You are on page 1of 21

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.
S. No. DESCRIPTION DETAILS
1. TENDER No. : SRCC/PT/066/KESO/2021-22
2021_SROTN_137223_1
2. NAME OF THE : Rate Contract for Professional/Architectural Consultancy Services
WORK such as Surveying, Soil Investigation, Structural Designing,
Developing Layout Plan & Other Detailed Drawings, Preparation of
BoQ for Development/ Modernization/ Upgradation of Retail
Outlets, Kisan Seva Kendras, Consumer Pumps, Terminals, Depots,
AFSs’ etc. for locations in the state of Kerala under Kerala State
Office.

3. TYPE OF TENDER : Electronic Bid under Two Bid System

Part-A: Technical/ Commercial Bid


Part-B: Price Bid
4. OFFICES & : S No Name of the Office Revenue districts/ Location
GEOGRAPHIC
1 Cochin Divisional Office : Ernakulam, Aleppey, Idukki,
LOCATIONS OF
Districts covered. Thrissur & Palakkad.
WORK.
2 Kozhikode Divisional Kozhikode, Malappuram,
Office : Kannur, Kasargode &
Districts covered. Wayanad
3 Trivandrum Divisional Trivandrum, Kollam,
Office : Kottayam & Pathanamthitta.
Districts covered.
4 Terminal, Depot, AFS: 1. Cochin Terminal,
Respective locations. Irumpanam.
2. Ernakulam Terminal,
Ernakulam South.
3. Willingdon Terminal,
Willingdon Island.
4. Kozhikode Depot, Feroke.
5. Trivandrum AFS,
Trivandrum
6. Nedumbasserry AFS,
Nedumbasserry
7. Kozhikode AFS, Karipur
8. Cochin AFS, Cochin
5. TOTAL ESTIMATED : Rs.6, 40, 15,000/- (exclusive of GST @ 18%) for 2 years.
PROJECTED COST
Rs.7, 55, 37,700/- (Inclusive of GST @ 18%) for 2 years.

Note:
The above projected value is tentative & may increase or decrease
during the validity of contract.

6. TOTAL NO. OF : 6 (Six) Nos.


PARTIES REQUIRED
Shall be Empanelled subject to matching L1 rates in accordance with
evaluation criteria (As mentioned under Para 24 below).

Work shall be distributed equitably among them.

7. EARNEST MONEY : NIL. The requirement of EMD is waived against submission of


DEPOSIT Bid Security Declaration (attached separately with the tender)
from bidders in lieu of EMD.

The duly filed in and signed Bid Security Declaration shall be


submitted by all bidders
The duly filled in and signed Bid Security Declaration shall be
submitted online in place of EMD exemption document/BG
as applicable for the tender. Bids without Bid Security
Declaration will be rejected.

8. TENDER DOWNLOAD PERIOD FROM e-TENDER PORTAL

Starts on : 25.06.2021 at 15:00 Hrs.

Ends on : 20.07.2021 at 15:00 Hrs.

9. PRE-BID MEETING Bidders to please note that Pre-Bid Conference shall not be held in
view of the prevailing condition due to COVID-19 and as per the
Government directives. However, bidders may send their queries by
mail to email ID given below on or before 05.07. 2021 at 15:00 Hrs.

Name: Ms. Ranjita Mahapatra


Designation: DGM Contracts, SRO
Contact No: 044-28333747,9445459909
E-mail ID: rmahapatra@indianoil.in
Any queries received after this date/time shall not be entertained.
Replies to all the queries shall be uploaded in the E-Tender portal.
10. SUBMISSION OF TENDER IN e-TENDER PORTAL:
All parties are requested to start the submission process at least 4 hours prior to the
submission end date to avoid problem in submitting documents due to last minute rush.

Starts on : 09.07.2021 at 15:00Hrs.

Ends on : 20.07.2021 at 15:00 Hrs.

11. DUE DATE FOR OPENING OF TENDERS:


Opening of Tender : 21.07.2021 at 15:00 Hrs.
(Technical Bid only)
12. VALIDITY OF OFFER : The rates shall remain valid up for 180 days from date of opening of
the Technical Bid.

The Lowest Acceptable rate (i.e. the rate finalized L-1 rate with the
successful Bidder, with or without negotiations) shall remain valid
throughout the entire period of Contract once the Letter of
Acceptance (LOA)/ Work Order is placed on the successful bidders.

13. VALIDITY OF THE : Two (02) years from the date of placement of Rate Contract order,
RATE CONTRACT which can be extended for a period of another one year on mutual
consent basis, at the same rates, terms and conditions.

14. SECURITY DEPOSIT : The security deposit shall be an amount equivalent to 3% of


contract value (excluding GST).

