You are on page 1of 17

Bid Number/बोली मांक ( बड सं या) :

GEM/2023/B/3325022
Dated/ दनांक : 03-04-2023

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 17-04-2023 15:00:00

Bid Opening Date/Time/ बड खुलने क


17-04-2023 15:30:00
तार ख/समय

Bid Offer Validity (From End Date)/ बड पेशकश


120 (Days)
वैधता (बंद होने क तार ख से)

Ministry/State Name/मं ालय/रा य का नाम Ministry Of Petroleum And Natural Gas

Department Name/ वभाग का नाम Indian Oil Corporation Limited

Organisation Name/संगठन का नाम Iocl-rhq

Office Name/कायालय का नाम Iocl-rhq

Custom Bid for Services - Dark Web and Brand Monitoring


Service for a period of 5 years ITEM 1 Dark Web and Brand
Monitoring Services QTY 20 QTRS TOTAL LUMPSUM PRICE
INCLUSIVE OF GST FOR 20 QTRS TO BE QUOTED , Custom
Item Category/मद केटे गर
Bid for Services - Dark Web and Brand Monitoring Service
for a period of 5 years ITEM 2 TAKE DOWN SERVICES QTY
2000 NOS TOTAL LUMPSUM PRICE INCLUSIVE OF GST FOR
2000 NOS TO BE QUOTED

Contract Period/अनुबंध अविध 5 Year(s)

MSE Exemption for Years of Experience and


No
Turnover/ अनुभव के वष से एमएसई छूट

Startup Exemption for Years of Experience


No
and Turnover/ अनुभव के वष से टाटअप छूट

Experience Criteria,Bidder Turnover,Certificate (Requested


in ATC),Additional Doc 1 (Requested in ATC)
Document required from seller/ व े ता से मांगे *In case any bidder is seeking exemption from Experience /
गए द तावेज़ Turnover Criteria, the supporting documents to prove his
eligibility for exemption must be uploaded for evaluation by
the buyer

Bid to RA enabled/ बड से रवस नीलामी स य कया Yes

RA Qualification Rule H1-Highest Priced Bid Elimination

Type of Bid/ बड का कार Two Packet Bid

Time allowed for Technical Clarifications


during technical evaluation/तकनीक मू यांकन के 3 Days
दौरान तकनीक प ीकरण हे तु अनुमत समय

1 / 17
Bid Details/ बड ववरण

Evaluation Method/मू यांकन प ित Total value wise evaluation

EMD Detail/ईएमड ववरण

Advisory Bank/एडवाईजर बक State Bank of India

EMD Amount/ईएमड रािश 276800

ePBG Detail/ईपीबीजी ववरण

Advisory Bank/एडवाइजर बक State Bank of India

ePBG Percentage(%)/ईपीबीजी ितशत (%) 3.00

Duration of ePBG required (Months)/ईपीबीजी क


60
अपे त अविध (मह ने).

(a). EMD EXEMPTION: The bidder seeking EMD exemption, must submit the valid supporting document for the
relevant category as per GeM GTC with the bid. Under MSE category, only manufacturers for goods and Service
Providers for Services are eligible for exemption from EMD. Traders are excluded from the purview of this
Policy./जेम क शत के अनुसार ईएमड छूट के इ छुक बडर को संबंिधत केटे गर के िलए बड के साथ वैध समिथत द तावेज़ तुत करने है ।
एमएसई केटे गर के अंतगत केवल व तुओं के िलए विनमाता तथा सेवाओं के िलए सेवा दाता ईएमड से छूट के पा ह। यापा रय को इस नीित के
दायरे से बाहर रखा गया है ।

(b). EMD & Performance security should be in favour of Beneficiary, wherever it is applicable./ईएमड और संपादन
जमानत रािश, जहां यह लागू होती है , लाभाथ के प म होनी चा हए।

Beneficiary/लाभाथ :
DGM CO IS
Iocl-rhq, INDIAN OIL CORPORATION LIMITED, IOCL-RHQ, Ministry of Petroleum and Natural Gas
(Narinder Kumar)

Splitting/ वभाजन

Bid splitting not applied/बोली वभाजन लागू नह ं कया गया.

