Sie sind auf Seite 1von 25

Tender No.

: JRMM144120

INDIAN OIL CORPORATION LIMITED


Gujarat Refinery

GLOBAL E-TENDER NO. : JRMM144120

SUPPLY, INSTALLATION, TESTING & COMMISSIONING, TRAINING


AND PWCAMC OF COMPLETE PLC SYSTEM AT GUJARAT REFINERY
(QTY 1 SET)

INVITED BY:
SENIOR MATERIALS MANAGER(I/C)
INDIAN OIL CORPORATION LTD. (IOCL),
GUJARAT REFINERY
PO: JAWAHARNAGAR
VADODARA PIN: 391320

Page 1 of 25

Tender No. : JRMM144120

2. INDEX
DOCUMENT

FORMAT

PAGE

1.

COVER PAGE

PDF

1 Page

2.

INDEX

PDF

1 Page

3.

NOTICE INVITING TENDER (NIT)

PDF

1 Page

4.

PRE QUALIFICATION CRITERIA (PQC)

PDF

1 Page

5.

SPECIAL TERMS & CONDITIONS

PDF

3 Page

6.

SCOPE OF WORK CUM TECHNICAL SPECIFICATION

PDF

1 Page

7.

GENERAL INSTRUCTIONS TO BIDDERS

PDF

4 Page

8.

INSTRUCTIONS TO BIDDERS PARTICIPATING IN E-TENDERING

PDF

3 Page

9.

TENDER CONDITIONS FOR BENEFITS/PREFERENCE FOR MSEs

PDF

2 Page

10.

PROFORMA FOR DETAILS OF ANNUAL TURNOVER AS PER PQC

PDF

1 Page

11.

PROFORMA FOR DETAILS OF PAST EXPERIENCE AS PER PQC

PDF

1 Page

12.

PROFORMA FOR EXCEPTIONS AND DEVIATIONS (TECHNICAL &

PDF

1 Page

PDF

2 Page

PDF

1 Page

COMMERCIAL)
13.

PROFORMA FOR DECLARATION OF BLACK LISTING / HOLIDAY

LISTING
14.

PROFORMA FOR DECLARATION OF ACCEPTANCE OF TENDER

SCOPE, SPECIFICATIONS, TERMS & CONDITIONS


15.

PROFORMA FOR BANK MANDATE DETAILS

PDF

1 Page

16.

LIST OF IOCL APPROVED THIRD PARTY INSPECTION AGENCIES

PDF

1 Page

17.

GENERAL PURCHASE CONDITIONS AND GPC ADDENDUM

PDF

18.

AGREED TERMS AND CONDITIONS (INDIGENOUS)

XLS

(UPLOADED
SEPARATELY

19. AGREED TERMS AND CONDITIONS (IMPORT)

XLS

AS

20. PRICED SHEDULE (BOQ) PRICED AND UNPRICED

XLS

ADDITIONAL

21. PROCEDURE FOR OBTAINING DIGITAL SIGNATURE CERTIFICATE

PDF

DOCUMENT)

BY FOREIGN BIDDERS

List of IOCL directors is available at https://www.indianoiltenders.com/StandardDoc/Download.aspx

ALL ABOVE DOCUMENTS FORM PART OF THE TENDER DOCUMENTS.


In the event of any irreconcilable conflicts, the hierarchy for the acceptance shall be
(i) Scope of Work cum Technical specifications.
(ii) Notice Inviting Tender (NIT) e-Tender
(iii) Special Terms and Conditions
(iv) Agreed Terms & Conditions (Indigenous) (for Indian Bidder) / (Imported) (for Foreign
Bidder)
(v) General Purchase Conditions and GPC Addendum

Page 2 of 25

Tender No. : JRMM144120

INDIAN OIL CORPORATION LIMITED


GUJARAT REFINERY
PO: JAWAHARNAGAR, VADODARA-391320
GUJARAT

3. GLOBAL NOTICE INVITING TENDER (NIT) E-TENDER


GLOBAL E-TENDER NO. : JRMM144120
Indian Oil Corporation Limited, a Company incorporated in India and having its registered office at
G-9, Ali Yavar Jung Marg, Western Express Highway, Bandra (East), Mumbai-400 051 invites Etender under TWO BID (PART-I: Techno-Commercial Bid and PART-II: Price Bid) from bonafide
experienced manufacturers/supliers of sound financial standing and reputation for the job defined
in this tender covering following items. The details of the tender are given below:
Description
SUPPLY, INSTALLATION, TESTING & COMMISSIONING,
TRAINING AND PWCAMC OF COMPLETE PLC SYSTEM
AT GUJARAT REFINERY (QTY 1 SET)
Qty
1 Set
Tender No.
JRMM144120
Type of tender
Open (E-Tender)
EMD Amount (in INR/USD)
INR 82,000/- OR US $ 1330/Please refer Instruction to bidders for information on EMD submission.
TENDER DOWNLOAD/ SALE PERIOD
BID SUBMISSION PERIOD
BID OPENING DATE & TIME

