening date: (Mention from Annexure A)

    FINANCIAL PROPOSAL(Mention from Annexure A)

    Manager (SCM) ForeignOGDCL House, Jinnah Avenue, Islamabad.

    Ph: # 051-051-920023715 Fax # 051-9207530

    18.2 If the envelope is not marked as instructed above, OGDCL willassume no responsibility for the misplacement or prematureopening of the bid.

    18.3 In addition you should advise by fax to OGDCL of the dispatch of your proposal.

    19. LATE BIDS

    Any Bid received after deadline for submissions of Bids prescribed byOGDCL pursuant to Clause- 16 above will be rejected and returnedunopened to the bidder.

    20 . BID OPENING The Bid shall be opened publicly in the Procurement Department ofOGDCL by the Tender Opening Committee in the presence of Biddersrepresentatives who choose to attend the bid opening at the time anddate specified in Annexure-A or on the extended date with reference toclause- 16.2 above.

    21. EVALUATION OF PROPOSALS. Technical proposal of the bid shall be reviewed first to determine / checkits technical responsiveness and conformity with the requirement of bid.

    The technical evaluation shall be carried out on the basis of information/data spelled out at Annexure A/ITB provided with this document.

    Technically responsive and financially lowest evaluated bidder in linewith the bid evaluation criteria given in the scope of work /TOR will beconsidered for award of job.

    22. CRITERIA FOR SUMMARY REJECTION.Bidder should ensure to submit their bids meeting following summarycriteria failing which their bids are likely to be considered non responsivefor detailed evaluation.

    22.1The Bid must be prepared in the English Language.22.2 The Bid must be unconditionally valid for 120 days from the date

    of Bid Opening.22.3 The Technical bid must be accompanied with the duly signed and

    stamped Bidding Form given at Annexure D of the tenderdocuments without any exception/ deviation.

    22.4 Bids should not be submitted in the form of Telex or Telegram.22.5 Bid must reach before the bid submission time and date

    mentioned in Annexure-A.22.6 Technical Bid must be accompanied by a bid bond as specified in

    Clause 12.

  • 8/13/2019 0707f

    11/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 11/45

    22.7 Direct fax bid shall not be acceptable. However, fax bid in sealedenvelop confirming all other formalities as stated above will beacceptable provided original bid is received by OGDCL within 07days of the Bid Opening Date failing which such bid will beconsidered non-responsive.

    22.8 The bid proposal should essentially include C.Vs of theprofessionals expected to be deployed for the job (if required).

    22.9 The Purchaser will evaluate and compare only the substantiallyresponsive bids.

    22.10 Bids determined to be substantially responsive will next bechecked for any material error in computation.

    23. CLARIFICATION OF BIDS. To assist in the examination, evaluation and comparison of Bids OGDCLmay at its discretion, ask the Bidder for clarification of its Bid. Allresponses to request for clarification shall be in writing, and no change inthe price or substance of the Bid shall be sought, offered or permitted.

    24. ELIGIBILITY AND QUALIFICATION REQUIREMENTS 24.1 To be eligible for award of contract, bidders shall have to provide

    satisfactory evidence to the OGDCL of their eligibility, capability

    and adequacy to carry out the contract effectively up to the end.All bids submitted shall include updates of the information ontechnical capability and firms history that includes experience,list of similar projects carried out as per requirement of the Scopeof work / TOR.

    24.2 Proof of requirements mentioned in Para 24.1 must be submittedby the bidder along with the bid.

    24.3 Bids submitted by a joint venture of two or more firms as partnersshall comply with the following requirements.

    24.4 The bids, and in case of a successful bid, a Form of Agreementshall be signed so as to be legally binding on all partners.

    24.5 One of the partners shall be nominated, as being in charge and itsauthorization shall be evidenced by submitting a power of attorneysigned by legally authorized signatories of all the partners.

    24.6 The partner in charge shall be authorized to incur liabilities andreceive instruction for and on behalf of any and all partners of the

    joint venture and the entire execution of the contract includingpayment shall be done exclusively with the partner in charge.

    24.7 All partners of the joint venture shall be jointly and severallyresponsible for the execution and completion of the contract inaccordance with the contract terms and conditions. A relevantstatement to this shall be included in the authorization mentionedunder 24.5 above as well as in form of bid and the form of

    Agreement (in case of successful bid). A copy of the agreemententered into the joint venture partners shall be submitted with thebid.

    25. COMPANYS RIGHT TO ACCEPT OR REJECT ANY OR ALL BIDS.OGDCL reserves the right to accept or reject any bid and to annul thebidding process and reject all bids at any time prior to award of contract,without thereby incurring any liability to the effected bidder or bidders orany obligation to justify the affected bidder or bidders of the grounds forOGDCLs action.

  • 8/13/2019 0707f

    12/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 12/45

    26. GENERAL TERMS AND CONDITIONS.26.1 After opening the bids, OGDCL will determine whether each bid is

    substantially responsive to the requirements of the BiddingDocuments.

    26.2 OGDCL will examine the bids to determine whether they arecomplete, whether any computational errors have been made,whether required experience certificates/ evidence, sureties havebeen furnished, whether the documents have been properlysigned, and whether the bids are generally in order.

    26.3 Arithmetical errors will be rectified on the following basis. If thereis a discrepancy between the unit price and the total price that isobtained by multiplying the unit price and quantity, the unit priceshall prevail and the total price shall be corrected. If there is adiscrepancy between words and figure, the amount in words shallprevail.

    26.4 A substantially responsive bid is one, which conforms to all theterms and conditions of the Bidding Documents without materialdeviation. A material deviation is one which being inconsistentwith the Bidding Documents, affects in any substantial way thescope, instruction to Bidders, quality or prescribed completion

    schedule or which limits in any substantial way, OGDCLs right orthe bidders obligation under the Contract.26.5 A bid determined to be non-responsive will be rejected by OGDCL

    and shall not subsequently be made responsive by the Bidder bycorrection of the non-conformity.

    26.6 OGDCL may waive any minor deviation non-conformity orirregularity in a bid, which does not constitute a materialdeviation, provided that the waiver does not prejudice or affect therelative standing order of any Bidder.

    26.7 To assist in determining a bids responsiveness the Bidder may beasked for clarification of his bid. The Bidder is not permitted,however, to change bid price or substance of his bid.

    26.8 The evaluation of the bids will take into accounts, in addition tothe bid price, the following factors:

    a) Reliability and efficiency of the offered Service.b) Financial standing of the supplier.

    26.9 The award of the Contract/Service Order shall be made to theBidder whose bid has been determined to be the lowest evaluatedbid, after considering all factors and who meets the requisites ofSchedule of Requirement (Scope of Work/Bid Format).

    26.10 The purchaser shall notify by fax/letter, the successful bidder ofits intent to enter into a contract. The contract shall be executedonly after all necessary management/Governmental approvals

    have been obtained.26.11 The bidders may lodge a written compliant for redressal of theirgrievances and disputes to Dispute Resolution Committee withinfifteen (15) days of the placement of the Technical EvaluationReport on the web.

    27. PERFORMANCE BOND / BANK GUARANTEE27.1 Within fifteen (15) days of receipt of the notification of contract

    award, the successful bidder shall furnish to OGDCL, the BankGuarantee / Performance Bond for an amount equivalent to 10%of contract value as per specimen at Annexure- C.