MII Compliance/एमआईआई अनुपालन

MII Compliance/एमआईआई अनुपालन Yes

MSE Purchase Preference/एमएसई खर द वर यता

MSE Purchase Preference/एमएसई खर द वर यता Yes

1. Purchase preference to Micro and Small Enterprises (MSEs): Purchase preference will be given to MSEs as

2 / 17
defined in Public Procurement Policy for Micro and Small Enterprises (MSEs) Order, 2012 dated 23.03.2012 issued
by Ministry of Micro, Small and Medium Enterprises and its subsequent Orders/Notifications issued by concerned
Ministry. If the bidder wants to avail the Purchase preference for services, the bidder must be the Service
provider of the offered Service. Relevant documentary evidence in this regard shall be uploaded along with the
bid in respect of the offered service. If L-1 is not an MSE and MSE Service Provider (s) has/have quoted price
within L-1+ 15% of margin of purchase preference /price band defined in relevant policy, then 100% order
quantity will be awarded to such MSE bidder subject to acceptance of L1 bid price.
2. Estimated Bid Value indicated above is being declared solely for the purpose of guidance on EMD amount and
for determining the Eligibility Criteria related to Turn Over, Past Performance and Project / Past Experience etc.
This has no relevance or bearing on the price to be quoted by the bidders and is also not going to have any
impact on bid participation. Also this is not going to be used as a criteria in determining reasonableness of
quoted prices which would be determined by the buyer based on its own assessment of reasonableness and
based on competitive prices received in Bid / RA process.

3. Reverse Auction would be conducted amongst all the technically qualified bidders except the Highest quoting
bidder. The technically qualified Highest Quoting bidder will not be allowed to participate in RA. However, H-1
will also be allowed to participate in RA in following cases:

i. If number of technically qualified bidders are only 2 or 3.


ii. If Buyer has chosen to split the bid amongst N sellers, and H1 bid is coming within N.
iii. In case Primary product of only one OEM is left in contention for participation in RA on elimination of H-1.
iv. If L-1 is non-MSE and H-1 is eligible MSE and H-1 price is coming within price band of 15% of Non-MSE L-1
v. If L-1 is non-MII and H-1 is eligible MII and H-1 price is coming within price band of 20% of Non-MII L-1

Additional Qualification/Data Required/अित र यो यता /आव यक डे टा

Pre Qualification Criteria ( PQC ) etc if any required:1680496251.pdf

Scope of Work:1680496257.pdf

Service Level Agreement (SLA):1680496264.pdf

Payment Terms:1680496271.pdf

GEM Availability Report ( GAR):1680496277.pdf

Any other Documents As per Specific Requirement of Buyer -1:1680496285.pdf

Pre Bid Detail(s)

Pre-Bid Date and Time Pre-Bid Venue

10-04-2023 11:00:00 Refer NIT for details

Custom Bid For Services - Dark Web And Brand Monitoring Service For A Period Of 5
Years ITEM 1 Dark Web And Brand Monitoring Services QTY 20 QTRS TOTAL LUMPSUM
PRICE INCLUSIVE OF GST FOR 20 QTRS TO BE QUOTED ( 1 )

Technical Specifications/तकनीक विश याँ

Specification Values

Core

Description /Nomenclature of Dark Web and Brand Monitoring Service for a period of 5 years ITEM 1
Service Proposed for procurement Dark Web and Brand Monitoring Services QTY 20 QTRS TOTAL LUMPSUM
using custom bid functionality PRICE INCLUSIVE OF GST FOR 20 QTRS TO BE QUOTED

Regulatory/ Statutory Compliance


YES
of Service

3 / 17
Specification Values

Compliance of Service to SOW,


YES
STC, SLA etc

Addon(s)/एडऑन

Additional Specification Documents/अित र विश द तावेज़

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार

The quantity
of
Consignee procurement
S.No./ . Reporting/Officer/ Additional
"1" indicates
परे षती/ रपो टग Address/पता Requirement/अित र
सं. Project
आव यकता
अिधकार based or
Lumpsum
based hiring.

122001,Corporate Information
Systems Department,
Corporate Business Technology
1 Narinder Kumar Center, Indian Oil Institute of 1 N/A
Petroleum Management
Complex, 83, Institutional Area,
Sector-18

Custom Bid For Services - Dark Web And Brand Monitoring Service For A Period Of 5
Years ITEM 2 TAKE DOWN SERVICES QTY 2000 NOS TOTAL LUMPSUM PRICE INCLUSIVE
OF GST FOR 2000 NOS TO BE QUOTED ( 1 )

Technical Specifications/तकनीक विश याँ

Specification Values

Core

Description /Nomenclature of Dark Web and Brand Monitoring Service for a period of 5 years ITEM 2
Service Proposed for procurement TAKE DOWN SERVICES QTY 2000 NOS TOTAL LUMPSUM PRICE
using custom bid functionality INCLUSIVE OF GST FOR 2000 NOS TO BE QUOTED

