You are on page 1of 18

TENDER NO: WRCC/2020-21/PT/148

[Tender id: 2020_WRO_126176_1]

TITLE: Rate Contract for Supply of Cryogenic Epoxy Neck (FRP Neck)
for Cryocans at BG(Cryogenics), IOCL, Nashik.

NOTICE INVITING E-TENDER

Indian Oil Corporation Limited invites electronic bids through its website https://iocletenders.nic.in
under two bid system for the work as detailed below from indigenous bidders fulfilling the
qualifying requirements as stated hereunder.

1. TENDER NO. :

WRCC/2020-21/PT/148

2. E-Tender ID :
2020_WRO_126176_1

3. NAME OF WORK :
Rate Contract for Supply of Cryogenic Epoxy Neck
(FRP Neck) for Cryocans at BG(Cryogenics), IOCL,
Nashik.

4. LOCATION OF :
WORK Location: BG(Cryogenics), IOCL, Nashik

Rs 6,82,03,698.86/- (Including GST)


5. ESTIMATED VALUE :
Amount in words: Rupees Six Crores Eighy Two
OF WORK[for three
Lakhs Three Thousand Six Hundred Ninety Eight &
years]
Paise Eighy Six Only
Rs. 5,77,99,744.80 (Excluding GST@18%)

6. NO. OF : 3 (two) contractors are required (lots in ratio of 50:30:20).


CONTRACTORS
L1 LOT 1 50%
REQUIRED
L2 LOT 2 30%
L3 LOT 3 20%
For procedure of allocation refer Evaluation of Tender

7. TENDER FEE : Nil


Bidders are required to download the tender documents
free of cost from IOCL e-tender
website(https://iocletenders.nic.in)

8. EARNEST MONEY :
DEPOSIT Rs. 1,14,000/- (One Lakh Fourteen Thousand Only)
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.

Offline EMD payment through Demand Draft


(DD), Bankers Cheque (BC) and Swift Transfer
shall not be accepted.

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 the Contact Person
mentioned below.

Original BG should reach to Tender Issuing Authority


within 7 working days from the date of opening of
technical bids at the address given below:
A.V. PARMAR
Ch.Manager (Contracts),
Indian Oil Corporation Limited,
Plot No: C-33, G- Block,
Bandra- Kurla Complex,
Bandra (E), Mumbai - 400 051

For the purpose of receipt of BG, the time recorded in the


receipt/DAK section against receipt shall also be
considered as receipt time.

If the original BG instrument is not received by the due


date and time as specified above, the bid shall be
summarily rejected

Only those physical BG instruments found matching with


the copy submitted in the e-portal shall be considered as
valid.

Acceptance of BG.
1. Bank Guarantee for value up to Rs Two Crores
can be accepted if it is issued by an Indian Branch
of any Scheduled Bank appearing in the Second
Schedule to the RBI Act of 1934.
2. BG for value above Rs Two Crores can be
accepted is it is issued by an Indian Branch of
i) Any Nationalized / PSU Bank appearing in
the Scheduled Banks list or
ii) Any Scheduled Bank (other than a
Nationalized / PSU Bank) having at least
Desired Credit rating at the time of
acceptance of the BG.

Bank If the Tenor If the Tenor of


of BG is BG is up to 1
more than 1 year, credit
year, credit rating of
rating of
In case of ‘A’ of ‘P-1’ of
foreign Moody’s or Moody’s or
banks equivalent equivalent i.e,
highest short
term rating
In case of ‘AA’ of ‘A-1+’ of
Indian Bank CRISIL or CRISIL or
equivalent equivalent i.e.
highest short
term rating.

3. As on date, the following are the credit rating


agencies approved by SEBI.
(i) CRISIL Limited (www.crisil.com)
(ii) Fitch Ratings India Private Limited
(www.fitchratings.com)
(iii) ICRA Limited (www.icra.in)
(iv) Credit Analysis & Research Ltd. (CARE)
(www.careratings.com)
(v) Brickwork Ratings India Private Limited
(www.brickworkratings.in)
(vi) SME Rating Agency of India Ltd. (SMERA)
(www.smera.in)

Bank Guarantee is to be executed by Nationalised /


Scheduled Bank towards EMD and should be valid for 7
months from the date of opening of technical bid.[ie upto
30.06.2021 rounded of] If needed, validity of BG should
be extended by the party / Bank.