    27.2 The bank guarantee / performance bond shall remain valid and in

    full force and effect during validity of the contract.

  • 8/13/2019 0707f

    13/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 13/45

    27.3 The validity of Bank Guarantee / Performance Bond shall beextended by the contractor if the completion of contract is delayed,whether in whole or in part.

    27.4 The cost incurred for establishing the Bank Guarantee /Performance Bond or any extension thereof shall be to the accountof the contractor.

    27.5 The Bank Guarantee / Performance Bond will be discharged aftercompletion of the contract.

    27.6 The Bank Guarantee must be as per format attached at Annexure-C and must be either from a Pakistan scheduled bank or from abranch of foreign bank operating in Pakistan acceptable toOGDCL.

    27.7 The proceeds of the Performance Bond shall be payable to thecompany (OGDCL) as compensation for any loss resulting from thecontractors failure to complete its performance obligations underthe contract.

    28. EMPLOYMENT OF PAKISTANI NATIONALS :28.1 The Contractor will be required to employ Pakistani Qualified &

    experienced nationals in its operation if available. In order toemploy the expatriate professionals if needed, the contractor willensure that all out efforts have been exhausted to employ

    Pakistani qualified nationals. Unskilled workers if neededfor the operation will be hired from the area where the operation isbeing performed.

    28.2 In case of non availability of qualified / experienced Pakistaninationals for the contractual services, the contractor willreasonably make efforts to train Pakistani nationals in such amanner to replace gradually the expatriate professionals.

    29. SIGNING OF CONTRACT Within 15 days after notification to the successful bidder regardingacceptance of his bid, the contract incorporating all agreements betweenthe parties will be signed.

    30. SOURCE OF FUNDS. The Project will be financed out of funds of the Company (OGDCL).

  • 8/13/2019 0707f

    14/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 14/45

    TERMS OF REFERENCE

    FOR HIRING OF SECURITY SERVICES FOR OGDCLs DIFFERENTMOVING AND NON MOVING LOCATIONS.

    T.E.# PROC-FD/CB/SECURITY-707/2012.

  • 8/13/2019 0707f

    15/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 15/45

    ANNEXURE A

    SCOPE OF WORK

    The scope of this contract will cover all the work/job related to the Security & Protection/ trafficcontrolling in the entire installations/property infrastructure of OGDCL and its employees at alllocations. Work means security and protection arrangements to be carried out by the contractor throughhis manpower in the OGDCL installations ( refer clause-7) by deputing security supervisors and guardswith arms, ammunition and detection equipment and other security related arrangement as may bedeemed necessary. The security duties will be performed by the manpower of the contractor round theclock and without any interruption (7/24) seven days a week in tow shifts of the 12 hours each.

    TERMS AND CONDITIONS: The Security Contractor shall provide the services of security staff specified in this agreement

    on the terms and conditions hereinafter set out:-

    1. TERMS OF WORK

    a. The contract shall become valid and effective, when both parties have signed the agreementor the date of take over (to be specified), under which the Security Services will be providedwithout interruption, at the agreed building/offices and infrastructure of OGDCL all overPakistan and will remain in force for a period of Two years unless earlier terminated underthe provision of this contract.

    b. The contractor agrees that such termination shall not entitle him to any claim, demand, rightor damages against the OGDCL other than as remuneration for services performed up to thedate of termination as calculated by OGDCL.

    c. In the event of termination of the agreement OGDCL shall calculate and make all the payments, which shall be, by then due to the contractor till the date of termination. TheContractor shall refund to the OGDCL any proportionate amount paid in advance over and

    above their entitlement.d. Guard duties will be performed for round the clock seven days a week in two shifts of 12

    hours each.e. Authorization of four holidays per guard per month will be ensured . Holidays of

    manpower will be the responsibility of the contractor which will be organized by hiringadditional jump guards at the expense of contractor.

    f. The strength of the guards for the newly established location will be approved byOGDCL.

    2. GUARD SERVICES a. The contractor will provide physically fit medical Cat A ex serviceman, armed guards

    dressed in uniform and ensure that each guard on duty has received and understood writteninstructions of basic duties. Police verification of all the persons along with copy ofdischarge certificate will be kept in the record of the contractor The following documentsmust be kept in possession of each guard:-

    (1) Attested photocopy of NADRA Computerized Card.(2) Original Service Card issued by the Security Company.(3) Photocopy of license/certificate of weapon held by the guard.(4) A torch for guards on evening and night duty.(5) Any other relevant items related to the efficient discharge of guard duties.

  • 8/13/2019 0707f

    16/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 16/45

    (6) A weapons automatic rifle/pistol gun/repeater and all other equipment necessaryfor performance of duties as specified in this agreement shall be standardized.

    . b. Main gate and watch towers: The armed guards will be the Standing Security and

    patrolling Guards. They will remain alert and vigilant as the case may be, throughout theirduty hours, and any mishap will be attributable to the CONTRACTOR under allcircumstances.

    c. The contractor will be bound to execute the directives of the OGDCL within the purview of

    this agreement.d. The Contractor will be responsible to control the unlawful entry of any person or mob in/outside the OGDCL premises.

    e. The Contractor shall have to carry out regular liaison with local police authorities and otherlaw enforcing agencies for any untoward situation arises e.g. strikes, procession and protestetc. and will be responsible for lodging FIR in case of thefts, damages of OGDCL propertyas well as follow-up/track of events alongwith the OGDCL Management.

    f. The Contractor will maintain Log Book for every vehicle making entry/departure to OGDCL premises.

    g. Security guards posted at unmanned OGDCL installations should have minimum experiencefor switching on/off of power appliances who can be asked to do so if required.

    h. The Contractor shall be responsible for protection of any sort of OGDCL property/installations and is solely responsible for making up any damage caused whetherof temporary or permanent nature due to security lapses.

    i. Company can be asked to deploy its guards anywhere and in any terrain in the country. j. The contractor shall be responsible for providing technical equipment for body and vehicle

    research at all entry gates of locations.

    3. PREPARATION AND IMPLEMENTATION OF THE SECURITY PLAN The Contractor shall prepare a detailed plan based on his technical recommendation forapproval of the OGDCL . The plan shall include the functions and responsibilities of hisemployees as under:-3.1 Checking of unauthorized/undesirable personnel and material that may be brought in / or

    taken out of the building / premises.3.2 Ensuring entry of only authorized vehicles with stickers for parking in the designated

    places.3.3 Assisting the employer in the removal of banners or posters that may be put inside or

    outside of the building for any reason or purpose as and when instructed by itsrepresentative in writing.

    3.4 Manning of all entrances to the building/premises to check in and out of the trafficduring and after working hours.

    3.5 Method of checking should be approved by the employers representative before itsenforcement.

    3.6 Providing strict vigilance particularly for the below mentioned: -- Plant room and installations.- Car parking areas.- Walkways and other common facilities at all levels.- Escort duties

    3.7 Carrying of arms will be strictly prohibited in OGDCLs premises. In case of personalgunmen/body guards, prior information will be obtained by the contractor andcommunicated to the employers representative.