24/03/2015 10:00 hrs (IST) to 20/04/2015 15:00


hrs (IST)
08/04/2015 10:00 hrs (IST) to 20/04/2015 15:00
hrs (IST)
21/04/2015 after 15:00 Hrs (IST) on
www.iocletenders.gov.in

Address of the Tender Issuing Authority :


Senior Materials Manager (I/C), GUJARAT REFINERY, PO: JAWAHARNAGAR, VADODARA-391320
GUJARAT, Phone- +91-2652237254/53/59 , 2233353 / Fax- +91 2652233350,
E-mail : guptaalok@indianoil.in/mehrar@indianoil.in/satishk3@indianoil.in
It may please be noted by all bidders that Pre Bid Meeting for this tender shall be conducted in
our office at Purchase Section, Administrative Building, Indian Oil Corporation Limited, Gujarat
Refinery, Vadodara, India on 06/04/2015 at 10.30 AM onwards. Accordingly, all intending
bidders are requested to depute their authorized representative in time for this purpose. It may
please be noted by all bidders that this will be final and no other queries will be entertained
from any bidders there-after.
Tender document (Non-Transferable) can be downloaded from IOCL e-tendering web site
https://iocletenders.gov.in/
Offer shall be submitted ONLY through online mode on above given IOCL e-tendering website.
Bids in physical form sent through fax / email / courier / post will not be acceptable.

Note :- Non-press e-tender(s) /Any Addendum / Corrigendum / Sale date extension in respect
of above tender(s) shall be issued on our website : https://iocletenders.gov.in only and no
separate notification shall be issued in the press. Bidders are therefore requested to
regularly visit our website to keep themselves updated.
Place: Vadodara

Senior Materials Manager (I/C)

Page 3 of 25

Tender No. : JRMM144120

4. PRE QUALIFICATION CRITERIA:


4.1 TECHNICAL PRE-QUALIFICATION CRITERIA :
(i) The bidder should only be a reputed manufacturer or system integrator and supplier of
PLC/DCS/SCADA system who are engaged in design, engineering, supply, installation,
testing and commissioning of DCS/PLC/SCADA system in Refinery or Petrochemical
industries. Bidder to furnish at least two no. of Purchase order copies along with
completion certificate as documentary evidence for the above in last five years ending on
the last day of month immediately preceding the month of date of bid submission.
(ii) If the bidder is a system integrator then bidder has to submit authorization letter from
original equipment manufacturer to provide support & service of the supplied system for
back up engineering, maintenance, service and spare part support for a period of 10
years from the date of placement of Purchase Order.
(iii) Bidder who are having service and support set up in India can only bid. Those who are
not having service and support set up in India with relevant experience shall not be
considered. Bidder to submit documentary evidence for the same.
4.2 FINANCIAL PRE-QUALIFICATION CRITERIA :
(i) The bidder should have an annual turnover of Rs.42,43,700/- or US $ 68,740/- in any
of the last three preceding financial years (2011-12, 2012-13 and 2013-14). Tenderer
to submit the copy of audited balance sheet as a proof towards meeting turnover.
4.3 EXPERINCE PRE-QUALIFICATION CRITERIA :
(i) The bidder to submit PO copies executed by them for DCS/ PLC/ SCADA during any
of the last 5 years ending on last day of the month immediately previous to the month
in which last date of bid submission falls, as per below:
a) Three completed orders each costing not less than Rs. 21,21,900/- or US $ 34370/OR
b) Two completed orders each costing not less than Rs. 28,29,200/- or US $ 45830/OR
c) One completed order costing not less than Rs. 35,36,400/- or US $ 57290/-.