ISD shall be of 1% of contract value and then the balance of SD shall


be recovered from running bills @ 2% of the gross value of works
certified, till the total amount of SD is covered.

15. DISTRIBUTION OF : Work shall be distributed among 6 (six) parties equally in the ratio
WORKS of 16.67:16.67:16.67:16.67:16.67:16.67

(i.e.
16.67 % to L-1 (finalized L-1 with or without negotiation),
16.67 % to L-2 (finalized L-2 with or without negotiation, if matching
L-1 rates),
16.67 % to L-3 (finalized L-3 with or without negotiation if matching
L-1 rates),
16.67 % to L-4 (finalized L-4 with or without negotiation, if matching
L-1 rates),
16.67 % to L-5 (finalized L-5 with or without negotiation, if matching
L-1 rates)
and
16.67 % to L-6 (finalized L-6 with or without negotiation, if matching
L-1 rates).

In case required numbers of parties are not found, IOCL reserves the
right to distribute the balance work equitably among finalized
parties subjected to meeting turnover criteria.

16. SCHEDULE OF : Call up POs shall be placed for each work by the respective DOs or
CALL-UP ORDERS Terminal/ Depots/ AFS as and when the requirement arises. The
AND COMPLETION details of work shall be mentioned in the Call up PO accordingly.
PERIOD
The completion time will be as per time notified under individual
call up orders placed under the rate contract for successful bidders.

For this purpose, even the information sent by E-mail/SMS shall also
be considered as date of placement of call up order on the party.

17. PRICE : ½% of entire call up order value per week of delay in completion of
ADJUSTMENT works at any location in the Call-Up order or part thereof subject to a
maximum of 10% of individual call-up order.

18. ESCALATION/ : Escalation/ de-escalation shall not be applicable.


DE-ESCALATION
Rates finalized shall be valid for the entire period of contract,
including extensions if any.

19. VERIFICATION OF : Document verification with Originals shall be carried out only for the
ORIGINAL successful bidders within 7 working days from the date of opening
DOCUMENTS of price bids or as advised by IOCL.

20. PRE-QUALIFICATION CRITERIA (PQC):

Bidders who meets the following Pre-Qualifying criteria only need to apply for this tender.

20.1. SIMILAR WORKS:

SIMILAR WORKS shall mean “Experience in successful completion of providing


professional/ architectural consultancy services in Petroleum Industry or any industry.”

EXPERIENCE: The bidder should have the experience of having successfully completed similar
woks (defined above) during the last five years ending 31.05.2021. The executed value of
works during the last 5 years, which shall be inclusive of taxes/GST and are as detailed
below:
 For Non-MSE Bidders:

(Required value of work orders: i.e. 3 WOs of 30% Or 2 WOs of 40% Or 1 WO of 50% of
annualized estimated work value per vendor including GST)
i) Three similar completed works each costing not less than Rs. 18.88 Lakhs.
OR
ii) Two similar completed works each costing not less than Rs. 25.18 Lakhs.
OR
iii) One similar completed work costing not less than Rs. 31.47 Lakhs.

 For MSE Bidders:

(Required value of work orders: 3 WOs of 25.5% Or 2 WOs of 34% Or 1 WO of 42.5% of


annualized estimated work value per vendor including GST)
i) Three similar completed works each costing not less than Rs. 16.05 Lakhs.
OR
ii) Two similar completed works each costing not less than Rs. 21.40 Lakhs.
OR
iii) One similar completed work costing not less than Rs. 26.75 Lakhs.

A) Documents required to be submitted against proof of completion

i) The completion certificate, submitted by the bidder shall indicate the date of
completion, total value of completed job, inclusive of taxes also. The value of
completed job as submitted by the prospective bidder shall be compared with the
value as prescribed above. There shall be no deductions against tax.

ii) Cumulative value of all call up orders issued against a rate contract or cumulative
value of different rate contracts finalized against one tender, shall also be treated as
valid orders and can be submitted against the above PQ criteria under similar works.
Final executed value or cumulative executed value (As on last day of the month
previous to the one on which tender is being invited) of such Call-up orders against
Rate Contracts (finalized against one tender) shall be treated as a single order.

iii) In case of work order from Government bodies/PSUs- Copies of Contract document
along with either completion certificates consisting of date of completion &
executed value OR duly Certified copy of bill/Invoice required for establishing
credentials.

iv) 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 document specified at (iii) above.

v) In case of foreign currency transaction to Indian firms, proof of remittance shall also
be required. In case of credential in foreign currencies, same shall be converted to
INR based on SBI TT selling rate as on the last date of the month previous to the one
in which tender is invited.

vi) Any other documents as deemed required by the Tender Consideration Committee
for establishing the credentials of participating bidders.

vii) Against orders placed by IOCL, proof of completion may be established from internal
records.
Note:

 The documents submitted against the above pre-qualification criteria shall include &
shall clearly indicate the similar nature of works as defined above under Para 20.1 above.