The name, designation and authorized signatory number


of the bank officials signing the BG should be mentioned
with their signature on the BG. This applies for renewal,
amendments and revalidation of BGs also.
Bank Guarantee should be submitted as per enclosed
proforma only by the Tenderer. BG may be received
directly either from the bank or the vendor through any
mode (Registered post/Speed Post/Courier or by hand)
only.

Original BG (For parties otherwise permitted to submit


the BG in lieu of online EMD) 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.

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 by the due date and time as
specified above, the bid shall be summarily rejected.
OR [In case of Lock down]

The bidder while submitting the requisite


documents relating to BG may submit scan copy
of the BG and the covering letter issued on the
letter Head of the BG issuing Bank duly signed by
the Authorized signatories to the BG through
their registered e-mail Id, in case bidder is
unable to provide the original BG/covering letter
physically.
With the above, requirement regarding receipt of physical
Original BG along with Original covering letter may be kept
in abeyance till normalcy is restored. The bidder will submit
originals of both BG and covering letter later as soon as
normalcy is restored.

a. Confirmation of BG:

Scan copy of BG confirmation letter issued on


the Letter Head of the BG issuing Bank duly
signed by the Authorized signatory of the Bank
(Other than the officials who signed the BG) shall
be submitted through Official e-Mail ID of the BG
issuing Bank directly to IOCL.
With the above, requirement regarding receipt of physical
Original BG along with Original confirmation letter is kept in
abeyance till normalcy is restored. The BG issuing Bank will
sendthe Original BGconfirmation letter later, as soon as the
normalcy is restored.

Exemption from submission of EMD:


a. Exemption from payment of EMD shall be allowed to all
Micro & Small parties registered with any of the following
agencies/bodies as per Public Procurement Policy for
Micro & Small Enterprises(MSE) Order 2012 provided that
the registration certificate issued by any one of these
below mentioned agencies must be valid as on close
date of tender. Bidders who have applied for registration
or renewal of registration with any of these
agencies/bodies but have not obtained the valid certificate
as on close date of tender are not eligible for exemption.
i. District Industries Centre(DIC)
ii. Khadi and Village Industries Commission
(KVIC)
iii. Khadi and Village Industries Board
iv. Coir Board
v. National Small Industries Corporation(NSIC)
vi. Directorate of Handicraft and Handloom
vii. UdyogAadhar Memorandum (UAM)
viii. Any other body specified by Ministry of
MSME
Note: Against UAM, copy of acknowledgement
generated online shall be acceptable.

Exemption from payment of EMD shall be allowed to


all Micro & Small parties registered with the above
mentioned bodies. The exemption shall also be
irrespective of whether they are registered for the tendered
item or not and shall be applicable for procurement, works
and services.

b. PSUs (Central & State) and JVs of IOCL. are


exempted from submission of EMD- Self Declaration
to be uploaded by the bidder.

A copy of the EMD instrument or exemption certificate in


case of exempted categories shall be uploaded along
with clear scanned copies of relevant documents to
substantiate the claim towards their credentials along
with the tender documents.

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.
9. TENDER DOWNLOAD PERIOD FROM e-TENDER PORTAL:

a) Starts on : 30.10.2020 @ 16:00 HRS.

b) Ends on : 23.11.2020 @ 16:00 HRS.


05.11.2020 @ 11:00 HRS.
10. PRE BID MEETING :
Any clarification sought by the tenderer regarding the
tender shall be attended in the Pre Bid meeting. Hence,
Tenderers are advised to attend the Pre-Bid meeting at our
office (at address mentioned below in NIT). Tenderer may
note that the Pre bid Minutes uploaded in the tender after
Pre bid meeting shall form a part of tender document.
Hence tenderer shall have to accept all the terms &
condition of the Pre Bid Minutes for quoting their offer.
Bidder MUST send their Query on E mail address given
irrespective of whether he/she attend pre bid Meeting or
not, one day Prior to Pre bid Meeting Scheduled date.

