You are on page 1of 16

NOTICE INVITING e-TENDER (NIT)

Indian Oil Corporation Limited, Mumbai (Marketing Division), Contracts Department, IndianOil Bhavan,
G-9, Ali Yavar Jung Marg, Bandra (East), Mumbai – 400 051, Maharashtra, India (“IOCL”), hereby
invites electronic bids through its e – Tender portal for execution of the work titled “Services of e-
auction along with development and implementation of automated seamless SAP integrated platform
for scrap disposal through service provider by end to end web protocol and SAP interface” in two bid
system in the manner as provided under this tender and other Bidding Documents (available at:
https://iocletenders.nic.in).

1. TENDER NO. : HCC/LPG-28 /PT-196/2019-20

2. E-Tender ID : (E Tender ID 2020_MKTHO_114016_1)


Services of e-auction along with development and implementation of
3. NAME OF WORK :
automated seamless SAP integrated platform for scrap disposal
through service provider by end to end web protocol and SAP
interface.
4. TENDER FEE : Nil
Bidders are required to download the tender documents free of cost
from IOCL e-tender website (https://iocletenders.nic.in)
Rs.2,28,700/- Rs. Two Lakh Twenty Eight Thousand Seven Hundred
5. EARNEST MONEY :
Only.)
DEPOSIT
EMD should be deposited as detailed below :
 Online EMD payment through Net Banking or NEFT/RTGS or
Bank Guarantee.
 Bank Guarantee as an instrument towards Earnest money
deposit shall be accepted only if amount of EMD is more
than Rupees One lakh.

For detail about process of payment of online EMD, bidders shall


refer “ Special Instructions to the Bidder (SITB) ” and “ FAQs –
Online EMD Facility in IOCL e-Tendering ” documents attached
separately along with the tender.

Offline EMD payment through Demand Draft (DD), Bankers Cheque


(BC) and Swift Transfer shall not be accepted.

In case of Bank Guarantee, bidder will upload scanned copy of BG as


exemption document. Original BG shall be sent by the bidders /bank
to Tender Issuing Authority as mentioned in the tender.

Original BG should reach to Tender Issuing Authority within 7


working days from the date of opening of technical bids. For the
purpose of receipt of BG, the time recorded in the receipt/DAK
section against receipt shall also be considered as receipt time.
Only those physical BG instruments found matching with the copy
submitted in the e-portal shall be considered as valid.
Bank Guarantee is to be executed by Nationalized / Scheduled Bank
towards EMD and should be valid for 07 (Seven) months from the
date of opening of technical bid.
If needed, validity of BG should be extended by the party / Bank.

Bank Guarantee should be submitted as per enclosed proforma only


by the Tenderer. Such BG should be submitted only in a sealed
envelope of the issuing Bank and should not be in open condition.

Original BG should be sent / submitted on below address:


Shri A Chakraborty
Indian Oil Corporation Limited (Marketing Division),
Head Office Contract Cell Department,Large Wing, 6th Floor
Indian Oil Bhavan,G-9, Ali Yavar Jung Marg,
Bandra (East), Mumbai – 400 051,
Maharashtra, India

If BG towards EMD is submitted in any manner other than aforesaid,


the Tender is liable to be rejected.

If the original BG instrument is not received within time as specified


above, the bid shall be summarily rejected.

Exemption from submission of EMD:


a. As per Public Procurement Policy for Micro & Small
Enterprises (MSEs) Order, 2012 issued vide Gazette
Notification dated 23.03.2012 by Ministry of Micro, Small and
Medium Enterprises of Govt. of India, MSEs registered with
any of the following agencies / bodies are exempted from
payment of EMD:
1. District Industries Centers (DIC)
2. Khadi and Village Industries Commission (KVIC)
3. Khadi and Village Industries Board
4. Coir Board
5. National Small Industries Corporation (NSIC)
6. Directorate of Handicraft and Handloom
7. Udyog Aadhar Memorandum (UAM)
8. Any other body specified by Ministry of MSME.

Note: Against UAM, copy of acknowledgement generated online shall


be acceptable

Exemption of EMD is subject to:

i. MSEs participating in the tender must submit the certificate


of registration with any of the above agencies along with
their bid.

ii. The registration certificate issued from any one of the above
agencies must be valid as on close date of tender. The MSEs
who have applied for registration or renewal of registration
with any of the above agencies / bodies, but have not
obtained the valid certificate as on close date of tender, are
not eligible for exemption of EMD.