Regulatory/ Statutory Compliance of


YES
Service

Compliance of Service to SOW, STC,


YES
SLA etc

Addon(s)/एडऑन

Additional Specification Documents/अित र विश द तावेज़

4 / 17
Consignees/Reporting Officer/परे षती/ रपो टग अिधकार

The quantity
of
Consignee procurement
S.No./ . Reporting/Officer/ Additional
"1" indicates
परे षती/ रपो टग Address/पता Requirement/अित र
सं. Project
आव यकता
अिधकार based or
Lumpsum
based hiring.

122001,Corporate Information
Systems Department,
Corporate Business Technology
1 Narinder Kumar Center, Indian Oil Institute of 1 N/A
Petroleum Management
Complex, 83, Institutional Area,
Sector-18

Buyer Added Bid Specific Terms and Conditions/ े ता ारा जोड़ गई बड क वशेष शत

1. Generic

OPTION CLAUSE: The buyer can increase or decrease the contract quantity or contract duration up to 25
percent at the time of issue of the contract. However, once the contract is issued, contract quantity or
contract duration can only be increased up to 25 percent. Bidders are bound to accept the revised
quantity or duration

2. Purchase Preference (Centre)

Purchase preference to Micro and Small Enterprises (MSEs): Purchase preference will be given to MSEs as
defined in Public Procurement Policy for Micro and Small Enterprises (MSEs) Order, 2012 dated
23.03.2012 issued by Ministry of Micro, Small and Medium Enterprises and its subsequent
Orders/Notifications issued by concerned Ministry. If the bidder wants to avail the Purchase preference,
the bidder must be the manufacturer of the offered product in case of bid for supply of goods. Traders are
excluded from the purview of Public Procurement Policy for Micro and Small Enterprises. In respect of bid
for Services, the bidder must be the Service provider of the offered Service. Relevant documentary
evidence in this regard shall be uploaded along with the bid in respect of the offered product or service. If
L-1 is not an MSE and MSE Seller (s) has/have quoted price within L-1+ 15% of margin of purchase
preference /price band defined in relevant policy, such Seller shall be given opportunity to match L-1
price and contract will be awarded for percentage of 100% of total value.

3. Purchase Preference (Centre)

Preference to Make In India products (For bids less than 200 Crore):Preference shall be given to Class 1
local supplier as defined in public procurement (Preference to Make in India), Order 2017 as amended
from time to time and its subsequent Orders/Notifications issued by concerned Nodal Ministry for specific
Goods/Products. The minimum local content to qualify as a Class 1 local supplier is denoted in the bid
document 50%. If the bidder wants to avail the Purchase preference, the bidder must upload a certificate
from the OEM regarding the percentage of the local content and the details of locations at which the local
value addition is made along with their bid, failing which no purchase preference shall be granted. In case
the bid value is more than Rs 10 Crore, the declaration relating to percentage of local content shall be
certified by the statutory auditor or cost auditor, if the OEM is a company and by a practicing cost
accountant or a chartered accountant for OEMs other than companies as per the Public Procurement
(preference to Make-in -India) order 2017 dated 04.06.2020. Only Class-I and Class-II Local suppliers as
per MII order dated 4.6.2020 will be eligible to bid. Non - Local suppliers as per MII order dated 04.06.2020
are not eligible to participate. In case Buyer has selected Purchase preference to Micro and Small
Enterprises clause in the bid, the same will get precedence over this clause.

5 / 17
4. Forms of EMD and PBG

Bidders can also submit the EMD with Payment online through RTGS / internet banking in Beneficiary
name

Indian Oil Corporation Limited


Account No.
10813608818
IFSC Code
SBIN0017313
Bank Name
State Bank of India
Branch address
New Delhi
.
Bidder to indicate bid number and name of bidding entity in the transaction details field at the time of on-
line transfer. Bidder has to upload scanned copy / proof of the Online Payment Transfer along with bid.

5. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

INDIAN OIL CORPORATION LIMITED


(REFINERIES DIVISION HEAD QUARTERS)
(New Delhi)
(Regd. Office: G-9, Ali Yavar Jung Marg, Bandra (East)
Mumbai-400051 (India) CIN - L23201MH1959GOI011388)

NOTICE INVITING TENDER (GeM)

Sl.
DESCRIPTION DETAILS
No.