OR [in case of Lock down]

No Pre Bid meeting shall be conducted in person. All


bidders indenting to raise queries shall do so through
E-Mails to the contact person, before due the due date
& time of pre bid meeting.

11. SUBMISSION OF TENDER IN e-TENDER PORTAL:

a) Starts on : 10.11.2020 @ 16:00 HRS.

b) Ends on : 23.11.2020 @ 16:00 HRS.

12. DUE DATE FOR OPENING OF TENDER:

13. Opening of Tender 24.11.2020 @ 16:00 HRS.


(Technical Bid Only)

14. TENDER VALIDITY :


Offer shall be valid for 120 Days from date of opening of
technical bid. In case of requirement, IOCL may seek
further extension of the validity of the offer from the
bidders.

15. WORK : Contract Period : The contract shall be for the period of
COMPLETION TIME Three years from date of LOA with provision for Extension
for further two years at IOCL discretion.
Completion period will be 30 days from the date of Call up
Purchase Order

16. MODE OF TENDER You may please note that this is an e-Tender and can only
SUBMISSION be downloaded and submitted in the manner specified in
‘Special Instructions to bidders for participating in e-tender’
attached separately in this tender
E-mail: avparmar@indianoil.in
17. CONTACT
Phone No : 022 26722420
PERSON
82919 47020 [ to be used in case office closed due to
lock down]
IOCL GOA STATE: 30AAACI1681G1Z2
18. GST No:
IOCL MAHARASHTRA STATE: 27AAACI1681G1ZP

19. PRE QUALIFICATION (PQ) CRITERIA:

Parties who satisfy the following qualification parameters as per the details given below only
need apply

SL. NO. QUALIFYING PARAMETERS

SIMILAR WORKS EXPERIENCE: Experience of having successfully


19.1 completed similar works during last 5 years upto the last day of the month
previous to the one in which the tenders are being invited, should be either of
the following:[ie completion between 01.10.2015 to 30.09.2020]
Three similar completed works each costing not less than the amount equal to
a) Rs 34.10 Lakhs (for MSE units it is 28.99 Lakhs).
OR
Two similar completed works each costing not less than the amount equal to
b) Rs 45.47 Lakhs (for MSE units it is 38.65 Lakhs)
OR

c) One similar completed work costing not less than the amount equal to Rs
56.84 Lakhs (for MSE units it is 48.31 Lakhs)
DEFINITION OF SIMILAR WORKS:

“Experience in successful completion of supply of Fibre Reinforced


Plastic (FRP) components meant for joining Inner and Outer Vessels of
double wall Cryogenic Dewars / Vessels / Containers used to store
Cryogenic Liquids, i.e. Liquid Nitrogen, Liquid Oxygen, Liquid Argon,
Liquid Helium"

The Work Order should contain the above similar work items and for
qualification purpose the entire executed value of WO (which may contain any
other item) shall be considered.

If Rate Contracts of Similar Nature of Work has been successfully completed


by the Tenderer / Bidder during the last 5 (five) years up to the last day of the
month previous to the one in which tender is being invited, the same shall be
considered as completed works even if such Rate Contract is under execution
on account of contract extension, and cumulative value (actual executed
value) of all orders issued against the originally & extended awarded period of
the rate contract shall be considered, up to the qualifying period.

The Completion Certificate must mention the period of work. Completion of


any work should fall within specified time frame for acceptance of any work
order under similar work criterion. Completion date shall be the deciding factor
to conclude whether the job has been executed during the qualifying period or
not, even if work is commenced before specified time frame.

In case party does not meet the Similar Work Experience value(s) of executed
orders in the Original Contract Period then in that case they can club the
executed orders in the extended Contract period provided the extended work
order contains the reference for continuation of original work order. Rate
Contract and or Call up orders against Annual Maintenance Contract shall not
be accepted.