 The experience of the tenderer for work completed as per above requirement must be
of their own i.e. Proprietary, Partnership, Limited Companies as an individual firm and
not with the support of another party/ parent company/ subsidiary/ partner firm/ group
firm/ backup firm or as a consortium etc. The credentials of the parent company, JV
Company, partner company, subsidiary company etc shall not be considered.

 Completion of any work should fall within time frame as specified above 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.

 Value of work actually executed shall be considered for the purposes of evaluation of
work order amount under the qualifying parameters.
20.2 ANNUAL TURNOVER:

The “Bidder” or their “Group Company” either individually or collectively should have
achieved a minimum “Annual Turnover” (as indicated below) as per the audited financial
statement (including the balance sheet and profit & loss account) during any of the last three
preceding financial years (i.e. 2017-18, 2018-19 & 2019-20). In case of credential of foreign
group companies, the annual turnover shall be for financial year as reckoned in their country.

 For Non-MSE Bidders: Rs.37.77 Lakhs. (i.e. 60% of Annualized estimated work
value per vendor including GST)
 For MSE Bidders: Rs. 32.10 Lakhs.(i.e. 51% of Annualized estimated work value
per vendor including GST)
Note:
 In the case where subsidiaries or group companies are not required to publish their
financial report, the bidder has to submit the annual report of its parent company.
Turnover for this purpose should be as per audited Balance Sheet of the tenderer.

 Total Revenue as per Schedule III of Companies act, 2013 (Earlier revised Schedule VI of
Companies Act, 1956) shall be considered as Turnover. Audited Balance Sheet / Published
accounts on a calendar year basis shall also be acceptable. (The balance sheet copy MUST
bear the Registration Number of the authorized Chartered Accountant and its SEAL. This
is not applicable for published annual reports).

 In case of Annual Turnover submitted by any bidder in foreign currencies, the same will
be converted to INR based on SBI TT Selling rates as on 31.05.2021

 Documents required :

 Audited Balance Sheet including Profit & Loss statement / Published accounts / Profit
& Loss Account statement of the Bidder or its Group Company for any of the last
three preceding consecutive financial years(i.e. 2017-18, 2018-19 & 2019-20)

 Documents submitted in support of above need to be certified by local chamber of


commerce for bidders submitting credentials of foreign vendors.

 Explanatory notes for “Group Company”:

i) Group companies can either be Parent company, direct subsidiary or In-direct


subsidiaries:

ii) Group Company-Parent company and direct subsidiaries: If the parent company
holds 51% or more of the equity share capital in their subsidiary companies, then
such companies are called direct subsidiaries and shall be considered as part of
group companies.

iii) Group Company-Parent Company and indirect subsidiaries: If the parent company
holds 100% of the equity share capital in their subsidiary company, which in turn
holds 100% of the equity share capital in its subsidiary company, they are called
indirect subsidiaries and shall be considered as part of Group Companies.

iv) In case, bidder is a Group Company, then credential of Parent/ Group companies
shall be considered to establish Financial Capability.

v) Documents required in evidence of Group Company:


a) Company Profile & Annual Report
b) Letter from the Parent / Subsidiary giving details of holding.

vi) In case a bidder is a “Company” incorporated in India who is a wholly owned


“Subsidiary Company” of another Company (‘Group Company’) and the bidder does
not meet the turnover criteria on their own, then the turnover of the Group
Company can be considered for the purpose of “Turnover” criteria subject to the
following:

a) The arrangement permitting the Bidder to quote and rely upon the Turnover of
the Group Company in the Bidder’s quotation through a binding agreement
needs to be recorded and submitted along with the bid.

b) The “Bidder” as well as “Group Company” shall submit an irrevocable


undertaking stating therein that both of them i.e. the Bidder as well as its
‘Holding Company’ shall be jointly and severally liable for due performance of
the Contract and the acts done / not done by them (either individually or
collectively) in pursuance thereof.

c) If wherever Government of India’s approval is necessary for the above


arrangement, bidder confirms to submit copy of Government approval along
with the bid.

d) Such successful bidders, who have qualified based on credentials of their


“Group Company”, shall submit an additional security from the “Group
Company” of the Indian subsidiary Company (Bidder) in the form of a Bank
Guarantee, for successful performance of the work. This BG is to be obtained
from such successful bidders after placement of LOA.

 The value of BG should be 5% of the total contract value or Rs. 100 Lakh
whichever is less. In case of a foreign holding company giving BG in foreign
convertible currency (FCC), the conversion to INR will be done using the
exchange rate prevailing on the day of LOA.