    3.8 Directing visitors to reception area for obtaining necessary information.3.9 Keeping close and frequent watch on suspicious persons roaming within and around the

    building.

  • 8/13/2019 0707f

    17/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 17/45

    3.10 Ensuring safety of parking of vehicles in an orderly manner.3.11 Will act as cordon party of fire fighting

    4. OPERATIVE CONDITIONS : The contractor will be fully responsible to providesatisfactory services at all key points infrastructure of OGDCL and its allied offices with the followingconditions :-

    a. Energetic, smart and healthy,(ex-servicemen) of ages not more than 45 years for armedguards and 50 years for supervisors. They should be fully conversant with the securityduties, should be deployed at the installations of the OGDCL and its allied infrastructure inconsultation with the security in charge of the OGDCL.

    b. On unsatisfactory performance of the Supervisors/Guards the individual defaulter willimmediate be replaced. On consistent bad performance by the manpower contract may beterminated after serving two notices by Security Department (with minimum of a fortnight

    period between each notice) to the Contractor and their security deposit will be forfeited.c. Medical Facility: No medical facilities shall be provided to contractor employees except in

    emergency. First aid by the employers doctors may be extended to contractor employeesonly.

    5. GUARD DUTIES:a. Checking in coming and out going materials, vehicles and personnel: Security guard

    duties will required to keeping an eye on all in coming and out going material. Nothing ofthe building material , equipment and fittings etc shall be allowed to be taken out of the

    building, premises without authorized gate pass to be issued by the employers rep. Guardswill be responsible for inspection and recording of in/out of material stores ( all types),vehicles, employees, reps of service company, visitors and guests, where applicable willverify the bills of all equipments going in side the location.

    b. Inform concerned authorized officer of OGDCL promptly and accurately about anyoccurrence detrimental to the security of the installation/premises of OGDCL placed undercharge of security guards. To take appropriate action in case of emergencies like:-(1) FIRE Raising of alarm and proper communication to Integral Fire Services and rescue

    services as required.(2) FORCED ENTRY will be promptly reported by the Security Supervisor/Incharge to the

    Incharge installation and the Control Office of the OGDCL for appropriate action.Failure to report shall be deemed as culpable negligence and shall be dealt withaccordingly.

    (3) LAW & ORDER SITUATION will be promptly reported by the SecuritySupervisor/Incharge installation and the control office of the OGDCL for appropriateaction. All entry points will be closed under direction of the Incharge Installation.

    (4) INJURIES. Arrangements of immediate medical cover for any security person injuredin the premises will be the direct responsibility of the Contractor and OGDCL shall not

    be responsible what so ever for any loss, injury/death or damage to life/property of thesecurity staff provided.

    c. Security company will carry out daily checking of all Security Lights, entry doors/windowsof locked premises for their effectiveness during off hours.

    d. Security Company will arrange patrolling/picketing of the installation as per specific orders peculiar to the installation prepared by CONTRACTOR and approved by OGDCL.

    e. Proper briefing of the relieving guard about any situation concerning security will beensured.

    f. The guards will perform duties including security of OGDCL employees, installations

  • 8/13/2019 0707f

    18/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 18/45

    property, communication network administration of parking lots and fire fighting in aneventuality of a fire incident..

    g. Escort Duties: They will be also be deputed for with in/out station escort duties ofofficials/vehicles and pick/drop from airport/bus terminals. Location Incharge will arrange

    boarding and lodging for them at OGDCL expenses.h. Liaison With Police: Security supervisors will carry out regular liaison with local police

    and other law enforcing agencies for any security related problem/situation.i. The contractor at its own cost will depute separate officers/supervisors to check the duties

    and performance of the manpower provided by him and weekly report guards monitoringwill be sent to us.

    6. DUTY PREMISES The Supervisors and Armed Guards shall be posted for uninterruptedcoverage (7 days a week) at the OGDCL premises and its related offices as, mentioned in Annex-A &B.

    7. DUTY SPECIFICATION a. Security Guards shall be provided without gap for twenty four hours (24) per day (7 seven

    days per week) at the OGDCL premises. b. The duty of each security guard will be rotated round the clock. For this purpose duty rosters

    of the supervisor/guard must be provided to the OGDCL security in charge.c. Security In charge of the Contractor or its designated supervisor, in his supervision will

    deploy the guards in guarded area on daily basis.d. On occurrence Security Survey will be sent to the representative of company and by the in

    charge/designated inspector of the security company to draw attention towards serioussecurity problems.

    08. ARMS AND AMMUNITION: CONTRACTOR shall possess valid arms licenses for preferably All Pakistan to provide automatic/semi-automatic weapons to supervisors/guards withadequate rounds of ammunition OR as indicated by the COMPANYs Security Department.Contractor shall provide weapons to all guards and supervisors deployed in the present duty shift.The choice of weapons shall be made by the Security Manager/Advisor/Officer of COMPANYfrom the following weapons which should be available with CONTRACTOR:

    Semi-automatic shoft gun. Automatic rifles. 30 bore pistol A weather protective ammuniton stroge box will be provided at all locations .

    09. DRESS: Minimum 02 pairs of uniforms

    Winter: Shirts, Trouser, Paint, Pullover, Belt, Jockey or Barret,Shoes (Ranger Type uniform)

    Summer: T Shirts, Trouser, Jockey Cap, or Barret Belt, Shoes(Ranger Type uniform)

    10. FOOD AND ACCOMMODATION: Contractor shall be responsible to provideaccommodation and messing, facilities (food and water) for his personnel as per the terms andconditions mentioned in the CONTRACT. CONTRACTORs security personnel will utilizeaccommodation provided by the contractor with beds, bedding material, mosquito nets, mosquitorepellent, as required for ensuring comfortable camp living. At for flung area i.e. fields, SPs, EFPs,FGCPs and Rigs etc the accommodation and drinking water will be provided by OGDCL to outstationed hired manpower.

  • 8/13/2019 0707f

    19/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 19/45

    11. TRANSPORT. Mobilization of guards will be the responsibility of the CONTRACTORat his own cost. No transport facility will be given to hired manpower.

    12. MODE & SCHEDULE OF PAYMENT:a. Invoices for payment will be forwarded by 1 st

    Satisfactory performance certificate from OGDCLs Representative regarding

    provision of Arms, wearing of proper uniform and maintenance of security by theSecurity Contractor

    of each month with following supportingdocuments and same shall be processed and paid by OGDCL before end of that month afternecessary adjustments.

    The location Incharge will forward invoices to Security Department Head Officeafter verification as per the actual attendance of the manpower.

    b. OGDCL shall not be responsible in any manner to pay either in cash or in kind to Contractoror his representative other than the amount of salary agreed upon.

    c. ESCALATION No escalation in price whatsoever on any account shall be payable to theCONTRACTOR.

    d. Mode of payment : Payment will be made by Accounts Department through field imprest ofthe location by 04 th

    e. Separate rates of retired SSG manpower (guards) will be quoted for each location besidequoting a/m categories.

    of each month.

    f. In NOWAY a civilian will be deputed as security guards or supervisors.g. The contractor will quote the rate inclusive the Contractor commission EOBI contribution,

    Group Insurance and applicable tax etc .The payment to the hired manpower will not beallowed less than Rs.15,000/- per month per guard and Rs.18,000/- per month persupervisor.

    h. Contractor will provide a summary of payment to OGDCL alongwith invoice of eachindividual provided for duties.