 Exemption from payment of EMD shall be allowed to all parties


registered with the above-mentioned bodies and exemption
shall be irrespective of their status as micro and small
enterprises. The exemption shall also be irrespective of
whether parties are registered for the tendered item.
b. PSUs (Central & State) and JVs of IOCL are exempted from
submission of EMD.
A copy of the EMD instrument or exemption certificate in case
of exempted categories shall be uploaded along with clear
scanned copies of required documents to substantiate the
claim towards their credentials along with the tender
documents in the appropriate link.

Tenderers not paying EMD or not uploading valid exemption


certificate or scan copy of BG on or before tender submission date
and time will be summarily rejected.

6. TENDER DOWNLOAD PERIOD FROM e-TENDER PORTAL: https://iocletenders.nic.in

a) Starts on : 04.03.2020 at 0900 Hrs

b) Ends on : 19.03.2020 at 1400 Hrs


09.03.2020 at 1100 HRS at address given below:
7. PRE BID MEETING :
Indian Oil Corporation Ltd.,
Indian Oil Bhavan,
th
6 Floor, Contract Cell,
G9 Ali Yavar Jung Marg,
Bandra (E), Mumbai – 51.

Bidders are requested to send the query in advance to email id


chakrabortyashis@indianoil.in for compiling the query for discussion
during pre-bid meeting.

Tenderers to please note carefully the above schedule for Pre-Bid


Conference since all the clarifications, if any, with regard to
Technical/ Commercial conditions shall be given therein. Tenderers
are advised to ensure that their queries must reach by e-mail
addressed to the Contact person as specified in NIT at least two
working days in advance for this purpose. Tenderers may also note
that after the clarifications are given against the points discussed in
Pre Bid conference, no further deviation shall be permitted and
such clarifications shall be binding on all bidders. All are requested
to attend the Pre Bid conference.
8. SUBMISSION OF TENDER IN e-TENDER PORTAL:

a) Starts on : 16.03.2020 at 0900 hrs

b) Ends on : 19.03.2020 at 1400 hrs

9. DUE DATE FOR OPENING OF TENDER:

10. Opening of Tender 20.03.2020 at 1500 hrs


(Technical Bid Only)
Offer shall be valid for 120 Days from date of opening of technical
11. TENDER VALIDITY :
bid. In case of requirement, IOCL may seek further extension of the
validity of the offer from the bidders.
12. WORK COMPLETION : Contract shall be valid for 3 year extendable by two more years one
TIME year at a time on mutual consent (excluding the roll-out period).

13. MODE OF TENDER You may please note that this is an e-Tender and can only be
SUBMISSION downloaded and submitted in the manner specified in ‘Special
Instructions to bidders for participating in e-tender’ attached
separately in this tender
Name: A Chakraborty
14. CONTACT PERSON Designation : DGM(Contracts)
Contact No. : 022-26447827
Email-ID : chakrabortyashis@indianoil.in
Note: Corporation reserves the right to revise/extend any Date/time from scheduled
timelines of published tender.

15. Pre Qualification Criteria :

1. Pre-Qualifying Criteria (PQC)

The intending bidders for this tender should have and mandatorily meet the pre-
qualification criteria as given below:-
a. Indian firm/Company incorporated as per Govt. of India rules.
b. The service provider should have an experience of selling scrap through an owned &
self-maintained e-auction platform for any Govt, PSU or private companies. The
cumulative value of service charge accrued against a particular Work Order , which the
service provider has received for all the auctions for one company/corporation with
which service provider has contract in last five (5) years, will be considered for
evaluating the similar works criteria.

c. PQC for technical competence:


S. No Technical Requirement Document Proof

ISO 27001 Certification for Information Valid certificate from ISO


1 Security Management System (ISMS) authorized certification bodies, for
eg. STQC

Valid certificate from ISO


ISO 9001 Certification for Quality
2 authorized certification bodies, for
Management System (QMS)
eg. STQC

Valid certificate from ISO


authorized certification bodies, for
eg. STQC

or
3 Disaster Recovery Site Undertaking to develop DC-DR
infrastructure certified from ISO
authorized bodies within 180 days
from the date of placement of LOA.