1.
Tender No. RHQC22171

2. Type of Tende
Domestic Competitive Bidding under Two Bid system
r

3. Mode of Tende
Open Tender with Reverse Auction
ring

4. Availing of Dark-Web & Brand Monitoring Services


Name of Work
for a period of 5 years

6 / 17
Contract period shall be 05(Five) years from the dat
e of solution commissioning in IOCL.
The successful bidder to ensure the solution commissio
ning in all aspects as per the scope defined in the Tende
r document to be completed within 4 weeks from the da
te of issuance of LoA/wo (whichever is earlier)
5.
Time Schedule The Contract duration shall be for a period of 5 years fro
m the date of start of service, after being duly accepted
and approved by IOCL.

Refer detailed Delivery/time schedule in Chapter-


4

Tender
6.
Download Sch As per date and time mentioned on GeM portal
edule

10th April 2023, 11.00 Hrs (IST) onwards

The Pre-bid meeting shall be held on Video Conferencin


g platform with all intending & interested bidders.

Bidder may please send e-mail to tender inviting authori


ty and get joining link & credential through mail latest b
7. Pre-Bid Meetin y 07th April 2023, 17:00 Hrs. IST.
g

The Tenderer requiring any clarification on the bidding d


ocument may notify the Tender Inviting Authority by e-
mail in the prescribed format (available in the tender do
cument) at least 02 (two) days before pre bid meeting.
Based on the Pre-bid meeting, IOCL will issue necessary
Amendments / Addendums (Only if felt necessary by IO
CL) in GeM portal only. No reply to Pre-bid queries of ind
ividual prospective bidders may be given in any other fo
rm.

Last date of su
8.
bmission of te As per date and time mentioned on GeM portal
nder & EMD

7 / 17
Techno-comm
9. ercial Tender
opening date As per date and time mentioned on GeM portal

EMD of INR 2,76,800/- (Indian Rupees Two Lakh Se


10. Earnest Money venty Six Thousand and Eight Hundred only) is ap
Deposit (EMD) plicable as per GeM portal and terms governed by GeM
GTC.

Pre-Qualificati The intending tenderers shall have to furnish proof of th


11.
on Criteria (PQ eir Pre-Qualification and Experience along with the part-
C) I (techno-Commercial Bid).
Annual turnover of at least INR 33.21 Lakh
during any of the three preceding financial years (i.e. 2
019-20, 2020-21 and 2021-22)

Note:

For fulfilling the financial criteria (ATO), an audited bala


nce sheet and profit and loss account of the bidder shall
Annual Turno be considered as acceptable proof.
11.1
ver (ATO)
Published Annual report available in the public domain s
hall also be acceptable.
In case the NIT publication date is within 06 (six) month
s from close date of preceding financial /accounting yea
r, the bidder can submit the balance sheets of any of th
e previous three years (excluding the immediate preced
ing year), if the balance sheet of immediate preceding y
ear is not available.

8 / 17
The bidder should have an experience of having execu
ted similar work during the last 5 years in India or abro
Value of Simil ad of:
ar Work Order i) One order costing not less than INR 27.68 Lakh
(SWO) execute OR
d by the bidde
ii) Two orders costing not less than INR 22.14 Lakh e
r for similar na
ach
ture of work (
during any of t OR
he last five ye iii) Three orders costing not less than INR 16.61 Lakh
ars ending on l each
ast day of the
month immedi Completed or running contract can be submitted as a
11.2 ately previous proof of execution of similar work. However, in case of
to the month i contracts which are currently running, suitable docume
n which last d nt (certified by “WO issuing company”/ Customer’s En
ate of bid sub gineer-In-Charge indicating executed value up to the s
mission falls) tipulated/ cut-off date* will be treated as proof of com
(in case of ext pletion of work. In case of Running Contract only the c
ended bid sub ompleted value of work shall be considered.
mission date, *Cut-off date: Last date of the month prior to the due d
original bid su ate of bid submission.
bmission date Note: All values with respect to Purchase Orders / Wor
shall be consid
k Orders, etc. submitted for proof of work done, exclus
ered)
ive of all taxes viz. GST, Service tax etc. shall be consi
dered for evaluation.

Documentary evidence:
1. Copy of work order along with completion certif
icate
OR
Note:
Document/Letter from customer certifying the wo
rk done and value executed up to the cut-off date
i.e. last day of the month immediately previous to
the month in which last date of bid submission fal
ls.