Such similar work should have been carried out by the party directly in their
name and subcontracting work will not be considered.

Documents required to be submitted against proof of completion:


1. In case of Work Order from Government Bodies/ PSUs - Copies of
Contract Document along with either completion certificates OR duly
Certified copy of 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.
2. 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 (i). TDS certificates / Bank
statements shall be used as corroborative evidence only.
3. In case of foreign currency transaction to Indian firms, proof of
remittance shall also be required. In case of credentials in foreign
currencies, the same shall be converted to INR based on either the
conversion rate mentioned in the remittance certificate (in case
available) or else (i.e. if the conversion rate is not mentioned in the
remittance certificate) SBI TT selling rate as on last day of the month
previous to the one in which the tender was invited
4. The work order cost should be considered inclusive of GST/Service
Tax but exclusive of AMC value if any.
5. Against orders submitted, which are placed by IOCL, proof of
completion may be established from internal records, however WOs &
relevant documents need to be submitted by bidders.

6. IOCL reserves the right to check the details of works completion directly
from client.
7. If the copies of work orders/contracts/agreements cannot be provided due
to Non Disclosure Agreement (NDA)/ Confidentiality/ Secrecy clause in
the contract between the vendor and customer, then the letter from the
customer addressed to IOCL specifying all relevant details like Date of
PO/contract agreement, Contract Value, Execution Value, date of
completion of work executed, along with copy of NDA/ Confidentiality/
Secrecy agreement or undertaking needs to be submitted.

19.2 ANNUAL TURNOVER:


i. The annual turnover of the Tenderers during any of the preceding three
financial years [ie FY 2017-18,2018-19 & 2019-20], should be at least Rs.
68.20 Lakhs (for MSE units it is Rs. 57.97 Lakhs)
ii. Turnover for this purpose should be as per audited Balance Sheet
including Profit and loss Account Statement/Published Account 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 its Income Tax Return should be obtained.
iii. Total Revenue as per Schedule III of Companies act, 2013 (Earlier revised
Schedule VI of Companies Act, 1956) shall be considered as Turnover.
iv. For Tenders invited during April – September, in case of non availability of
audited balance sheets (Profit & Loss Account Statement)/ published
accounts of 2019-20, the audited balance sheet (P&L Statement)/
published account of 2016-17 shall also be acceptable.[clause not
applicable, as invitation of tender is during oct 20]
19.3 Samples shall be called from only those bidders who qualify in above two
PQC (Annual Turnover, Similar Work Experience)

In order to qualify technically in this tender, the bidders who are engaged
in supply of items (mentioned in Similar Work Experience PQC above),
should submit within period of 30 days from date of intimation by IOCL,
samples of FRP Neck 5 nos each of 51 ID X 160 L (meant for BA3 Model
as per drawing no. 3-CC-306 Rev 01 & Spec. 30 Rev. 12) & 51 ID X 200 L
(meant for BA20/BA35 Model as per drawing no. 3-CC-307 Rev 01 &
Spec. 30 Rev. 12).

Bidders who have already supplied the tendered item in past five years to
IOCL, BG (Cryogenics) Nashik, ending last day of the month previous to
the one in which the tenders are being invited, need not submit the
samples.

The samples will undergo inspection as per drawings/Specs of tender and


only those bidders will qualify technically whose samples pass the tests.
The samples will not be returned back to bidders and shall remain as
property of IOCL.

19. 4 Other commercial criteria:


Following other criteria shall also be considered for evaluation:
 PAN No: Copy of Pan card to be uploaded.
 GST Registration No: Party should have valid GST registration and a copy
of the same to be enclosed.
 PF No: Copy of Registration Certificate.
 Partnership deed or Certificate of Incorporation with memorandum a
articles of association.
 Power of Attorney / Board resolution (as applicable) in favour of Tender
signing authority [DSC Holder].
 Declaration of holiday/blacklisting.
 Undertakings and Declarations for non-tampering,
 Undertakings and Declarations “A,B,C& D”
 Undertakings and Declarations Acceptance of Tender Terms and
Conditions as attached with the tender document. Bidders may upload this
document instead of complete set of technical bid documents as a token
of their acceptance.
 Duly filled Performa for declaration on NCLT/ NCLAT /DRT /DRAT/
Court Receivership/ Liquidation (Annexure-N).