    13. LABOUR AND RELATED LAW: The Contractor shall make his own arrangementsfor the engagement of all security staff during the currency of the Contract and conform in all respectswith Regulations or orders of any Government (Central, Provincial or Local) or any authority whichmay be applicable including any such Law, Regulations or order passed or made or coming into forceafter the date of this contract agreement. Minimum Wages Act will be strictly followed. Social Security,EOBO registration/payment will be ensured for all guards/supervisors by the contractor while on dutyonly.

    14. OVER TIME: OGDCL shall not be responsible for any payment regarding overtime duty of theservices provided by the security staff except for those employed by OGDCL beyond Twelve (12)Hours at the location or outside the location. Rates of over time will be paid on hourly basis Rs.45/- perhour which will be paid to the concerned guard without deductions.

    15. PROTECTION OF EXISTING INSTALLATIONS AND INDEMNITY: The CONTRACTOR shall be responsible for protection of property/existing installations including

    buildings equipment, machinery, fittings, fixtures, furnishings etc and shall be solely responsible formaking up any damage caused to any of the existing installations whether of temporary or permanentnature upto RUPEES ONE MILLION . The case of theft will be registered in concerned PS of the area

    by the contractor.

    16. SAFEGUARD AGAINST ACCIDENTS INJURIES AND CONTAGIOUS DISEASES The insurance obligations in no case release the CONTRACTOR from the obligation to reasonable

    safeguard against the accident physical injuries and contagious diseases. The CONTRACTOR must

  • 8/13/2019 0707f

    20/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 20/45

    therefore take reasonable precautions and adopt proper safety measures to guard his personnel. HSEManual of contractors firm will be provided to OGDCL alongwith a certificate that these rules/policiesare adhered by the contractor.

    17. PERSONS PERFORMING SERVICES SPECIFIED HEREIN TO BE EMPLOYEES OFTHE CONTRACTOR

    a. The persons employed by the Contractor who perform the services specified in this

    agreement shall be the employees of the said party and shall not at any time attempt torepresent as employees of the OGDCL. It is understood by both the parties that neither theOGDCL nor any officer of the OGDCL is concerned with their terms & conditions ofemployment and that there is not and shall not be any relationship of employer andemployee between the staff of OGDCL and the employees of the Contractor as the employerof all such persons who perform the services specified in this Agreement, the Contractorshall pay wages to such persons and shall control and supervise the work done by them andshall instruct them as the manner in which the work has to be done by them as may bewarranted from time to time OGDCL shall not interfere with the right of the Contractor tohire/fire its employees or in the selection or non-selection of any person as its employee.

    b. If in the opinion of the OGDCL the presence of any employee of the Contractor due to any

    of his acts of omission or commission is deemed prejudicial to the interests of the OGDCL,or to that of any of its officers, the OGDCL shall inform the Contractor who will takeimmediate remedial action against such employee to the entire satisfaction of the OGDCL.

    18. PHOTOGRAPH AND ADVERTISING ETC.a. The contractor undertakes that neither he nor any of his employees shall, except with the

    prior written consent of the Company take, any ground or aerial photographs of the site,rig, installation or existing facilities at or around the site.

    b. The contractor further undertakes that neither he nor any of the Contractors personnelshall, except with the prior written consent of the Company to make any reference

    publicly, whether to the press or in books, brochures, internal publications, publicitymaterial, magazines and periodicals or by advertisement through radio, television orfilms or by any other medium relating to:o The contract or its terms and conditions,o The type or extent of the works, services, jobs required to be carried out by the

    Contractor,o The method, materials, or equipment used and personnel employed.o Any information in the possession of the contractor as to the operations of he

    Company.c. Disclose or convey any of the matters or information referred to in (a) above to any

    Employees of the contractor not directly concerned with the contract.

    19. CONFIDENTIALITY :

    The Contractor shall ensure that all of its employees performing services specified in this agreementshall not at any time during the currency of this agreement or thereafter disclose to any person anyinformation as to the affairs of the OGDCL or its officers and as to any other matters which may cometo their knowledge by reason of the performance of the services specified in this agreement. If in theopinion of the OGDCL there have been any such disclosures, the person concerned shall immediately

    be dismissed from the services of the Contractor and replaced with a suitable person.

  • 8/13/2019 0707f

    21/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 21/45

    20. RESPONSIBILITIES OF THE CONTRACTOR

    a. In addition to the services to be PROVIDED BY THE contractor as specified above, thecontractor shall provide at no additional cost to the OGDCL such supervision of itsemployees as is necessary to adequately fulfill its obligations under this agreement, report tothis effect will be formulated to OGDCL on weekly basis.

    b. The Contractor is responsible for ensuring that all its employees performing the servicesspecified in this agreement are physically fit, have no communicable diseases, are healthy in

    all respects.c. The contractor is responsible to provide security to offices, field areas and installations ofOGDCL located all over the country irrespective of the climate, terrain and environments.

    d. The contractor is responsible to provide security manpower as per following minimumrequirement / standard:-(i) Security Inspectors / Supervisor

    Age Maximum 50 Yrs.Education Matric or Equivalent.Experience Having experience of serving in field intelligence orMilitary Police or security of Installations.Discipline No Major disciplinary entry in the record of service.

    Retirement Normal.Health Medical Cat A

    (ii) Security GuardsAge Maximum 45 Yrs.Education Matric or Equivalent.Discipline No Major disciplinary entry in the record of service.Retirement NormalHealth Medical Cat A

    (iii) Security SSG Guards Age Maximum 45 yearsEducation Metric or equivalentHealth Medical Cat AExperience Minimum 04 years service in SSG (ATT qualified

    will be given preference)(iv) Background

    o Contractor will only provide soldiers ex-Pakistan Armed Forces (ex-infantry,Arty, Armor, AD) and Ground Combatant in case of PAF and Navy)

    o EX-soldiers form Rangers and FC in few areas of Sind and Baluchistan only. o The retirees of following corps/trade are unacceptable:-

    Mujahid, Janbaz Force. Clerks/SMT trades etc. Tradesmen like cook, carpenter, cobbler, tailor, welders, painters,

    mechanics, technician etc. o Only retired JCOs of armed forces to be employed as supervisors and no NCO to

    be assigned the responsibilities for provision of security guards. o Medical Cat A

    e. The Contractor is an independent limited company contractor and accordingly is fullyresponsible for any accident or injury to its employees or caused by its employees andapplies that neither the OGDCL nor any of its officer will be held liable for either of theabove in any manner what so ever.

    f. The Contractor warrants that in the performance of its obligations under this agreement it

    shall comply fully with the laws applicable to the establishment of OGDCL.