“The similar items/job/work would be either "Dark


Similar nature Web Monitoring" or "Digital Brand Monitoring" or
shall be define
"Take Down Service" or a combination of any of th
d as
11.3 ese.

Technical Pre-Qualification Crite


11.4 ria Documents required

9 / 17
1. Technical PQC-1 Purchase Order OR Copy of Work Or
der OR letter from customer indicati
ng “Brand and / or Dark Web solutio
The proposed OEM's / Service Provid n/ services” provided.
er's Brand and / or Dark web solutio
n/services must have been provided
in at least 3 distinct Organizations in
India or Abroad. The period for whic
h the services should be of at least
1 year in the last 5 years.

Technical PQC-2 Purchase Order OR Copy of Work Or


der OR letter from customer indicati
ng “Brand and / or Dark Web solutio
2. OEM / Service Provider of the Brand n/ services” provided.
and Dark web solution/services shou
ld have at least one active customer
reference globally

Technical PQC-3 Purchase Order OR Copy of Work Or


der OR letter from customer indicati
ng “Brand and / or Dark Web solutio
3. The OEM / Service Provider must ha n/ services” provided.
ve been in the domain of "Dark Web
" services for the last 5 years or mor
e.

Technical PQC-4

The bidder shall submit the authoriz


ation certificate for the quoted soluti
on from the OEM/Service Provider, a Undertaking / Certificate to be subm
uthorizing the bidder to participate i itted which is issued by the OEM/Ser
n the Tender. The undertaking shoul vice Provider in the name of bidder
4. d also include declaration stating th
at the offered services should not ha
ve been declared end of sale at the
time of bidding from the OEM/Servic
e Provider and availability of support
for the quoted solution/services for t
he next 5 years from the date of bid
submission.

Offer must be uploaded on GeM portal before the last


12. Mode of submi date & time of submission of tender.
ssion Offer submitted using any other mode will not be accept
ed.

10 / 17
i. PF Code Allotment letter / PF registration.
ii. Independent ESI Code or undertaking for Indepe
ndent ESI code in the Format given as Annexure
to ITB.
iii. Assessment Order or copy of Income Tax Return
s (duly acknowledged by Income Tax Departmen
13. Other require t), for last 03 (three) financial years.
ments iv. Power of Attorney in favour of person authorized
to submit the bid.
v. Copy of PAN card.
vi. Certificate of Incorporation / Partnership deed/ Pr
oprietor ship affidavit.
vii. GSTIN registration certificate.

Mr. Suresh Chandra DGM (Contracts), Indian Oil Cor


poration Ltd. Project Department, 4th Floor, Core-2 Scop
14. Tender Invitin
g Authority e Complex, Lodhi road, New Delhi-110003, Tel No.: 011-
71725831/5798, E-mail: chandras@indianoil.in/brindhag
@indianoil.in

15. Integrity Pact


Not Applicable
Agreement

Applicable

16. Reverse auctio


n
Please refer to clauses on Reverse Auction in GeM Gene
ral Terms and Conditions (GTC)

17. Preferential P Applicable [ as per P PP-MII policy and MSE policy and their l
urchase atest amendments]

Applicable
PPP-MII (Purch
18. ase
preference ba
sed on Local c Bidder to submit necessary declaration as per format en
ontent) closed in policy document.

Applicable.

19. PPP-2012 (MS


E policy)
Bidders have to submit UDYAM registration certificate. P
lease refer to detailed instructions in the tender.

Whether the t
20. endered job Yes
is ARC / AMC?

11 / 17
21. General

Bidder to note the following before bidding:

Provisions/Conditions stipulated in NIT supersedes all the sections of Tend


er document

i) Offers from following types of bidder will not be accepted:


a) Who are in the Holiday list of IOCL or its Administrative Ministry, MoP
NG
b) Who are under liquidation, court receivership or similar proceedings
c) Who are undergoing insolvency resolution process or liquidation or b
ankruptcy proceeding under Insolvency and Bankruptcy Code,2016(C
ode) or any other applicable law (in case where Code is not applicabl
e).
d) Whose insolvency resolution process or liquidation or bankruptcy pro
ceeding is initiated under the Code or any other applicable law (in ca
se where Code is not applicable) at any stage of evaluation of the bid
.In case where the bid of the L-1/rank-1 bidder is rejected on the afor
esaid grounds during the period between Price-Bid-Opening and
Award-of-Contract, then the bid of the next eligible bidder will be con
sidered for further processing.
e) Consultant or their subsidiary Company or companies under the man
agement of consultant for execution of the same project for which th
ey are working as consultant.
f) Foreign bidders are participating in Domestic /National tender
g) Offer from Joint Bidders / Consortium

ii) The subject work is indivisible and shall be awarded to single successfu
l bidder unless stated otherwise elsewhere in the tender document.
iii) The experience of bidding entity will only be considered unless specific
ally permitted in the tender document to use the credentials of its parent or
any group company to meet the Experience Criteria. A work executed by a
bidder for its own plant/projects shall not be considered as experience for t
he purpose of meeting requirement of experience criteria of the tender. Ho
wever, jobs executed for Subsidiary / Fellow Subsidiary / Holding company