 The BG format for the additional security will remain same as the format
of BG for the Security Deposit and should remain valid up to 3 months
from the date of work completion of last work against the last call order.

21. OTHER MANDATORY DOCUMENT / CRITERIA:

Following other criteria shall also be considered for commercial evaluation:

a) PAN CARD
b) PF Registration Certificate
(In case a bidder is not covered under the PF Registration Rule due to the number
of employees working under him being less than the threshold limit of 20 then,
then Contractor should submit INDEMNITY BOND UNDERTAKING FOR PF) as per
given format, giving the reference of tender no.)

c) GST Registration No.

d) Partnership deed or Certificate of Incorporation with memorandum & articles of


association.

e) Power of Attorney/ Board resolution (as applicable) in favour of Tender signing


authority.

f) Undertaking against the following:

i) Undertaking by Tenderer in lieu of tender documents.


ii) Declaration for Blacklisting / Holiday listing.

Bidders to enclose copy of applicable certificates/ declarations/ agreement etc. (as


applicable) in lieu of above. All the above credentials under Clause 21 shall be in the name of
the bidder.

Documents if available in public domain or available in IOCL database (SAP records) shall also
be considered.

22. AMBIGUITY / INCOMPLETE DOCUMENTS AGAINST PQC DOCUMENTS:

i) 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.

ii) 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.

23. SUMMARILY REJECTION:


The tenders of the vendors falling in any one of the below will be summarily rejected:

a. Late submission of the tender.

b. Non-submission of Bid Security Declaration (in lieu of EMD) as per the terms &
conditions.
c. Not meeting the required PQ Criteria as prescribed in the tender.

d. Submission of forged or false documents / information by any Tenderer shall make their
offer invalid. In addition, action shall also be taken by IOCL for forfeiture of EMD as well
as putting the Tenderer on Holiday list.

e. The bidder has to give declaration in a prescribed format that he / it / they is / are not
under any Holiday List / Black List declared by the OWNER or by any Department of the
State or Central Government or by any other Public Sector Organization and that there is
no inquiry in respect of any corrupt or fraudulent practice pending against him / it /
them. In case he/ it / they are under any such list, or any inquiry is pending he/ it / they
shall in the declaration give full details thereof.
The tenders of such vendors who are under the holiday / black list of Indian Oil will be
summarily rejected.
f. For vendors who are under the holiday list of any Department of the State or Central
Government or by any other Public Sector Organization, 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 and their tender will be summarily rejected.

Holiday listing by other PSUs / Government Departments shall not automatically extend
to IOCL unless the Administrative Ministry of IOCL advised for the same after undertaking
due diligence and process.
g. Bidder who are under liquidation, court receivership or similar proceedings.

h. Bidder who are undergoing insolvency resolution process or liquidation or bankruptcy


proceeding under Insolvency and Bankruptcy Code, 2016.

i. Bidder, whose insolvency resolution process or liquidation or bankruptcy proceeding is


initiated under the code at any stage of evaluation of the bid.

j. Bids from Consortium or MOU parties.

k. Affiliates of a firm are not permitted to make separate bids directly or indirectly. 2 or
more Parties who are affiliates of one another can decide which affiliate will make a bid.
Only one affiliate may submit a bid. If two or more affiliates submit a bid, then all of
them are liable for disqualification.

It will be treated that a person shall be deemed to have submitted more than one bid if a
person bids in an individual or proprietorship format and/or in a partnership or
association of persons format and/or in a Company format.

 A company shall for this purpose include any artificial person whether constituted
under the laws of Indian or of any other country.

 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 has submitted the bid or is a
member of any association of persons which has submitted a bid.

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.

24. EVALUATION CRITERIA:


24.1 Upon receipt of the bids, the documents submitted by all the parties shall be
scrutinized with respect to submission of EMD, PQC, other necessary documents,
acceptance to all terms & conditions as per the tender. The offers shall be scrutinized
and on the basis of the uploaded documents in e-tender portal.

24.2 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.

IOCL reserves the right to complete the evaluation based on the details furnished by the
bidder with or without seeking any additional supporting documents/ clarifications.

24.3 Only the bidders meeting the PQ criteria (as per NIT) shall be considered for further
evaluation & for subsequent opening of price bids. The methodology for evaluation of
the bids shall be as under:

24.3.1 The selection / evaluation of L1 bidder will be done based on reverse auction
method as mentioned below:
As purchase preference is applicable in this tender for MSEs, MSE Bidders who wish to
avail the purchase preference should update their profile on the e-Tender portal and
follow the instruction given in the Bidder’s Help Document for preferential bidding
attached separately with this tender. The Bidder should check for latest version of the help
document, if any, available on the e-tender portal and follow the instruction therein.