  • 8/13/2019 0707f

    22/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 22/45

    g. The employees of the Contractor shall on no account indulge in UNIONISM nor in anylinked activity with the OGDCL employees unions. Any violation where deemed to have sooccurred shall be treated under relevant clause of this agreement.

    h. The Contractor will ensure maintenance of written account of all untoward incidents (minoror major) which may have taken place on any work site under their control and shallcommunicate the same with speed in an intelligible and interpretable language to the officerIncharge installation and concerned officer Incharge (Security). Failure to report any suchevent in part or whole shall constitute negligence of responsibility and shall be liable to bear

    adversely upon performance of the Contractor. OGDCL shall reserve the right to invoke therelevant part of the performance clause of the agreement.i. Contractor shall be responsible to provide infidelity coverage certificate for the security staff

    deployed in the service of OGDCL.

    21. SECURITY CLEARANCE:

    The Security Clearance of all the employees of the Contractor who are assigned to provideservices under this agreement shall be the responsibility of Contractor. Copies of such securityclearance will be provided to OGDCL representatives at the locations.

    22. PENAL DEDUCTIONS:

    a. Deductions on account of short attendance of staff: The OGDCL REPRESENTATIVE shallhave full authority for making deductions from the CONTRACTORS any monthly bill ifand when the CONTRACTOR is found not having provided the minimum required numberof work force at site.

    b. Deductions On Account Of Short/Non Provision of Weapons/Ammunition.If and when any guard/supervisor is found without suitable/serviceableweapons/ammunition, he will be treated as absent from duty for the duration and shall be

    penalized accordingly under the relevant clause.

    23. Evaluation Criteria

    The bid proposals shall be evaluated in line with the evaluation criteria given below:a. Technical Evaluation: The technical bids will be evaluated as per criteria attached at

    Annexure-C. b. Technical Cum Financial Evaluation:

    (i) Technical total Marks 70 Marks(ii) Financial bid weightage 30 Marks

    Note: The detailed technical & commercial evaluation will be based on numerical merit scoresystem. Out of the total 100 marks, 70 marks will be assigned to technical bid evaluation.

    The marks secured in technical evaluation will be brought down to the scale of 70. Atotal of 30 marks shall be allocated to financial evaluation. Financially lowest technicallyqualified bidder will attain maximum (30) marks in financial evaluation for respectivelocation (moving /non-moving) and other would be ranked on the sliding scale. The jobwill be awarded to the bidder who secures the highest marks by adding his pointsachieved in the technical evaluation + marks attained in financial evaluation.

    The information required from bidder detailed in Annexure-F must be provided inTechnical bid proposal. The price in the Financial Proposal should be quoted strictly inaccordance with the financial bid format attached as Annexure-D &E. The financial bidsquoting open ended/claiming charges on the re-imburseable basis shall not beentertained.

  • 8/13/2019 0707f

    23/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 23/45

    24. Security will be provided at following places/building:-

    All non moving locations (Annex-A)

    All moving locations like Seismic Parties, Engineering Parties and Rigs (Annex-B)

    Only Cat A Security companies can participate in this bidding. No Company will beshortlisted if it fails to meet the criterion. The technical evaluation criteria for is attached asAnnex-C.

    25. Provision of following will part of the security/contract without any additional charges bycontractor :-

    o Metal Detectorso Vehicle scanning mirroro Walkie Talkie Set.

    26. The Company should be able to undertake fraud investigation. The Company must havequalified staff to carry out his assignment task in the Head Office and field. The company should

    capable to perform guard duties and fraud investigation both will be given priority.

    MANPOWER FOR NON MOVING LOCATIONS

    SR.# Name of Location Sec. Sup. Sec. Guard SSG Guards

    Head Office1. OGDCL House 06 42 062. PRTI 02 063. I-9 02 124. F-8 Medical Centre 01 065. Rawalpindi MC 00 04

    Punjab6. Nanpur+Bahu+Punjpir 02 187. DDK Plant 02 108. DDK Field 02 109. Kot Adu 02 1210. Rajian 02 08

    11. Kot Saramg 02 0812. Chaknuarang Fiel/Store 02 1613. Kal 02 1214. Missa 02 1215. Toot 02 1216. Dakhni& Meyal 02 1817. Sadqal 02 1418. RO Multan 02 0819.

    Sadiq Abad Rest House 00 12

    Annex-A

  • 8/13/2019 0707f

    24/45

  • 8/13/2019 0707f

    25/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 25/45

    MANPOWER FOR MOVING LOCATION

    The security staff would be hired on as and when required basis. More so, these parties/rigs keep on moving from

    one place to another place throughout the country. Financial Evaluation of the proposal for moving location will be

    Carried out on Province wise base. Therefore, Rates for each Province should be quoted separately as per bid format.

    SPs

    SR.# Name of Location Sec. Sup. Sec. Guard Remarks01. SP-1 04 44

    02. SP-2 04 44

    03. SP-3 04 44

    04. SP-4 04 44

    05. SP5 04 44

    EFPs

    SR.# Name of Location Sec. Sup. Sec. Guard Remarks01. EFP-1 02 10

    02. EFP-2 02 10

    03. EFP-3 02 10

    04. EFP-4 02 10

    05. EFP-5 02 10

    06. FGCP-1 02 10

    07 FGCP-II 02 10

    Rigs

    SR.# Name of Location Sec. Sup. Sec. Guard Remarks

    01. Rig N-1 02 16

    02. Rig N-2 02 16

    03. Rig N-3 02 16

    04. Rig N-4 02 16

    05. Rig N-55 02 16

    06. Rig- 307 02 16

    07. Rig K-750-T 02 16

    08. Rig F-125 02 16

    09. Few Contractor Rig 02 16 On each Rig

    Annex-B

  • 8/13/2019 0707f

    26/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 26/45

    TECHNICAL EVALUATION CRITERIA FOR SHORT LISTING OF PRIVATE SECURITYCOMPANIES

    Sr.#

    Short Listing Criteria AllocatedMarks

    Company-A

    Company-B

    Company-C

    1. Category of the Company

    (Quote Authority)A = 10B = 07C = 05

    10

    2. Status of NOC(to operate in operate in Pakistan )

    Province Basedone = 03three = 06four =10

    10

    3. No. of Clients100 = 1075 = 06

    50 or less= 04

    10

    4. Reputation in the field of security

    Service with UN/Foreign Mission/OilCompanies= 10

    Service with MultinationalCompanies/Oil Companies =06

    Service with small Co/= 03Oil Companies

    10

    5. Strength of Guards 200 - 5300 3

    1000 510000 10

    10

    6. Weapons and AmmunitionHeld by the Company

    Non Prohibited 300 or more = 05Prohibited 50 or more = 05

    10

    7. Communication facilitiesMobile Sets Held 50 or more = 02Base Sets 10 or more = 04Walkie Talkie50 or more= 02Wireless Sets 25 or more= 02

    10

    8. Training facilities 10

    9. Offices held in Pakistan One = 3(Province Based

    Three = 6Four =10

    10

    10. Technical Equipment HeldMetal Detectors 15 or more =02Vehicle Mirrors 15 or more =02Explosive Detector = 0604 or more

    10

    11. Total Marks 100

    Annexure-C

  • 8/13/2019 0707f

    27/45

  • 8/13/2019 0707f

    28/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 28/45

    40. Hundi/Sari41. Daru42. Jaccoabad Rest House

    KPK43. RO Kohat44. Chanda/Mela Plant45. Sheikhan Gas Field46. Nashpa Plant47. Balochistan

    RO Quetta

    SPECIMEN FOR QUOTING PRICEMOVING LOCATION

    Rates to be quoted for each Province Separately)SPs

    SR.# Name of LocationRate perSupervisor

    Rate perSec. Guard

    Remarks

    01. SP-1

    02. SP-2

    03. SP-3

    04. SP-4

    05. SP-5

    EFPs

    SR.# Name of Location Rate perSupervisorRate perSec. Guard

    Remarks

    01. EFP-1

    02. EFP-2

    03. EFP-3

    04. EFP-4

    05. EFP-5

    06. FGCP-107 FGCP-II

    Rigs

    SR.# Name of Location Rate perSupervisorRate perSec. Guard

    Remarks

    01. Rig N-1

    02. Rig N-2

    Annex-E

  • 8/13/2019 0707f

    29/45

  • 8/13/2019 0707f

    30/45

  • 8/13/2019 0707f

    31/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 31/45

    Annexure BBID BOND

    Oil & Gas Development Company Limited, GuaranteeNoOGDCL House, Jinnah Avenue, Date of issue.....Blue Area, Islamabad. Date of expiry ...