12 / 17
will be considered as experience for the purpose of meeting experience crit
eria subject to submission of tax paid invoice(s) duly certified by Statutory
auditor of the bidder towards payments of statutory tax in support of the jo
b executed for Subsidiary / Fellow Subsidiary /Holding company. Such bidde
rs shall submit these documents in addition to the documents specified in t
he PQ Documents to meet Experience Criteria.
iv) Detailed work order qualifying for similar in nature as described inclu
ding covering letter and schedule of rates and satisfactory completion cert
ificate containing executed value & date of completion of similar nature of
work as defined above shall be required. However, where the executed val
ue is not mentioned in the completion certificate, the copy of certified bill
shall also be acceptable for determining value if submitted along with com
pletion certificate. In case executed value is not mentioned in the completi
on certificate issued by the client, work order value with amendments, if a
ny, shall be considered for the purpose of evaluation. Executed value or w
ork order value, whichever is higher shall be considered for evaluation of p
re-qualification.
In case, the executed value of job is more than work order value and bidd
er claims for meeting the PQC requirement on the basis of executed value
then it is the responsibility of the bidder to submit the documentary evide
nce of final executed value (such as copy of final bill, executed value ment
ioned in completion certificate etc.) along with his bid.
v) In case of Sub-contract works, the bidder is also required to submit a C
ertificate from the end user / Owner / Consultant of the Owner stating that t
he main contractor has intimated them about the engagement of sub-contr
acting OR have been allowed/ permitted as a sub-contractor.
vi) The offers with incomplete /irrelevant documents or anomalies are liabl
e to be rejected without any communication. Hence, bidders are advised to
take utmost care while uploading their prequalification documents.
vii) In case of Rate Contracts, which are running under extension after ori
ginal contractual completion period, suitable document (certified by “WO i
ssuing company” / Engineer-In-Charge) indicating executed value up to th
e original/extended completion period along with extension letter will be tr
eated as proof of successful completion of work
viii) If the documentary evidence of executed value is submitted by the bidde
r along with his bid then the work order value or executed value, whicheve
r is higher, shall be considered for meeting PQC requirement and his offer
will be evaluated accordingly. If no documentary evidence is submitted by
the bidder for the completion value then his offer will be considered on the
basis of the work order value of successfully completed work and no furthe
r query in this regard will be made.
ix) For ARC jobs (more than one-year duration), evaluation for experience
criteria shall also be based on annualized value of work order or annualized
executed value, whichever is higher and submitted by the bidder.
x) In case of foreign bidders, if applicable, if the value indicated is in curre
ncy other than USD the same shall be converted in equivalent USD conside
ring the conversion rate as on the date of issue of the reference order(s) ba
sed on SBI bill selling rate.
xi) Relevant supporting documents towards other requirements specified
are also to be uploaded along with Techno-commercial bid failing which bid
is liable for rejection.