STQC Certificate of Approval for


compliance to quality requirements of e-
procurement system. Valid STQC certificate
E-auction software module
1. Functional Testing Or
2. Performance Testing Undertaking to comply with
3. Web application security testing applicable GIGW (Guidelines for
Indian Government Websites)
4
Hosting Infrastructure guidelines issued in February 2018
1.Process audit (CVC requirement) & STQC latest guidelines of contract
2.VAPT within 180 days from the date of
3.DC-DR Failover testing placement of LOA.

Note: This certification is required only


for e-auction software module.

d. ANNUAL TURNOVER: The annual turnover of the Tenderers during any of the
preceding three financial years ending on 31.03.2019 should be at least 60% of the
annualized estimated value of work i.e. Rs 137.18 lakh.
i. Turnover for this purpose should be as per audited balance sheet
including P&L Statement/ Published Account/ Profit and Loss Account
Statement of the tenderer. However, if the tenderer is not required to
get its accounts audited under section 44AB of The Income Tax Act
1961, certificate from a Practicing Chartered Accountant towards the
turnover of the tenderer along with copies of Income Tax return
should be obtained.

ii. Audited Balance Sheet (P&L Statement) / Published Accounts on a


calendar year basis shall also be accepted.

iii. Definition of Turnover: Total Revenue as per schedule III of


Companies Act, 2013 (Earlier revised schedule VI of Companies Act,
1956) shall be considered as Turnover.

e. Similar Work Criteria: Experience of having successfully completed similar works


during last 5 (Five) years upto the last day of the month previous to the one in which
tenders are being invited i.e 29.02.2020, should be either of following.
a. Three similar completed works each costing not less than the amount equal to Rs
68.59 Lakh.
OR
b. Two similar completed works each costing not less than the amount equal to Rs
91.47 Lakh
OR
c. One similar completed work each costing not less than the amount equal to Rs
114.32 Lakh

Similar works means:


E-selling of scrap (steel, non ferrous metal) from single/multiple locations of single entity
through self owned auction engine, buyer discovery and buyer on-boarding.
The service provider should have an experience of selling scrap through an owned &
self-maintained e-auction platform for any Govt, PSU or private companies. The
cumulative value of service charge accrued against a particular Work Order ,
which the service provider has received for all the auctions for one
company/corporation with which service provider has contract in last five (5)
years, will be considered for evaluating the similar works criteria as per the
following details.
The estimated cost as indicated above shall be inclusive of Goods & Service Tax (GST).
The value of completed job as submitted by the prospective bidders shall be compared
with values as prescribed above. There shall be no deductions against taxes.

Bidder to submit Purchase Order / Agreement in support of the similar work criteria.

The prospective bidder should submit documents in support of the due satisfaction of
the Pre – Qualifying Criteria. If the prospective bidder fails to submit documents in
support of its satisfaction of the Pre – Qualifying Criteria it may lead to disqualification of
the bidder from the first round or evaluation of the Technical Bid with Commercial
Terms without Price Bid. Only such prospective bidders who satisfy the Pre – Qualifying
Criteria may submit / upload the bids in accordance with the terms and requirements
under the Tender Document.

Copy of completed contract/ order (s) and completion certificate with executed value
fulfilling the qualifying amount. Date of completion of the works should be falling within
last 5 years.

a. All documents should be in the name of the bidder only.

b. In case of work order from Government Bodies/PSU’s- Copies of


Contract Document along with either completion certificates OR duly
certified copy of the bill/invoice. Copy of contract document may
not be insisted if completion certificate/Bill/Invoice copy specifies
details otherwise required like Date of PO/contract agreement,
Contract Value, Execution value , date of completion and other
requirements if any,

c. In case of Work Orders from Private Parties – Certificate from CA


certifying value of work done with TDS certificates (where
applicable)/ bank statement shall be required in addition to that
specified in (b) above. TDS certificates/Bank statements shall be
used as corroborative evidence only.

d. Certification from client on copies of Tax invoices shall not be


required for material

e. Against orders placed by IOCL, proof of completion may be


established from internal records.
f. Orders for which details of completion are available directly from
client or from database against past orders can also be accepted.