    AmountDear Sir,

    In consideration of M/s..herein after called THE BIDDER having submitted the accompanying Bid withreference to OGDCL tender enquiry No. PROC-FD/CB/SECURITY-707/2012 andin consideration of value received from (the Bidder above), we hereby agree toundertake as follows:-

    1. To make unconditional, immediate and forthwith payment of the sum ofPKR One Million (Pak Rupees One Million Only).upon your FIRST and SIMPLEwritten demand without further recourse, question, query, deferment,contestation or reference to the bidder, account party or any other person in theevent of the withdrawal of the aforesaid bid by the BIDDER before the end of theperiod specified in the Bid after the opening of the same for the validity thereof orif no such period be specified, within 150days after the said opening or if theBidder, having been notified of the acceptance of his bid by the Company duringthe period of bid validity:

    a) Fails, refuses or delays to execute the Contract in accordance withthe instruction to Bidders, or

    b) Fails, refuses or delays to furnish Performance Bond inaccordance with the instruction to Bidders.

    2. To accept written demand from you as conclusive, sufficient and finalevidence of the existence of a default of non-compliance, breach ordefault as aforesaid on the part of the BIDDER and to make paymentimmediately and forthwith upon receipt of your FIRST and SIMPLEwritten demand.

    3. No grant of time or other indulgence to, or composition or arrangementwith the BIDDER in respect of the aforesaid Bid with or without notice tous shall affect this Guarantee and our liabilities and commitmentshereunder.

    4. This is an independent and direct obligations guarantee and shall be

    binding on us and our successor in-interest and shall be irrevocable.

    5. The Guarantor Bank warrants and represents that it is fully authorized,empowered and competent to issue this guarantee.

    Yours faithfully,(B A N K E R S)

  • 8/13/2019 0707f

    32/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 32/45

    Annexure -C

    PERFORMANCE BOND/BANK GUARANTEE

    Oil & Gas Development Company Limited, Guarantee

    NoOGDCL House, Jinnah Avenue, Date of issueBlue Area, Islamabad. Date of expiry

    Amount

    Dear Sir,

    Ref: Our Bank Guarantee No. _______________________in the sum of ______________________Account_____________________________Amount ofContract/Job___________________________ _________________________________In consideration of you having entered into contract No.

    ______________________________________Dated____________________with__________________________called Contractor and in consideration of valuereceived from CONTRACTOR, we hereby agree and undertake as follows:

    1. To make unconditional, immediate and forthwith payment to you ascalled upon of an amount (equivalent to 10% of total contract value inPak Rupees) on your written FIRST and SIMPLE demand without furtherrecourse, question, query, deferment, contestation or reference toCONTRACTOR or any other person, in the event of default, non-performance or non-fulfillment by CONTRACTOR of his obligationsliabilities, responsibilities under the said Contract of which you shall be

    the sole and absolute judge.

    2. To accept written demand from you as conclusive, sufficient and finalevidence of the existence of a default or breach as aforesaid on the part ofCONTRACTOR and to make payment immediately and forthwith uponreceipt of your FIRST and SIMPLE written demand.

    3. To keep this Guarantee in full force and effect from the date hereofuntil from the date of contract execution / mobilization Notice.

    4. That no grant of time or other indulgence to, amendment in the terms ofthe contract by Agreement between the parties, or imposition ofAgreement with contractor in respect of the performance of his obligation

    under and in pursuance of the said Agreement with or without notice tous, shall in any manner discharge of otherwise however affect thisGuarantee and our liabilities and commitments there under.

    5. This is an independent and direct obligations guarantee and shall bebinding on us and our successor in-interest and shall be irrevocable.

    6. This Guarantee shall not be affected by any change in the constitution ofthe Guarantor Bank or the constitution of the Contractor.

    7. The Guarantor Bank warrants and represents that it is fully authorized,empowered and competent to issue this guarantee.

    Authorized Sign for Issuing Bank

  • 8/13/2019 0707f

    33/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 33/45

    Seal of the Bank

    Annexure -DBIDDING FORM

    Date. Tender Enquiry No. .

    ToOil & Gas Development Company Limited,OGDCL House, Plot # 3013,Blue Area, Islamabad

    Gentlemen,

    Having examined the scope of work and Instructions to bidders ofInvitation to Bids, the receipt of which is hereby acknowledged, we theundersigned, offer to supply the services (Nature of Service) to OGDCL inconformity with the scope of work and Instructions to bidders at the ratesmentioned in our Bid Proposal or other such sums as may be ascertained inaccordance with the said conditions.

    2. We confirm that the terms and conditions given in the Tender Enquiry / Tender Documents are acceptable to us and if our Bid is accepted we shallexecute a contract with OGDCL accordingly without any exceptions. We furtherconfirm to commence service within ..days of the mobilization noticeissued by OGDCL

    3 We agree to validate bid unconditionally for the period of 120 days fromthe date of opening the same and it shall remain binding upon us and may beaccepted thereof, shall constitute a binding contract between us.

    4. We hereby certify that our Firm / Company / Local Agent is or has notbeen at any time during the past five years, involved in litigation, arbitration orany other unsettled dispute with OGDCL / JV Partners.

    5. We further certify that all the contracts / orders placed on us byOGDCL / JV Partners have been executed timely and as per terms & conditionsof the Contract / order without any unsettled dispute.

    6. Until a formal Agreement is prepared and executed, this bid, togetherwith your acceptance thereof, shall constitute a binding contract between us.

    7. We understand that you are not bound to accept the lowest or anytender you may receive.

    8. Our bid proposal do not contain any deviation or exceptions from theterms & conditions enunciated in the tender documents.

    Dated this..days of.2012,

    Name & Signaturein the Capacity of

    duly authorized to sign tenders for and on behalfof

    (Name of the firm in block capital Letters)

    Address

    Telex No..Fax No..Phone No.Witness1. ..

    (Name) (Signature)

  • 8/13/2019 0707f

    34/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 34/45

    2. .(Name) (Signature)

    Annexure-E.(On official letter-head of the bidder)

    To be signed by theChief Executive of theBidding company or a representative dulyAuthorized by boardResolution.