13 / 17
xii) The completion certificate, submitted by the bidder shall separately ind
icate the Service Tax amount included in the value of completed job OR a s
eparate certificate from the respective client, mentioning the service tax a
mount , if any, included in the value of completed job under consideration s
hould be submitted by the bidder.
xiii) Amount considered for meeting the experience criteria of PQC shall be exc
lusive of Service Tax/GST. In case the value of job submitted by the bidder
does not have clarity with regard to inclusion/exclusion of Service tax/GST,
the amount appearing in the certificate shall be considered exclusive of tax
and shall be evaluated accordingly.
xiv) IOCL reserves the right to reject any or all of the tenders or any parts of th
e tender so received and may cancel the tender in part or full, extend the d
ue date of Tender submission etc. without assigning any reason.
xv) IOCL will allow Purchase Preference to MSE as per applicable Govt. gui
delines, if mentioned applicable in NIT.
xvi) Bidders are to quote their most competitive rates. Negotiations will not be
conducted with the bidders as a matter of routine. However, Owner reserve
s the right to conduct negotiations.
xvii) Legal dispute, if any, shall only be within the jurisdiction of Local Court un
less mentioned otherwise.
xviii) All communication will be made through GeM web site (https://gem.gov.in
). However, IOCL reserve the right to take cognizance of the communication
made outside GeM Portal under exceptional circumstances.
xix) Bidder cannot make any claim against IOCL towards its expense incurred i
n connection with the preparation and delivery of their bids, site visit, partic
ipating in the discussion and other expenses incurred during bidding proces
s.
xx) Bidder should make sure that their priced bid (Part-II/BOQ) contain only
prices. Rates mentioned elsewhere shall not be taken into cognizance. Offe
r shall be liable for rejection if any condition directly or implied, recorded in
Priced Bid (Part-II/BOQ).
xxi) Submission of authentic documents is the prime responsibility of the bidde
r. Wherever IOCL has concern or apprehension regarding the authenticity/ c
orrectness of any document, IOCL reserves the right to get the documents v
erified from issuing authority/any relevant source. If documents (part or full
) are found forged, such offers will be summarily rejected and EMD will be f
orfeited and may be debarred from future tenders.
xxii) After opening of the technical bids but before the opening of the price bids
, the bids may be rejected for unsatisfactory performance or adverse comm
ents which have come to the notice of the tender inviting authority.
xxiii) Offers not meeting statutory requirement are liable for rejection.
xxiv) Bidders are advised to visit Announcement section/ Information for DSC/ Bi
dders Manual Kit/ FAQ of GeM Portal before bidding.
xxv) Notwithstanding any other condition/ provision in the tender documents, bi
dders 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 de

14 / 17
tails furnished by the bidder, with or without seeking any additional support
ing documents/ clarifications.
xxvi) Refer ITB of the tender document /Special Instruction to Bidder (SITB) of G
eM tender web site for more details.
xxvii) Any Addendum/Corrigendum/Sale date extension in respect of above Ten
der shall be issued on GeM portal only and no separate notification shall be
issued in the press. Bidders are therefore requested to regularly visit our w
ebsite to keep themselves updated. Failure of Bidder to submit tender with
out taking cognizance of Corrigendum / Amendment (if any) issued by IOCL
shall make bid liable for rejection.
xxviii) IOCL does not take any responsibility for the correctness of tender docum
ents obtained from any other source. Bidders are advised to visit above me
ntioned website before submitting their offer for official version of the tende
r document including any corrigendum / amendment if any, which shall be
binding to the bidder.
xxix) Earnest Money Deposit (EMD): Applicable. Exempted categories define
d in GeM GTC.
xxx) In case, a bidder submits any of the Pre-Qualification supporting document
s in any Foreign language other than English, then it will be the responsibili
ty of the bidder to also provide the English translation copy of the such doc
ument duly certified, stamped and signed by their Local Chamber of Comm
erce/ Notary.

xxxi) During the contract / engagement the organization, its employees, agents,
other contractors, sub-contractors and their employees, etc., may be expos
ed to certain unpublished price sensitive information (UPSI), that is not gen
erally available and which upon becoming generally available is likely to ma
terially affect the price of the securities issued by Indian Oil. Such UPSI shal
l be held by the organization, its employees, agents, other contractors, sub-
contractors and their employees etc., in strictest confidence and shall not b
e disclosed to any other party except on need to know basis and with the pr
ior consent of Indian Oil.
It is hereby further cautioned that, the organization, its employees, agents,
other contractors, sub-contractors, their employees and immediate relative
s thereof, should not trade in the securities of Indian Oil while in possession
of such UPSI or communicate such UPSI to any person except in furtheranc
e of legitimate purposes, performance of duty or discharge of legal obligati
ons. Any trades in securities of Indian Oil, while in possession of any UPSI w
ould be presumed to have been motivated by the knowledge and awarenes
s of the UPSI and liable for penal action under this contract / engagement a
s well as under SEBI (Prohibition and Insider Trading) Regulations, 2015. It i
s therefore advised to familiarize with the “Code for Prevention of Insider Tr
ading in the Securities of Indian Oil”, copy of which is hosted on the website
www.iocl.com.
Accordingly, it must be ensured that any UPSI, whenever received from the
Indian Oil,
(a) shall be used solely for the purpose for which it is being disclosed;
(b) shall be preserved and the secrecy of such information shall be maintai
ned;
(c) shall not be disclosed to any third party;
(d) shall be kept securely and properly protected against theft, damage, los
s and unauthorized access (including access by electronic means) by deplo