The Bidder who does not register and update their profile as preferential bidder will not be
considered for preferential benefits.

The procedure for evaluation of tenders shall be as follows:


a) Only the Technical Bid, of those parties uploading their tenders before due date
and time of submission, shall be considered for opening.
b) The techno- commercial bid shall be scrutinized and evaluated based on the
qualifying parameters mentioned above and on the basis of the uploaded
documents in e-tender portal.
c) The Price Bid of only those parties shall be opened who qualify as per the
qualifying parameters after evaluation as mentioned above. Prior intimation will
be sent to the qualifying parties regarding due date and time of opening of Price
Bid.
d) Bidders are informed that Reverse Auction will be conducted for finalizing this
Tender
e) Qualifying Criteria for Reverse Auction:
I. a) In case of tenders with preferential bidding and if there are more than three (3)
techno-commercially accepted bidders:

i) H1 bidder will be rejected if he is a non-preferential bidder;


ii) In case if H1 bidder is a preferential bidder, H1 bidder will be rejected if his quote
is beyond the defined tolerance limit of L1 price as per his preferential category.

b) In case of more than one H1 bidders (H1 tie), latest bid received (bidder whose
bid is received at the last) out of all H1 bidders will be rejected as per
provisions mentioned above.
II. An intimation by mail / SMS shall be provided to the eligible bidders for Reverse
Auction.

f) The lowest price as well as bidder’s latest 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 of BOQ / 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) The lowest quote after end of Reverse Auction shall be considered for further
processing.
i) Party who has quoted the lowest rate (L1rate) on landed cost basis will be
considered for award of work with or without negotiation and after considering
the tax credit implication wherever applicable as per the policy of the
Corporation.
j) IOCL reserves the right to conduct price negotiation with overall L1 bidder based
on price quoted in BOQ and RA. In the event of bidder submitting turnover
documents for only one or two years, L-1 shall be considered on the basis of
turnovers submitted.
k) In case the bidder has been asked to submit price bid/price implication in physical
form, the use of white/erasing fluid for correcting the rates is banned. Wherever
the rates are corrected with white/erasing fluid, the bids will be summarily
rejected.
l) 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 at their own cost as
required in respect of their quotation without any commitment from INDIAN OIL
CORPORATION LIMITED.
m) In case a bidder is put on holiday / Blacklisted after opening of price bid, then bid
of such bidders will be ignored & will not be further evaluated. The bidder will not
be considered for issue of order even if the party is the lowest (L1) and BG/EMD
made by the party shall be returned. In such situation next lowest shall be
considered as L1.
n) IOCL shall not be bound to accept lowest or any tender and reserve the right to
accept one or more tenders in part or full. The decision of IOCL in this regard shall
be the final.
24.3.2 Lowest acceptable net delivered price for all items in the price schedule put together,
inclusive of GST (As quoted by bidder in price-bid). In arriving at the L-1 net delivered
rate, Input Tax Credit available to the Corporation (if any) will be taken into
consideration. Net Delivered price = Delivered price minus Input tax credit as
available to IOCL. (Full/ Part/ Nil);
24.3.3 The comparative statement is auto generated in the e-tender portal after opening of
price bids for all technically qualified bidders. However, IOC reserves the right to
ignore this auto generated comparative statement & prepare a manual statement for
the purpose of evaluation of bids. Negotiation will not be conducted with the bidders
as a matter of routine. However, Corporation reserves the right to conduct
negotiations.
24.3.4 The lowest acceptable rates (L-1) as finalized through reverse auction method as
described above, shall be offered to all the finalized parties based on their position
(L2, L3, L4 etc). Only parties agreeable to the above condition i.e.to execute the work
with the “lowest acceptable rate” (to be decided by the corporation) shall be
considered for further process.
24.3.5 Based on their accepting the finalized L1 rates, the parties will be selected as per their
ranking in the merit list till the number of vendors required for that particular state
office as specified in tender is fulfilled. Thus bare acceptance of our L1 rates does
not guarantee empanelment for a bidder.
24.3.6 Work is proposed to be distributed uniformly among all the finalized parties. Since 06
(six) parties are to be finalized, therefore the work will be distributed among the six
parties in the ratio of 16.67:16.67:16.67:16.67:16.67:16.67 (i.e. 16.67 % to L-1
(finalized L-1 with or without negotiation), 16.67 % to L-2 (finalized L-2 with or
without negotiation, if matching L-1 rates), 16.67 % to L-3 (finalized L-3 with or
without negotiation, if matching L-1 rates), 16.67 % to L-4 (finalized L-4 with or
without negotiation, if matching L-1 rates), 16.67 % to L-5 (finalized L-5 with or
without negotiation, if matching L-1 rates) and 16.67 % to L-6 (finalized L-6 with or
without negotiation, if matching L-1 rates).
In case required numbers of parties are not found, the balance work shall be
distributed among finalized parties based on their acceptance and subjected to
meeting turn over criteria as per below given table: -
CASE-1 CASE-2 CASE-3 CASE-4 CASE-5
If 3 Nos of If 2 Nos of
If 4 Nos of
If 5 Nos of Party Selected Party
Party Selected
Party Selected then Selected If only 1 No of
then
then Distribution then Party Selected
Distribution
Distribution Of Of Work will Distribution then 100%
Of Work will
Work will be in be in the ratio Of Work will work will
be in the ratio
the ratio of @ of @ be in the allocated
of @
20:20:20:20:20 33.33:33.33:3 ratio of @ subjected to
25:25:25:25
subjected to 3.33 50:50 meeting
subjected to
meeting subjected to subjected to following
meeting
following meeting meeting criteria
following
criteria following following
criteria
criteria criteria
Amount (in Amount (in Amount (in Amount (in Amount (in
Description %
Rs.) Rs.) Rs.) Rs.) Rs.)