    INTEGRITY AND ETHICS UNDERTAKING

    We hereby commit and undertake to observe the following principles during ourparticipation in the tender process and during the contract execution:

    i. That we will not directly or through any other person of firm, officerpromise or give to any7 of the employees of OGDCL involved in the

    tender process or execution of the contract any gain, pecuniarybenefit of facilitation payment in order to obtain in exchange anyadvantages of any kid whatsoever during the tender process orduring the execution of contracts.

    ii. That we have not and will not enter with other bidders into anyundisclosed agreement or undertaking either formal or informal torestrict competitiveness sort to cartelise in the bidding process.

    iii. That we will ensure that the remuneration of agents (if engaged) isappropriate and for legitimate services only.

    iv. That we will not use subcontracts, purchase orders or consultingagreements as means of channeling payments to employees ofOGDCL.

    v. That we will not commit any offence under the Pakistan Penal Code,Prevention of Corruption Act or National Accountability Ordinance toachieve any advantage, gain or benefit during the tender process orthe execution of the contract.

    We further understand and acknowledge that any violation of transgression ofthe above mentioned principles will attract disqualification from the tenderprocess and may also result in permanent exclusion from future contract awardprocess.

    We also accept and undertaking to respect and uphold OGDCL,s absolute rightto resort to and impose such disqualification, debarment or execution.

    For and on behalf of _________________

  • 8/13/2019 0707f

    35/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 35/45

    Tender No___________________________

    Annexure-F.

    DRAFT CONTRACT

    CONTRACT NO. PROC-FD/CASE NO. .. /NAME OF SERVICES

    THIS Contract for hiring of (Name of Services) (Contract) is made atIslamabad as of this------------------ day of -------------------/year of execution, byand between

    Oil & Gas Development Company Limited , a body corporate, having its officeat OGDCL House, Jinnah Avenue, Sector F-6, Islamabad (hereinafter referred toas the Company which expression shall include its successors and assigns)and

    M/s (Name of Contractor or Consultant as the case may be) having its officeat address (hereinafter referred to as theContractor / Consultant which expression shall include its successors andassigns)

    Contractor/ Consultant and Company may hereinafter be collectively referred toas the Parties and each individually as a Party.

    WHEREAS, The Company is desirous of hiring timely, efficient and reliable(Name of Services) .services under raterunning contract for a period of (period)on as and when required basis.

    AND WHEREAS, the Company invited bids for providing Name of Services. through Tender Enquiry No. PROC-FD/Case No. and the Contractor / Consultant through its BidProposal No.. dated . warrants and represents forproviding efficient and reliable Name of Services.

    WHEREAS, the Contractor / Consultant is engaged in the business of renderingthe desired services to various E & P companies and it hereby expresses itsability and willingness to provide the desired services along with necessaryequipment, type of Contract.

    NOW THEREFORE, in consideration of the promises and mutual undertakingand covenants hereinafter set forth, the Parties hereby agree as follows:

    SECTION 1. SCOPE OF WORK

    Description of Scope of Work (As described in TOR/Tender enquiry)

    SECTION 2. TERM:

    The initial term of this Contract shall be Months/Years from the date of itsacceptance by the contractor till completion of the job whichever is later unless

  • 8/13/2019 0707f

    36/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 36/45

    earlier terminated under the provisions hereof. Any extension in the term ofContract will be subject to mutual consent of both the parties.

    SECTION 3. CONTRACT DOCUMENTS:

    The following documents shall be deemed to form and be read and construed as

    integral part of this Contract:(a) This Contract.(b) Companys Invitation to Bid No. PROC-FD/ / /2012 dated ________.

    .(c) Companys LOI No. PROC-FD/ / /2012 dated_______________..(d) Contractors letter dated____________..(e) Contractors Bid Proposals No. dated __________..

    Any inconsistency between the above documents of this Contract shall beresolved by giving precedence in the order in which they are listed above.

    SECTION 4. PRICING TERMS:

    4.1 The Services under this Contract shall be rendered at an estimated Costof __________________________as detailed below:

    4.2 All prices charged under this Contract shall remain firm during the periodof this Contract.

    4.3 All payments through inland invisible L/C, under this Contract, shall bemade entirely and solely in equivalent Pak Rupees at official currencyexchange rate prevalent on the date of payment. The Company shall useits best efforts to make payment as early as possible against duly verified

    invoices. The Company shall use its best efforts to make payment asearly as possible against duly verified invoices. However, any paymentmade after thirty (30) days shall not in any way attract any markup,interest, surcharge or charges, etc.

    4.4 To avoid delay in payment, it is essential that the invoices shall:(a) be duly signed and stamped and type-written in English.(b) be identified by the Contract number.(c) contain sufficient description of services provided by the Contractor.(d) state the location of the Company where Services have been

    provided.(e) state the period of Services, duly verified with sign and stamp of

    Head of Department.(f) be precise and strictly in accordance with the Contract.(g) contain any other information deemed essential either by the

    Contractor or by the Company.(h) be submitted to the Company at the address given under section 26

    of the contract.

    SECTION 5. TAXES AND DUTIES:

    5.1 Any taxes, duties, fees, levies and other relevant charges, present orfuture, assessed or payable outside Pakistan by the Contractor and/or by

    the expatriate personnel deputed by the Contractor in connection with

  • 8/13/2019 0707f

    37/45

  • 8/13/2019 0707f

    38/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 38/45

    7.2 The equipments, tools and materials utilized by the Contractor inperformance of this Contract shall be handled and utilized with due careand diligence and proper record of consumables etc shall be maintainedand made available to the Company upon request.

    7.3 The Contractor shall secure and maintain during the performance of thisContract, all licenses, permits, authorization and certification requiredunder the laws of Pakistan and applicable to Contractor. Company hasthe right to inspect such licenses, permits, authorization and certificatesand the Contractor shall forthwith comply with such request.

    7.4 Contractor shall employ and depute for the execution of Services, personswho are careful, skilled and experienced in their profession. TheCompany shall have the right to ask the Contractor to replace anyperson employed by the Contractor for execution of Services who, in thesole opinion of Company, misbehaves, is incompetent or negligent in theperformance of his duties or fails to conform with any particularprovisions with regard to safety which may be set out in the Contract, orany conduct which is prejudicial to safety or health, and such personshall not be employed again for the Services without the permission ofthe Company.

    7.5 Contractor and its personnel shall, when using Companys premises,adopt and observe all safety, security, fire and health measures andcomply with all reasonable directions relating to health and safety rulesand emergency evacuation plans as notified or as directed by theCompany.

    SECTION 8. DECLARATION:

    8.1 The Contractor hereby declares that it has not obtained or induced theprocurement of any Contract, right, interest, privilege or other obligationor benefit from Company through any corrupt business practices.

    8.2 Without limiting the generality of the foregoing, the Contractor representsand warrants that it has fully declared the brokerage, commission, feesetc. paid or payable to anyone and not given or agreed to give and shallnot give or agree to give to anyone within or outside Pakistan eitherdirectly or indirectly through any natural or juridical person, includingits affiliate, agent, associate, broker, Contractor, director, promoter,shareholder, sponsor or subsidiary, any commission, gratification, bribe,finders fee or kickback, whether described as consultation fee orotherwise, with the object of obtaining or inducing the procurement of acontract, right, interest, privilege or other obligation or benefit in

    whatsoever form from the Company, except that which has beenexpressly declared pursuant hereto.