15 / 17
ying means similar to those being used to secure their own confidential info
rmation;
(e) to notify Indian Oil immediately upon becoming aware that any of the co
nfidential information has been disclosed to or obtained by a third party.
The organization shall undertake that its employees & their immediate relat
ives, agents, sub-contractors and any other person associated with said con
tract / engagement does not violate any of the provision of the SEBI (Prohibi
tion of Insider Trading) Regulation, 2015. Any violation shall be considered
as breach of terms of contract / engagement and Indian Oil shall take neces
sary action for such breach in addition to reporting to SEBI for taking neces
sary action under SEBI (Prohibition of Insider Trading) Regulations, 2015

Deputy General Manager (Contr


acts)
Indian Oil Corporation Ltd.,
Scope Complex, Core-2,
Lodhi Road, New Delhi-110003

Disclaimer/अ वीकरण

The additional terms and conditions have been incorporated by the Buyer after approval of the Competent
Authority in Buyer Organization, whereby Buyer organization is solely responsible for the impact of these clauses
on the bidding process, its outcome, and consequences thereof including any eccentricity / restriction arising in
the bidding process due to these ATCs and due to modification of technical specifications and / or terms and
conditions governing the bid. Any clause(s) incorporated by the Buyer regarding following shall be treated as
null and void and would not be considered as part of bid:-

1. Definition of Class I and Class II suppliers in the bid not in line with the extant Order / Office Memorandum
issued by DPIIT in this regard.
2. Seeking EMD submission from bidder(s), including via Additional Terms & Conditions, in contravention to
exemption provided to such sellers under GeM GTC.
3. Publishing Custom / BOQ bids for items for which regular GeM categories are available without any
Category item bunched with it.
4. Creating BoQ bid for single item.
5. Mentioning specific Brand or Make or Model or Manufacturer or Dealer name.
6. Mandating submission of documents in physical form as a pre-requisite to qualify bidders.
7. Floating / creation of work contracts as Custom Bids in Services.
8. Seeking sample with bid or approval of samples during bid evaluation process.
9. Mandating foreign / international certifications even in case of existence of Indian Standards without
specifying equivalent Indian Certification / standards.

16 / 17
10. Seeking experience from specific organization / department / institute only or from foreign / export
experience.
11. Creating bid for items from irrelevant categories.
12. Incorporating any clause against the MSME policy and Preference to Make in India Policy.
13. Reference of conditions published on any external site or reference to external documents/clauses.
14. Asking for any Tender fee / Bid Participation fee / Auction fee in case of Bids / Forward Auction, as the
case may be.

Further, if any seller has any objection/grievance against these additional clauses or otherwise on any aspect of
this bid, they can raise their representation against the same by using the Representation window provided in
the bid details field in Seller dashboard after logging in as a seller within 4 days of bid publication on GeM. Buyer
is duty bound to reply to all such representations and would not be allowed to open bids if he fails to reply to
such representations.

This Bid is governed by the General Terms and Conditions/सामा य िनयम और शत, conditons stipulated in Bid and
Service Level Agreement specific to this Service as provided in the Marketplace. However in case if any condition
specified in General Terms and Conditions/सामा य िनयम और शत is contradicted by the conditions stipulated in
Service Level Agreement, then it will over ride the conditions in the General Terms and Conditions.
In terms of GeM GTC clause 26 regarding Restrictions on procurement from a bidder of a country which shares a land border with India, any bidder from a country which
shares a land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority. While participating in bid, Bidder has to
undertake compliance of this and any false declaration and non-compliance of this would be a ground for immediate termination of the contract and further legal action

in accordance with the laws./ जेम क सामा य शत के खंड 26 के संदभ म भारत के साथ भूिम सीमा साझा करने वाले दे श के बडर से खर द
पर ितबंध के संबंध म भारत के साथ भूिम सीमा साझा करने वाले दे श का कोई भी बडर इस िन वदा म बड दे ने के िलए तभी पा होगा
जब वह बड दे ने वाला स म ािधकार के पास पंजीकृ त हो। बड म भाग लेते समय बडर को इसका अनुपालन करना होगा और कोई भी
गलत घोषणा कए जाने व इसका अनुपालन न करने पर अनुबंध को त काल समा करने और कानून के अनुसार आगे क कानूनी कारवाई
का आधार होगा।

---Thank You/ ध यवाद---

17 / 17

You might also like