Estimated
cost, inclusive X X
100% X X X
of GST for one
year
Annual
Turnover for
60% X/5 * 60% X/4 * 60% X/3 * 60% X/2 * 60% X * 60%
Non-MSE
Bidders
Annual
Turnover
51% X/5 * 51% X/4 * 51% X/3 * 51% X/2 * 51% X * 51%
criteria for
MSEs:

24.3.7 In dividing the quantity while allocation to bidders in different scenario for any
fraction or imbalance arise in calculation or to take care of any practical difficulties,
the decision on distribution pattern among shortlisted bidders, as decided by IOCL
authority, will be the final and binding on bidders.
25 PRIVILEGES FOR MSE BIDDERS:
25.1 SECURITY DEPOSIT:
MSE vendors are not exempted from payment of security deposit.

25.2 PURCHASE PREFERENCE/ RESERVATION OF TENDERED QUANTITIES TO MSE (MICRO


AND SMALL ENTERPRISES BIDDERS:
Purchase preference shall be applicable against procurement of goods produced and
services rendered by Micro and Small Enterprises. For claiming Purchase Preference
as MSE, the bidder’s registration shall cover the tendered item. The registration
certificate submitted must also specify the category of enlistment as “Micro or Small
Enterprise”. The tendered work (i.e. Rate Contract for Professional/Architectural
Services such as Surveying, Soil Investigation, Structural Designing, Developing Layout
Plan & Other Detailed Drawings, Preparation of BoQ for Development/
Modernization/ Upgradation of Retail Outlets, Kisan Seva Kendras, Consumer Pumps,
Terminals, Depots, AFSs’ etc. for locations in the state of Kerala under Kerala State
Office) is considered as under “Procurement of goods produced and services” and
hence the Purchase preference to such MSE bidders is proposed as below:

25.2.1 The modalities for granting purchase preference under Public Procurement Policy for
Micro & Small Enterprises (MSEs) Order, 2012 shall be as follows:
# Condition Remarks
When MSE Case-I
is L1 If the quantity allocated to L-1 (MSE), as per evaluation criteria
defined under Clause 24 above, is meeting at least 25 % of the
tendered quantity, then no further purchase preference will be
applicable for any other MSE bidder.

Case-II
If the quantity allocated to L-1 (MSE), as per evaluation criteria
defined under Clause 24 above, is less than 25 % of the tendered
quantity and no other MSE bidder at any other position is
shortlisted for allocation, then in such case, the L1 bidder (MSE) will
be allocated 25 % of the of the tendered quantity and balance 75 %
will be distributed equitably among eligible non MSE bidders.
When MSE Case-I
is not L1 but If there is only 1 eligible MSE bidder (at other than L-1), as per
within a evaluation criteria defined under Clause 24 above, then 25 % of
price band tendered quantity through MSE subject to matching of L1 rates.
of L1+15 Balance 75 % will be distributed equitably among eligible non MSE
percent bidders.

Case-II
If in normal case, total allocation made to all eligible MSE bidder(s),
as per evaluation criteria defined under Clause 24 above, is at least
25 % of the tendered quantity, then no further purchase preference
will be applicable for any other MSE bidder.

Case-III
If in normal case, total allocation made to all eligible MSE bidder(s),
as per evaluation criteria defined under Clause 24 above, is less
than 25 % of the tendered quantity, then the differential quantity
(i.e. quantity allocated less 25 % of the tendered quantity) will be
split equally among all the eligible MSE bidder(s).