“Notwithstanding any other condition / provision in the tender documents,


bidders are required to submit complete documents pertaining to PQC along
with their offer. Failure to meet PQC will render the bid to be summarily
rejected. IOC reserves the right to complete the evaluation based on the
details furnished by the bidder, with or without seeking any additional
supporting documents/clarifications.”

16. Procedure for Evaluation :

A. ELIGIBILITY TO PARTICIPATE:
1
1. Each tenderer can submit only one bid.
It is clarified that a person shall be deemed to have submitted multiple bids if he submits more than
one bid either individually or in any combination of person (individual capacity, proprietor, affiliates,
partnership, association of persons, Company). All such multiple bids shall be liable for rejection.
(a) A person shall for this purpose mean an individual, proprietor, any partner, association of
persons, affiliate and company.
(b) A company shall for this purpose include any artificial person whether constituted under the laws
of Indian or of any other country.
(c) A person shall be deemed to have bid in a partnership format or in association of persons format
if he is a partner of the firm which as submitted the bid or is a member of any association of persons
which has submitted a bid.
(d) A person shall be deemed to have bid in a Company format if, the person holds more than 10%
(ten percent) of the voting share capital of the company which has submitted a bid, or is a Director
of the Company which has submitted a bid, or holds more than 10% (ten percent) of voting share
capital and/or is a Director of a holding Company which has submitted the bid.
(e) Affiliates of a firm are not permitted to make separate bids directly or indirectly. Two or more
parties who are affiliates of one another can decide which affiliate will make the bid. Only one
affiliate may submit a bid. If two or more affiliates submit more than one bid, then all such bids shall
be liable for rejection.
2. Consultants or their subsidiary company or companies under the management of consultant, are
not eligible to quote for the execution of the same job for which they are working as consultant.
3. Bids from Consortium or MOU parties shall not be accepted.

4.The tenders will be summarily rejected if requisite EMD or EMD exemption document is not
uploaded on e-tendering portal as mentioned in NIT.
5. The bid of the party will also be rejected on the following grounds:

i. Tenderer not meeting tender qualifying parameter norms specified / not submitting pre
qualifying and mandatory documents as per NIT.
ii. Non-withdrawal of conditions imposed in tender document & conditions imposed during
negotiations.
iii. A bidder who offers unsolicited reduction in the price offer whether before or after the opening
of the price part of the tender(s)/bid(s) shall be liable to have his/its/their bid(s) rejected.
Bidders may, however, at any stage offer a reduction if such reduction is solicited or if the
OWNER gives the Bidder an opportunity to offer such reduction.
iv. Tenderer submitting fabricated/ false/ forged documents for the tender.
v. Tenderer put on holiday list during the pendency of this tender.
vi. Any bidder not quoting for all locations, their bid will be out rightly rejected.

B. EVALUATION CRITERIA
The objective of evolving this Evaluation methodology is to facilitate the selection of the most
effective bidder to meet the Business requirements of IOCL, as set. The bid would be first evaluated
technically, next on Price. All bids will be technically evaluated by an Evaluation Committee set up for
this purpose by IOCL.
a) Bidders will be evaluated in three (3) stages.
b) In stage 1, Bidders will be first evaluated based on Pre-Qualifying Criteria as defined under
Pre-Qualifying Criteria (PQC).
c) Only Bidders shortlisted in stage 1 shall be evaluated in stage 2 for detailed Techno-
Commercial parameters given below.
d) In stage 3, Price bid of bidders scoring 60 and above in stage 2 (techno-commercial
evaluation) shall be opened.
e) Combined score shall be arrived at by weighing the quality (stage 2) and cost (stage 3)
Scores as detailed out in the table below in point no (f) below.
f) Stage 2 - Techno-Commercial Evaluation of the bidders shall be done as per the following
criteria as specified in the tender which is based on the documents submitted.