19.5 Ambiguity/incomplete documents against PQC documents:


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 the 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/clarification”.
Corporation reserves the right to revise / extend any date / time from
scheduled timelines of published tender.

In case of ambiguity or incomplete documents to PQC, bidders shall be given


one opportunity with a fixed deadline after opening of bid to provide
complete and unambiguous supportive shortfall documents of Submitted
documents only, in support of meeting the PQ criteria. In case the bidder fails
to submit any document or submit incomplete documents with in the given
time, the bidder tender shall be rejected.

It may be noted that mere submission of the relevant information and


meeting the qualifying criteria would not entitle the bidder for technical
qualification. The details submitted and the credentials can be verified by the
concerned authority. In the event documents/information submitted by the
tenderer is found to be forged or incorrect, the tender shall be liable for
rejection and/or the contract with such tenderer shall be terminated
and/or EMD and/or SD submitted shall be forfeited. Such party may also be
put on ‘Holiday List’ by IndianOil.
19.6 Tax Implications:
 The composition scheme option for above work contract is not
applicable. Hence, vendor needs to be registered as normal assessee
and to provide GSTIN in tender.

 For the said work ITC would be available to IOC is 100.00% out of
estimated cost as other items are of civil capital nature.
Sr. No. Particulars Calculation
a) Basic Price quoted 100
b) GST chargeable (Say) 18.00%
c) Total including GST (a+b) 118
d) Less: GST ITC available 18X100.00%=18.00
e) Net Landed cost (c-d) 100.00
 After opening the price bid, party who has quoted the lowest rate (L1
rate) will be considered as L1 Bidder

20.0 EVALUATION OF TENDERS :

This is two bid tender on percentage basis on our Schedule of Rates provided in the
tender.

The methodology for evaluation of the bids shall be as under:

a. Bidders shall be asked to quote fixed percentage above or below the grand total of
IOCL estimated rates given in the ‘Rate Schedule / BOQ’ of the Price Bid and the
quoted fixed percentage (above or below the grand total of IOCL estimated rates)
shall be uniformly applicable to every individual item rate mentioned in the ‘Rate
Schedule / BoQ’ mentioned in the Price bid / SOR.
b. Only the technical bid, of all the parties submitting their tenders before due date and
time, shall be opened on the due date & time of opening. The offers shall be
evaluated based on the qualifying parameters mentioned above. The price bid of
only those parties shall be opened who are qualifying as per parameters mentioned
in the prequalifying criteria.
c. In case of ambiguity or incomplete documents to PQC, bidders shall be given one
opportunity with a fixed deadline after opening of bid to provide complete and
unambiguous supportive shortfall documents of Submitted documents only, in
support of meeting the PQ criteria. In case the bidder fails to submit any document
or submit incomplete documents with in the given time, the bidder tender shall be
rejected.
d. Bidders are informed that Reverse Auction shall be conducted for finalizing this
Tender. The highest bid received in Price Bid (BoQ) against this Tender shall not be
eligible to participate in the Reverse Auction process and the bid of such bidder (s)
shall be rejected by the system. Intimation by mail/SMS shall be provided to the
eligible bidders for Reverse Auction along with its scheduled start time and other
details.
e. In case if number of bids received are more than three (3), H-1 bid shall be auto
rejected from the system. In case, if H-1 bids are more than one, among those the
latest (last) bid submitted (as per original submission time not resubmission (if any)
shall be auto rejected from the system.
f. The lowest price shall be available on the Reverse Auction screen at any point of
time during the Auction process. This displayed price is the evaluated price based
on which the lowest bid is determined as per evaluation criteria/Tender Terms &
conditions. Accordingly the bidder will put his quote in the Auction window if he
wants to offer the reduced price considering the evaluation criteria as per Price Bid
(BoQ) / Tender Terms & Conditions.
g. Wherever required, the Evaluation factor/criteria shall be informed to the bidders
before start of Reverse Auction. In other cases the bidder shall calculate his final
evaluated price as per BoQ or evaluation criteria mentioned in the tender document
and quote accordingly.
h. Final Rate quoted by vendor after Reverse Auction & above process shall be
arranged in ascending order. Accordingly, merit shall be prepared based on the
same.
i. Lowest quote either of reverse auction or of the BOQ1 (in-case bidder does not
participate in reverse auction) shall be considered for evaluating bidders as L-1, L-
2, L-3… Ln and so on…
j. IOCL reserves the right to conduct price negotiation with overall L-1 bidder based
on price quoted in BoQ and Reverse Auction.
k. The lowest percentage quote post reverse auction shall be the Lowest Acceptable
Rate i.e. L-1 rate with or without negotiation as per the policy of the Corporation.
l. In case of tie between two or more bidders at L1 position,
i. All the L1 bidders shall be asked to submit discount bid in terms of percentage
discount over previous quoted amount in a sealed envelope after taking the
approval of competent authority.
ii. In case there is a tie again, 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 treated as L1 bidder.
iii. In case of tie at other than L-1 position (i.e. at L-2, L-3, L-4 ----Ln etc.), the
bidder with higher turnover worked out to three decimal points in any of the last
three years as submitted against turnover will be placed higher in the merit list
& so on...
m. Negotiations shall not be conducted with the bidders as a matter of routine.
However, Corporation reserves the right to conduct negotiations. Tenderers will
have to attend the Office of INDIAN OIL CORPORATION LIMITED as informed by
Tender Issuing Authority for negotiations/clarifications as required in respect of their
quotation without any commitment from INDIAN OIL CORPORATION LIMITED.
n. No escalation / de-escalation shall be applicable on this contract. Lowest
acceptable rates (to be decided by IOC) shall remain unchanged / fix for execution
of work till its completion.
o. L-1 party will be eligible for Lot-1 quantity [50%] , L-2 party will be offered Lot-2
quantity[30%] & L3 party will be offered Lot 3 quantity[20%], subject to their
matching L1 rates. If L2 party does not agree to match L1 rate, Lot-2 will be offered
to L3 party subject to matching L1 rate and so on… If L3 party does not agree to
match L1 rate, Lot-3 will be offered to L4 party subject to matching L1 rate and so
on...
p. Evaluation of parties for determining L-1, L-2 etc. would be done based on the Final
Rate quoted by vendor after Reverse Auction
q. If the finalized negotiated rate is not accepted by L2, L3, ….Ln Parties or only one
party qualifies for the Tender, Corporation reserves the right to allocate the entire
quantity to the L1 party. However the L-1 party has to give consent to deliver the
additional quantities also within the schedule time period. Also the L-1 party should
have turnover of minimum Rs.136.40 Lakhs (for MSE units it is 115.94 Lakhs).
r. If only 2 Technically qualified Offers are received, then in that case the Qty (20 %)
of LoT3, shall be offered to L1 in the ratio of (50/80 X 20 %) however L-1 party
should have turnover of minimum Rs.85.25 Lakhs (for MSE units it is Rs. 72.46
Lakhs) & to L2 in the ratio of (30/80 X 20 %).
Allotment of LOTs [ In case only Two Technically Qualified Bidders]
Bidders Requirement of Turn Requirement of Turn Allotment %
Ranking Over for Non MSEs Over for MSEs
L1 85.25 Lakhs 72.46 Lakhs 62.5%
L2 68.20 Lakhs 57.97 Lakhs 37.5 %

s. Quoted Rates shall be inclusive of all taxes, levies and transportation etc. except
GST which will be paid extra as per the applicable rate on the basic rates.
There is no Purchase Preference to MSE Units

21.0 Startup (MSEs or otherwise):

For Startup Units (MSEs or otherwise) there is no requirement of PQ Criteria against


Annual Turnover and Similar Work Experience, subject to meeting quality and technical
specifications of the tendered items & where tendered items are not critical in nature.