Case-IV
In case one or more MSE (not L1 but within a price band of L1+15
percent) is/are not getting any allocation as per evaluation criteria
defined under Clause 24 above, then the work (i.e. 25 % of the
tendered quantity) will be split equally among all eligible MSEs
agreeing to match L1 rates subject to 4% allocation to MSE owned
by SC/ST entrepreneurs and 3 % allocation for women owned MSE.

For example: say 8 MSE parties fall within price band of +15% with
only 1 SC/ST MSE and 1 Women MSE and all agreeing to match L1
rates. SC/ST MSE shall be awarded 4 % of quantity and Women
owned MSE to be awarded 3 % of quantity. Balance 18 % shall be
distributed equally among all other eligible MSEs.

In tenders where only one women SC/ST entrepreneur qualifies for


purchase preference, she may be allocated for both SC/ST as well as
Women i.e. minimum 7%.

Allocation of 4% for SC/ST MSE & 3% for Women owned MSE are
the minimum allocation. In case such bidders get higher allocation
in normal course as being a MSE bidder, the higher allocation shall
be provided to such bidder.

In case there are more than one bidder within the price band of (+)
15% of lowest bidder’s evaluated price, they shall be ranked in
ascending order of their evaluated price.

The opportunity of matching the price shall be accorded starting


from the lowest bidder out of these bidders for each category
(General, SC/ST & Women) and in case of his refusal, to the next
bidder, and so on.
25.2.2 I) For the above purpose MSEs owned by SC/ST entrepreneur shall mean:
a) In case of proprietary MSE, Proprietor shall be SC/ST.
b) In case of partnership MSE, the SC/ST partners shall be holding at least 51 %
shares in the enterprise.
c) In case of Private Limited companies, at least 51% shares shall be held by SC/ST
promoters.

Note: To qualify for entitlement as SC/ST owned MSE, the SC/ST certificate issued by
District Authority must be submitted by the bidder in addition to Certificate of
Registration as MSE. The bidder shall be responsible to furnish necessary
documentary evidence for enabling IOCL to ascertain that the MSE is owned by
SC/ST.

II) The above purpose MSEs owned by Women entrepreneurs shall mean:
a) In case of Proprietary MSE, proprietor shall be Women.
b) In case of Partnership MSE, The Women partner shall be holding at least 51%
share in the enterprises.
c) In case of private limited companies, at least 51% shares shall be held by
Women Partners.
Note: for women owned MSE, the bidder shall submit suitable documentary evidence
as per above

25.2.3 The above purchase preferences to MSE bidders shall be evaluated in line with bid
evaluation criteria defined under Para 24 above.

In dividing the quantity, while allocation to MSE bidders in different scenario for any fraction
or imbalance arise in calculation or to take care of any practical difficulties, the decision on
distribution pattern among shortlisted MSE bidders, as decided by IOCL authority, will be the
final and binding on MSE bidders.
26. Start-Ups are not eligible to bid in this tender.

27. Legal dispute, if any, arising during the evaluation of the tender or after placement of LOA
shall be as per following:

 For disputes up to stage of LOA – The Court of Jurisdiction for all matters under the
Tender shall be at Chennai.

 For disputes during execution stage - The Court of Jurisdiction for all matters under
the Tender shall be at Cochin.

28. OTHER IMPORTANT CLAUSES:

a) Empaneled Parties shall be required to comply the following, failing which no call up
orders shall be placed on the party and action shall be taken against them for de-
empaneling &/or forfeiting of their EMD/ISD:

i. To have their authorized representative/single point contact with complete contact


details reporting to Designated Engineers of SO/DO/Locations on periodic basis.

ii. Proper office in Kerala with following minimum requirements:

1) 1 No PC/ Laptop with latest AutoCAD software for development of drawings.

2) 1 No Colored Printer (minimum up to A3 size).

3) Tie-up/ facilities for Scanning (minimum up to A3 size), Plotting, Ammonia


printing (up to A0 size)

4) Internet connection & an e-mail facility

5) Tie-up/ facilities with Total Station Survey Agency, Soil Investigation Agency,
Structural Engineer/Consultant, Architects, Competent Person (for PESO work),
etc.

6) Compliance with ALC, PF, ESIC & other Statutory Authorities as applicable.

b) No compensation will be paid by the IndianOil for reduction of Scope of Work or


Quantities mentioned in Price Bid and overrules all provisions given in the General
Conditions of Contract.

29. OTHER POINTS

29.1 Tender Document can be downloaded from https://iocletenders.nic.in/ and on line bids
are required to be submitted with Digital signatures on the system.

29.2 Bidder to note that the Corporation reserves the right to revise/ extend any date/
time from the scheduled timelines of the tender.