Quality Cum Cost Based Selection - Worksheet


Supporting Marks
Criteria Max Marks Condition
Document Awarded
>= 35Cr 15
Cumulative value of
service charge received < 35 Cr and >= 24
Certification from 11
on the e-auctions Cr
registered
completed during the
Chartered < 24 Cr and >= 12
1 last five year ending 15 7
Accountant as per Cr
last day of the month
the format
previous to the one in
provided < 12 Cr and >= 6
which tender is being 3
invited. Cr

< 6 Cr 0

Number of e-auctions Certification from More than 50 5


20 (max 5
completed in all the registered
2 marks for
four regions (North, Chartered
each region) Between 30 and 49 4
West, East, South) in Accountant as per
last 5 years. the format
Between 10 to 29 3
5 marks for each provided
region
Less than 10 0
Certification from 2 Projects 12
SAP/Customer ERP registered
Integrated projects Chartered
3 12 1 Projects 6
handled in last five Accountant as per
years the format
0 Projects 0
provided
Level 5 8

Certificate issued Level 4 7


4 CMMI Level 8
by CMMI Institute Level 3 6

Below level 3 1

Certification from >= 35Cr 10


registered < 35 Cr and >= 24
Chartered 8
Average Annual Cr
Accountant as per
turnover of the bidder
5 the format 10 < 24 Cr and >= 12
of last three FY (2018- 6
provided. Cr
19, 2017-18, 2016-17)
Relevant pages of < 12 Cr and >= 6
balance sheet duly 4
Cr
signed by CA. < 6 Cr 0
Net profit in all
10
Certification from three years
registered Net profit in two
Profitability during last Chartered 8
6 10 of three years
three years Accountant as per Net profit in one of
the format 6
three years
provided No profit in last
0
three years
Total number of e-
auctions conducted in Certification from 500 & above 15
the last five (5) years registered
Value of each e-auction Chartered 300-500 10
7 15
should be at least INR Accountant as per
5 Lakh to be the format less than 300 5
considered for provided
0 0
marking.
Domain Yes 5
8 Ownership of domain registration/ 10
purchase proof No 0
Total Marks 100

g) Price bid of the bidder will be opened for those scoring 60 or above in the Techno-
commercial evaluation.
h) Combined Techno-Commercial and Price Bid Evaluation:
In respect to the bidders who will score 60 and above in the Techno-Commercial evaluation, in
whose case, the price bid has been opened, a combined score shall be arrived at by weighing
the quality and cost scores and adding them as per the formula mentioned below:
The following methodology will be followed for arriving at the selected party Combined Score of
a Bidder (Bidder A) for Techno Commercial & Price Bid will be: SA = TA/THigh x 60% +
LLow/LA x 40%
Where SA = Combined score of Bidder A

TA = Techno-Commercial Score of Bidder A THigh= Highest Techno-Commercial Score LA=


Evaluated Bid Price of Bidder A
LLow= Lowest of all evaluated Prices among responsive bids
The bidder with highest combined score shall be ranked H-1 followed by proposals securing
lesser marks as H-2, H-3 etc.
In the following table; technical and price bid evaluation process has been illustrated below:

Price Combined Techno-


Relative Commercial & Price
Relative Bid
Price Bid Score
Sr. Bidder Tech. Tech. Bid (in
Bid Column(
No. Score Score Rs. 60% x
Score 40% x v)
Lacs) colum
(TA) (TA/THigh +
(Llow/LA n(ii) colum
x 100) (LA) Column(
x 100) n(iv) vi)
(i) (ii) (iii) (iv) (v) (vi)
1 A 88 100 600 75 60 30 90
2 B 82 93.18 500 90 55.91 36 91.91
3 C 80 90.90 450 100 54.54 40 94.54

Bidder C is having the highest combined score, thus H-1 bidder and would be given preference
for issuance of the LOA and award of contract.
The proposal securing highest combined marks and ranked H-1 will be provided with LOA and
shall be recommended for award of contract
Tie Breaker: In case, combined Techno-Commercial & Price Bid score of two (2) of more
bidders are identical, then the bidder having the lower price of the two or more bidders would
be considered as successful bidder.
No counter conditions should be included in price bid. Conditional price bid shall be summarily
rejected.
IndianOil reserves the right to evaluate the bids based on reasonability and workability of the
offer.
The Price Bids of technically eligible / qualified bidders as mentioned above in the Tender
Document shall only be opened. The bidders have to quote rates as per BOQ.

In case, combined Techno-Commercial & Price Bid score of two (2) of more bidders are
identical:
1. Then the bidder having quoted the lowest price of the two or more bidders would be
considered as successful bidder.
2. In case, Price Bid score of two (2) of more bidders finalized in point above then
preference will be given to MSE parties if there is any.
3. In case of further tie, the bidder with the highest turnover worked out to three decimal
points in any of the last three years as submitted against Turnover criteria shall be
considered as L1 bidder.