The procurement from Startups shall be taken up through development / trial order as
per laid down Corporation Guidelines.

Definition of Startups shall be in line with that published vide Gazette notification No. DL
33004/99 dated 23.05.2017 i.e. an entity shall be considered as a Startup:

a) If it is incorporated as a Private Limited Company (as defined in Company’s Act,


2013) or registered as a partnership firm (Registered under Section 59 of the
Partnership Act, 1932) or Limited Liability Partnership (under the Limited Liability
partnership Act , 2008) in India: and
b) Up to seven years from the date of its incorporation / registration; however, in the
case of Startups in the biotechnology Sector, the period shall be up to Ten years
from the date of its incorporation/registration; and
c) If its turnover for any of the financial years since incorporation / registration has
not exceeded Rupees 25 Crores; and
d) If it is working towards innovation, development or improvement of products or
processes or services, or if it is a scalable business model with a high potential of
employment generation or wealth creation.

Provided that any such entity formed by splitting up or reconstruction of a business


already in existence shall not be considered a “Startup”.

In addition, the following Eligibility Criteria should also be met: The Start-Up should not
have been black-listed by any Government entity or any Incubation Centre. The
Promoter(s) shall not have any criminal case pending in any Court of Law in India. A
Declaration to this effect shall be required to be submitted in this respect.

Further, in order to obtain benefits, a Startup so identified under the above definition
shall be required to submit a certificate of an eligible business from the Inter-Ministerial
Board of Certification/Certificate of Recognition issued by the Department of Industrial
Policy and Promotion, Ministry of Commerce and Industry, Government of India.

The above relaxation in Annual Turnover & Similar Work Experience shall only be
applicable for procurement of goods produced and services rendered and the relaxation
shall not be applicable for Works Contract. The above relaxation for Startups shall not be
applicable to items/services which are critical in nature. Items related to Public safety,
health, critical security operations and equipments etc shall be considered as critical
items / services.

Startup Unit is requested to submit a detailed proposal separately. Such proposal shall
be accompanied by below mentioned relevant documents:

1. Certificate of Recognition issued by the Department of Industrial Policy and


Promotion, Ministry of Commerce and Industry, Government of India.

2. Certificate of Incorporation

3. Audited P&L statement of all the Financial Years since Incorporation. In case where
balance sheet has not been prepared, bidder shall submit a certificate in original
from its CEO / CFO stating the turnover of the bidding entity separately for each
Financial Year since Incorporation along with a declaration stating the reason for
not furnishing the audited P&L statement. This certificate shall be endorsed by a
Chartered Accountant / Statutory Auditor.

The proposal shall be examined by IOCL and IOCL may consider inviting a detailed offer
from the Startup with the intent to place a trial or test (development) order provided the
Startup meets the Quality and Technical Specification of the tendered item. The trail
Order / Development Order will be at finalized rate of tender in which the Startup unit has
submitted their Technical Offer.

If bidders have submitted documents to prove the Startup status for the tendered item
without certificate towards quality, assurance and capability, IOCL, if needed, may
assess the techno-commercial capability of the vendors to manufacture and deliver
goods as per the prescribed quality and technical specification before awarding
trial/development Order to them. If required, a techno-commercial team of IOCL may visit
the manufacturing unit of the vendor. If favourable technical capability reports obtained
earlier on such firms for supply of the item in question as per the required specification is
available, these may be considered, provided date of such reports are not more than one
year from the date of opening of bids. In case there is deficiency in technical capability of
the firm, the same shall be communicated by IOCL to them for improvement in the
quality of their product for future tenders and clearly indicating that their offer cannot be
consider for relaxation against the tender in question and to avoid any future
complications.

Startups (recognized by DIPP) are exempted from paying EMD on submission of valid
“Certificate of Recognition” issued by DIPP (Department of Industrial Promotion &
Policy).