29.3 The offers shall be scrutinized and evaluated based on the qualifying parameters
mentioned above and on the basis of the uploaded documents in e-tender portal.

29.4 The Bidders shall upload legible scanned copy of necessary documents in support of
required qualification and experience along with their offer as per instruction given in
the Special Instructions to Bidders.

29.5 Physical/ Manual Bids shall not be accepted. Bids shall be accepted only though e-
Tendering portal. No manual bid shall be permitted along with electronic bids. In case
of receipt of manual bids apart from specifically requested offline documents in the
tender, same shall be returned to the bidder. Additional documents received through
email shall also be ignored for the purpose of evaluation, unless specifically advised
by the Tender Issuing Authority. Bidders may please note that since this is an e-
Tender, tender documents can only be downloaded and bidding documents can only
be submitted in the manner specified in ‘Special Instructions to bidders for
participating in e-tender’ attached separately in this tender.

29.6 In case the bidder has been asked to submit price bid/price implication in physical
form, the use of white /erasing fluid for correcting the rate is banned. Wherever the
rates are corrected with white/erasing fluid, the bids will be summarily rejected.

29.7 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

29.8 IOCL reserves the right of cancellation of the tender without assigning any reasons
whatsoever.

29.9 It is mandatory for every bidder to fill all the documents as set out in the tender
document irrespective of their earlier association with INDIAN OIL CORPORATION
LIMITED. Any conditional / incomplete offer or failure to follow above instructions
shall lead to disqualification even at the time of opening of bids.

29.10 Canvassing for information or submission of forged or false documents / information


by any Bidder shall make the offer invalid. In addition, action shall also be taken by
IOCL for forfeiture of EMD as well as putting the Bidder on Holiday list.

29.11 No suo – motto reduction in prices quoted by the bidder shall be permitted after
opening of the bids. If any bidder unilaterally reduces the prices quoted by them after
opening of bids, the bid of such bidder will be summarily rejected.

29.12 Bidders may note that negotiations will not be conducted with the bidders as a
matter of routine. However, Corporation reserves the right to conduct such
negotiations. Bidders will have to attend to the office of the Corporation for
negotiations/ clarifications required in respect of their bids without any commitment
on the part of the Corporation. In case of negotiation, the Bidder should send the
confirmation of such negotiation so as to reach the office of the Corporation within 7
days from the date of negotiations failing which the Corporation reserves the right to
ignore the bid.

29.13 The language of all the documents submitted by the bidder against this tender in
English. For all documents in other than English, translated document through a
Sworn/ Certified Translators shall be submitted as part of the bid documents at no
extra cost to IOCL.

29.14 All Bidders must have Type II or above Digital Signature Certificate and have to
register themselves in the above website in order download the tender and Bid for
the same.

29.15 All parties are requested to start the submission process sufficiently in advance prior
to the submission end date to avoid problem in submitting documents due to last
minute rush.

29.16 Any query with regard to non-issuance of the tender documents or rejection of the
tender may be forwarded to Mr. R. Sundareswaran, GM (Contract Cell) SR, Indian Oil
Corporation Ltd, Marketing Division, SRO, Chennai e-mail: e-mail:
sundareswaran@indianoil.in

29.17 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.

29.18 Please visit our website https://iocletenders.nic.in for further details of this tender.

29.19 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

29.20 Following copy of documents is to be submitted by the successful bidder prior to


placement of work order.

Sl no Description
1 ESIC Certificate and the indemnity bond as per the format attached
with the tender.
2 Safety declaration
3 Undertaking for non-engagement of child labour

29.21 Corporation reserves the right to revise/extend any Date/time from scheduled
timelines of published tender.

30. CONTACT PERSON & OFFICE ADDRESS:


Name: Ms. Ranjita Mahapatra
Designation: DGM Contracts, SRO
Contact No: 044-28333747,9445459909
E-mail ID: rmahapatra@indianoil.in
Indian Oil Corporation Limited (MD),
Southern Regional Office, Regional Contract Cell,
Nungambakkam, Chennai – 600 034.

Following points are to be noted by the tenderer and quote accordingly:

a) All required documents are to be submitted only with technical/ commercial bid.
b) No documents/ conditions should be attached with the price bid.
c) Corporation reserves the right for outright reject of conditional bids.
d) Non submission of all required documents or incomplete submission of any
documents may result in rejection of the tender.
-------------------------------------------------------------------------------------------------------------

GM(Contract Cell) SRO

Signature Not Verified


Digitally signed by RANJITA MAHAPATRA
Date: 2021.06.25 09:51:13 IST
Location: Indian Oil Corporation Ltd-IOCL

You might also like