C. Evaluation of Price Bid:

1. INDIANOIL evaluation committee will determine whether the price bids are complete, correct
and free from any computational errors and indicate correct prices in local currency (Indian
Rupee - INR).

2. No counter conditions should be included in price bid. Conditional price bid shall be summarily
rejected.

3. IndianOil reserves the right to evaluate the bids based on reasonability and workability of the
offer.

4. The Price Bids of technically eligible / qualified bidders as mentioned above in the Tender
Document shall only be opened. The bidders have to quote rates as per BOQ

5. In case, combined Techno-Commercial & Price Bid score of two (2) of more bidders are
identical:
a) Then the bidder having quoted the lowest price of the two or more bidders would be
considered as successful bidder.
b) In case, Price Bid score of two (2) of more bidders finalized in point above then preference
will be given to MSE parties if there is any.
c) In case of further tie, the bidder with the highest turnover worked out to three decimal
points in any of the last three years as submitted against Turnover criteria shall be
considered as L1 bidder.

6. Since the tender proposal envisaged is centralized and unified in nature, the project cannot be
split, so the public procurement policy for micro and small enterprises (MSE) Order 2012
(policy), a clause for 20 % reservation to MSE bidders is not applicable.

7. Continuous disposal of scrap from LPG Plants is a critical activity as it occupies lot of space in
licensed area. Timely non disposal of same will lead to accumulation and create hindrance
during emergency situation for firefighting, rescue operation and evacuation concerning public
safety, the relaxation for Startups will not be applicable.

8. Reverse Auction will not be applicable.

9. Negotiation with successful bidder

a) Negotiations are not conducted as a matter of routine. However, IndianOil reserves the right
to negotiate with the successful bidder. The successful bidder shall confirm the
negotiations within the stipulated time.
b) Bidder will have to attend concerned office of IndianOil for negotiations as required, in
respect of their quotation without any commitment from IndianOil.
17. Original Document Verification:
Original : “Document verification with originals shall be carried out after opening of price
document bids for the shortlisted bidders only. (Note: the recommendation for award
verification of contract shall be made only after verification of documents with
originals of the shortlisted bidder(s)). Since documents are submitted by the
bidder(s) in the tender, the responsibility of authenticity of documents shall be
with the bidder(s).

Shortlisted bidder(s) shall be required to present their original documents to the


tender inviting authority within a period of 7 days from the date of intimation by
IOCL. In the event of failure of such bidder(s) to get the documents verified as
per the specified time schedule, the EMD of the bidder(s) shall be forfeited. In
case it is observed that if any bidder(s) submitted forged documents /
credentials, necessary action for holiday listing of the bidder(s) shall be carried
out including forfeiture of EMD.”