22.0 Information to Bidders:


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. Notwithstanding any other condition/provision in the tender documents, bidders are
required to submit complete documents pertaining to PQC along with their offer. Faiure
to meet the PQC will render the bid to be summarilly rejected.
6. IOC reserves the right to compelete the evaluation based on the details furnished by
the bidder, with or without seeking any additional supporting documents/ clarifications.
7. The bid of the party will also be rejected on the following grounds:
a. Tenderer not meeting tender qualifying parameter norms specified / not submitting
pre qualifying and mandatory documents as per NIT.
b. Non-withdrawal of conditions imposed in tender document & conditions imposed
during negotiations.
c. 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.
d. Tenderer submitting fabricated/ false/ forged documents for the tender.
e. Tenderer put on holiday list during the pendency of this tender.

8. BIDDERS UNDER INSOLVENCY OR LIQUIDATION OR BANKRUPTCY


PROCEEDINGS UNDERINSOLVENCY AND BANKRUPTCY CODE, 2016:
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 cases 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 cases where code is not applicable)
against/by the bidder at any stage of evaluation of the bid.
c. 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 at 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).
d. If bidder refuses or fails to share the information regarding their status of insolvency
resolution process or liquidation or bankruptcy proceeding as sought hereinabove,
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.
e. 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.
f. 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.
g. 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 results in a contract, IOCL, without prejudice to
any other any other remedy or action available with IOCL, shall be within its rights
to terminate the resultant contract.
h. A Declaration / Undertaking shall be submitted by the bidder in the attached format
along with the techno-commercial Bid.
9. 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.
10. 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.
All bidders must login and visit their DASHBOARD on regular basis to get the timely
updates related to any communication sent in the form of e-mail/SMS by system
11. Legal dispute, if any, arising during the evaluation of the tender shall be within the
jurisdiction of local courts .

a) For disputes up to stage of LOA – Mumbai.


b) For disputes during execution stage –Mumbai.

12. IOCL’s decision on all matters pertaining to this tender is final and binding for all
bidders.
13. Please visit our website https://iocletenders.nic.in for further details of this tender.

14. 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.
Clause: “Party may be put on holiday list & forfeiture of EMD in the
event of any one or more of the following :
If a Party
A. Has indulged in malpractices such as bribery, corruption, fraud and
pilferage.
B. Is bankrupt or is being dissolved or has resolved to be wound up or
proceedings for winding up or dissolution has been instituted.
C. Has submitted fake, false or forged documents/ certificates.
D. Has substituted materials in lieu of materials supplied by IOCL or has
not returned or has short returned or has unauthorized disposed off
materials/ documents/ drawings/tools or plants or equipment supplied by
IOCL.
E. Has obtained official company information or copies of documents, in
relation to the tender/ contract, by questionable methods/ means.
F. Has deliberately violated and circumvented the provisions of labour
laws/ regulations/ rules, safety norms or other statutory requirements.
G.Has deliberately indulged in construction and erection of defective works
or supply of defective materials.
H.Has not cleared IOCL’s previous dues.
i.Has committed breach of Contract or has failed to perform a contract or
has abandoned the contract.
J.Has refused to accept Fax of Acceptance/ Letter of Acceptance/ Purchase
Order/ Work Order after the same is issued by IOCL within the validity
period and as per agreed terms and conditions.
K.After opening of Price Bid, on becoming L1, withdraws/ revises his bid
upwards within the validity period.
L.Has parted with, leaked or provided confidential/ proprietary information
of IOCL given to the party only for his use (in discharge of his obligations
against an order) to any third party without prior consent of IOCL.
M.Any other ground for which in the opinion of the Corporation makes it
undesirable to deal with the party.
N If a communication is received from the Administrative Ministry of
IOCL to ban a party from dealing with IOCL, the party shall be
automatically put on Holiday list.”

Signature Not Verified


Digitally signed by PARMAR ASHOK
VASANJI
Date: 2020.10.29 22:53:31 IST
Location: Indian Oil Corporation Ltd-IOCL

You might also like