    8.3 The Contractor certifies that it has made and shall make full disclosureof all agreements and arrangements with all persons in respect of orrelated to the transaction with the Company and has not taken anyaction or will not take any action to circumvent the above declaration,representation or warranty.

    8.4 The Contractor accepts full responsibility and strict liability for makingany false declaration, not making full disclosure, misrepresenting facts ortaking any action likely to defeat the purpose of this declaration,representation and warranty. It agrees that any Contract, right, interest,

  • 8/13/2019 0707f

    39/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 39/45

    privilege or other obligation or benefit obtained or procured as aforesaidshall, without prejudice to any other rights and remedies available to theCompany under any law, Contract or other instrument, be voidable atthe option of the Company.

    8.5 Notwithstanding any rights and remedies exercised by Company in thisregard, the Contractor agrees to indemnify Company for any loss ordamage incurred by it on account of its corrupt business practices andfurther pay compensation to Company in an amount equivalent to tentimes the sum of any commission, gratification, bribe, finders fee orkickback paid by the Contractor as aforesaid for the purpose of obtainingor inducing the procurement of any Contract, right, interest, privilege orother obligation or benefit in whatsoever form from Company.

    SECTION 9. PERFORMANCE BOND/SECURITY DEPOSIT:

    The Contractor shall provide to the Company, within fifteen (15) days of theaward of the Contract, a Performance Bond in the form of an irrevocable,

    independent, unconditional, direct obligation of the bank and first and simpledemand guarantee of a Pakistani Scheduled Bank or branch of a foreign bankoperating in Pakistan in the amount equivalent to 10% (Ten percent) of thetotal contract value in Pak Rupees strictly in accordance with the format givenat LOI to cover and secure the Contractors faithful performance and executionof this Contract. The charges and expenses payable in connection with theissuance, extension, renewal and maintenance of the Performance Bond shallbe borne and paid by the Contractor. The Performance Bond shall be valid andshall be maintained in full force effect until ----------------------/ extendablebeyond Six Months/Years for validity of the Contract. The Company has soleand absolute right to encash the Performance Bond without any prior notice tothe Contractor in the event of any breach, failure, non-compliance or delay inthe performance of the Contract.

    SECTION 10. LIABILITIES:

    10.1 Each Party shall defend, indemnify and hold the other Party harmlessfrom and against any claim arising out of (i) loss of or damage to its ownproperty, and / or (ii) death of or injury to its own personnel.

    10.2 Each Party shall be liable for, and shall defend, indemnify and hold theother Party and its members/affiliates, co-venturers (if any), contractors or

    subcontractors, and its and their respective employees, directors, officers,agents and invitees harmless from and against all claims, demands, causes ofaction, judgements, awards, damages, losses, costs , expenses and liabilities ofany kind and character arising out of third party property damage (includingloss) or third party person injury (including death) caused by the indemnifyingPartys negligence during the performance of the Contract.

    SECTION 11. INDEMNITIES:

    11.1 Neither Party shall be liable to the other for any punitive, indirect orconsequential damages sustained by the other including withoutlimitation business interruptions, loss of profits, loss of use of assets,

  • 8/13/2019 0707f

    40/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 40/45

    loss of data and loss of contracts, and each Party shall hold the otherParty harmless in respect thereof.

    11.2 The Contractor shall indemnify the Company against all motions,proceedings, claims, liens and demands whatsoever which may be madeagainst the Company by the third parties for or in respect of or out ofany failure by the Contractor in performance of its obligation or wrongfulperformance under this Contract or any act or omission in connectiontherewith. Should Company have to pay any moneys in respect of anysuch claims or demands, the amounts to be paid and the costs incurredby the Company connection therewith, shall be charged in to and paid bythe Contractor in full.

    SECTION 12. LIQUIDATED DAMAGES:

    12.1 If the contractor fails to deliver any or all of the goods within the timeperiods(s) specified in the Contract, the purchaser shall, withoutprejudice to other remedies under the Contract, deduct from the ContractPrice/Bank Guarantee as liquidated damages, a sum not more than 0.5%of the contract price per week or part thereof for first four weeks, 1.00%per week for next four weeks and 1.5% per week exceeding four weeksupto maximum extent of 10% of the contract value.

    12.2 In case the purchaser is satisfied that the delayed/defective shipmentwas due to some mistake or circumstances beyond the control of thecontractor and the contractor has not intentionally of negligentlycontributed in the delay, the purchaser may impose Liquidated Damagesfor not more than a sum equivalent to 0.5% of the delayed of defectiveshipment per week or part thereof for first two weeks, 1.00 per week fornext three weeks and 1.5% per week exceeding five weeks but notexceeding 10% of the contract value of the delayed/defective shipmentprovided that the Contractor takes immediate remedial measures for the

    replacement of defective shipment and takes prompt steps to mitigate thedelayed. The Purchaser may however, impose Liquidated Damages as per(a) above if the delayed or defective shipment has affected the projectcompletion schedule or has resulted in Production losses.

    12.3 Even after imposition of LDs, if the supplier fails to materialize thedelivery (material and or services); the Purchaser reserves the right tocancel Purchase Order/Contract/LC and forfeit the Guarantee (ifapplicable) after intimating the supplier for such cancellation/forfeiture.

    SECTION 13. PATENT RIGHTS:

    The Contractor shall protect, indemnify and hold the Company harmless fromand against all claims, proceedings, demands, damages, costs, charges andexpenses whatsoever for or on account of infringement of any patent rights,design, trade-mark, industrial design or name or other protected rights inrespect of any design, method, machine work, material etc. used for or inconnection with the Services.

    SECTION 13. DIRECTIONS:

  • 8/13/2019 0707f

    41/45

    OGDCL Tender Enquiry No.PROC-FD/CB/SECURITY-707/2012 Page # 41/45

    The Contractor and its personnel must, when using Companys premises, adoptand observe all safety, security, fire and health measures and comply with allreasonable directions relating to health and safety rules and emergencyevacuation plans as notified or as directed by the Company or itsrepresentative.

    SECTION 14. CONFIDENTIALITY:

    14.1 Any data provided by the Company or which the Contractor or itsemployees have access to, or which they acquire directly or indirectlyunder this Contract or during the performance of this Contract, shall bedeemed Confidential Information. Duplication or disclosure of suchConfidential Information by Contractor or any one claiming through itwithout the prior written consent of the Company is strictly prohibited.All Confidential Information shall be the sole property of the Company.

    The Contractor hereby agrees not to disclose said data, information, anyinterpretations thereof, or data derivative there from or any informationrelating to Companys facilities, installations and operations etc tounauthorized parties or person. This Section also applies to any sub-consultant, assignee or consultants used by the Contractor. The

    obligations under these provisions shall survive the termination or expiryof this Contract.

    14.2 Neither the Contractor nor any of its employees shall, except with theprior written consent of the Company, take ground or aerial photographsof the site, rig, installation or existing facilities of the Company.

    14.3 The Contractor further undertakes that it shall not, except with the priorwritten consent of the Company:

    i) make any reference publicly, whether to the press or in books,bro