18. Other points:

1. Tenderers to please note carefully the above schedule for Pre-Bid Conference since all the
clarifications, if any, with regard to Technical/ Commercial conditions shall be given therein.
Tenderers are advised to ensure that their queries must reach by e-mail addressed to the Contact
person as specified in NIT at least two working days in advance for this purpose. Tenderers may
also note that after the clarifications are given against the points discussed in Pre Bid conference,
no further deviation shall be permitted and such clarifications shall be binding on all bidders. All
are requested to attend the Pre Bid conference.
2. Any Addendum/ Corrigendum / Sale Date Extension in respect of the tender shall be issued on
our website https://iocletenders.nic.in only & no separate notification shall be issued in the press.
Bidders are therefore requested to regularly visit our website to keep themselves updated.
3. Legal dispute, if any, arising during the evaluation of the tender shall be within the jurisdiction of
local courts at Mumbai.
4. Please visit our website https://iocletenders.nic.in for further details of this tender.
5. Bidders may note that the following are attached separately and uploaded in the e- tendering
portal:
a) Special Instructions to bidders for participating in e-tendering
b) FAQ’s –online EMD facility in IOCL e-tendering and
c) Format for Acceptance of Tender Terms and Conditions.
6. Indian Oil reserves the right to accept or reject any or all tenders at their sole discretion without
assigning any reason whatsoever.
7. Indian Oil reserves the right to revise/extend any Date/time from schedule timelines of published
tender.
8. Undertaking related to Insolvency & Bankruptcy code 2016 is applicable for which all bidders to
upload the Declaration as per Annexure 22.
Offers from the following type of bidders shall not be considered:
a) If the bidder is undergoing insolvency resolution process or liquidation or bankruptcy
proceeding under insolvency and bankruptcy code,2016(code) or any other applicable law (in
case where code is not applicable),
b) Insolvency resolution process or liquidation or bankruptcy proceeding is initiated under the
code or any other applicable law (in case where code is not applicable) against/ by the bidder
at any stage of evaluation of the bid.
a. In the event, insolvency resolution process or liquidation or bankruptcy proceeding is
initiated under the code or any other applicable law(in cases where code is not
applicable) against/by the bidder, after submission of its bid but any stage of
evaluation of the bid, it will be the responsibility of the bidder to inform IOCL within
15 days from the date of order of insolvency resolution process or liquidation or
bankruptcy proceeding passed by the adjudicating authority namely, National
Company Law Tribunal(NCLT) OR Debt recovery tribunal(DRT) under the code or
any other applicable law(in cases where code is not applicable).
b. If bidder refuses or fails to share the information regarding their status of insolvency
resolution process or liquidation or bankruptcy proceeding as sought here in above,
in their bid or at any later stage ,as applicable, their offer is liable to be rejected by
IOCL and without prejudice to any other remedy or action available with IOCL,IOCL
shall forfeit the earnest money deposit provided by the bidder, is any form
whatsoever.
c. IOCL reserves the right to cancel/terminate the contract without any liability on the
part of IOCL immediately on the commencement of insolvency resolution process or
liquidation or bankruptcy proceeding of any party under the contract.
d. In case where the bid of the L-1 bidder is rejected on the aforesaid grounds during
the period between price bid opening and award of contract, then the bid of the next
higher eligible bidder will be considered for further processing.
e. If bidder fails to share or misrepresents the information regarding their status of
insolvency resolution process or liquidation or bankruptcy proceeding as sought
hereinabove and the bidder’s bid result in a contract, IOCL, without prejudice to any
other remedy or action available with IOCL, shall be within its rights to terminate the
resultant contract.
f. A declaration/undertaking shall be submitted by the bidder in the attached format
along with the techno-commercial bid (Annx-22)

9. In case the BG opening bank is sending the BG thru SFMS Mode in addition to the
physical BG, the same can be sent to SBI CAG Branch, Mumbai (IFSC Code:
SBIN0009995).

S.No Particulars
Indian Oil Corporation Ltd.,(Marketing Division)
Name & Complete Address
1. IndianOil Bhavan, G-9, Ali Yavar Jung Marg,
of the Beneficiary
Bandra (E), Mumbai-400 051
State Bank of India, Corporate Accounts Group
Name & Address of
(CAG) Branch (09995), Neville House, J.N.
2. Beneficiary’s Bank with
Heridia Marg, Ballard Estate, Mumbai – 400
Branch Code
001 Br Code 09995
STD Code & Phone No. of
3 022-61542511
BankBranch
Type of Bank Account
4 Not Required
(Current/ Savings/Cash
Credit)
5 Bank Account Number Not Required
IFSC/NEFT Code (11digit
6 SBIN0009995
code)

19. Business transaction status of Bidders.

1. Tenders who have transferred their ownership rights either in whole or in part to another entity or
under process of transfer shall intimate the same to IOCL in their letter head while submitting the
bid. IOCL reserves its right to reject the tender of any entity, which has transferred its ownership
rights in whole or in part or which is in process of transfer without assigning any reason for such
rejection.

2. If the tenderer refuses or fails to share the information regarding their status of any kind of business
transfer process/restructuring etc, in their tender or at any later stage, as applicable, their tender is
liable to be rejected by IOCL and without prejudice to any other remedy or action available with
IOCL, IOCL shall forfeit the Earnest Money Deposit provided by the tenderer, in any form
whatsoever.

For above , Bidder to give undertaking in his letter head whether he/she has transferred his/her
ownership rights either in whole or in part to another entity or under process of transfer .
Signature Not Verified
Digitally signed by Ashish Chakraborty
Date: 2020.03.03 09:46:11 IST
Location: Indian Oii Corporation Ltd-IOCL

You might also like