NOTE :a. The Bidder shall furnish documentary evidence by way of copies of Purchase Order along
with invoice(s) with certification that supplies against invoices have been executed or along
with Bank Certificate indicating payment against the PO, Execution Certificate by the client
with order value, Audited Balance Sheet or Financial Statements including Profit & Loss
Account or Published Annual Report, necessary undertakings etc., along with the un-priced
bid to establish that the bidder meets the stipulated Pre-qualification criteria. IOCL reserves
the right to complete the evaluation based on the details furnished with the bid without
seeking any additional information.
b. In case of ambiguity or incomplete documents pertaining to PQC, bidders shall be given only
one opportunity with a fixed deadline after bid opening to provide complete and
unambiguous documents in support of meeting the Pre Qualification Criteria. In case the
bidder fails to submit any document or submits incomplete documents within the given time,
the bidders tender will be rejected.
c. A Company (bidder) shall not be allowed to use the credentials of its parent or any group
company to meet the Experience Criteria.
d. Submission of authentic documents is the prime responsibility of the bidder.
e. Wherever IOCL has concern or apprehension regarding the authenticity/correctness of any
document, IOCL reserves the right of getting the documents cross verified from the
document issuing authority.
Page 4 of 25

Tender No. : JRMM144120

5. SPECIAL TERMS AND CONDITIONS


TO BE FILLED IN BY VENDORS AND SUBMITTED WITH UNPRICED TECHNO-COMMERCIAL
BID DULY SIGNED AND STAMPED.
Sr.
No.

Terms & Conditions

5.1

Service Tax on Transportation Charges, Site


Work charges including Installation, testing,
commissioning, Site Acceptance Test, Final
Acceptance Test, Training and PWCAMC
Charges: Please indicate the Cenvatable portion of
Service Tax on the Transportation charges, Site
Work charges Installation, testing, commissioning,
Site Acceptance Test, Final Acceptance Test,
Training and PWCAMC Charges separately, if extra
in the space provided here for which necessary
documents will be provided to IOCL to avail Cenvat
benefit to the extent indicated, otherwise IOCL has
the right to deduct the differential amount for which
necessary documents have not been provided for
availing Cenvat benefit, from your Invoices.

Cenvatable portion of Service Tax


on Transportation Charges (%) :
.

In case necessary documents cannot be provided to


IOCL to avail Cenvat, applicable Service tax shall be
included in the quoted Transportation charges, Site
Work charges and PWCAMC charges.

NOTED AND CONFIRMED

5.2

DELIVERY SCHEDULE:
Preferred delivery requirement for supply part is
within 4 months from the date of Letter of
Acceptance (LOA). Preferred time period for site
work part (Installation, testing & commissioning,
FAT, SAT etc.) is within 6 months from the date of
Letter of Acceptance (LOA).
However, tenderer to indicate :
a) best delivery period for supply part from date of
LOA on F.O.R. Dispatch Point basis for
Indigenous vendor and on FOB major
International Seaport of Exit basis for Foreign
vendor.
b) best completion time for site work part from the
date of LOA for Indigenous vendor as well as for
Foreign vendor.

5.3

Bidder's Comments / Acceptance

Cenvatable portion of Service Tax


on Site Work charges (%) :

Cenvatable portion of Service Tax


on PWCAMC charges (%) :

For supply part:


___ months from date of LOA on
F.O.R. Dispatch Point basis (for
Indigenous vendor) or
___ months from date of LOA on
FOB major International Seaport of
Exit basis (for Foreign vendor).

For site work part:


___ Month from the date of LOA (for
Indigenous vendor as well as for
Foreign vendor)

PAYMENT TERMS: Preferred payment terms are


as below:
a) For supply part for Indigenous Vendor: Please
confirm 85% payment within 30 days of receipt
and acceptance of material at IOCL Gujarat
Refinery Stores/Site along with submission of
Performance Bank Guarantee (PBG) for 10% of
total contract value (supply part + site work
excluding PWCAMC). Balance 15% after

NOTED AND CONFIRMED

Page 5 of 25

Tender No. : JRMM144120


installation, commissioning, SAT & handing over
of the functional system to IOCL and
submission of Invoice by the bidder and
certification by IOCL Engineer-in-Charge.
b) For supply part for Foreign Vendor: Please
confirm 85% payment through irrevocable &
unconfirmed letter of credit or Cash against
documents through bank along with submission
of Performance Bank Guarantee (PBG) for 10%
of total contract value (supply part + site work
excluding PWCAMC). Balance 15% after
installation, commissioning, SAT & handing over
of the functional system to IOCL submission of
Invoice by the bidder and certification by IOCL
Engineer-in-Charge through Cash against
documents through bank.
c) For site work for Indigenous Vendor: Please
confirm 100% payment within 30 days of
successful completion of site work part
(installation, commissioning, SAT & handing
over of the functional system to IOCL after final
acceptance test), submission of Invoice by the
bidder and certification by IOCL Engineer-inCharge.
d) For site work for Foreign Vendor: Please
confirm 100% payment within 30 days of
successful completion of site work part
(erection, installation, commissioning, SAT &
handing over of the functional system to IOCL
after final acceptance test), submission of
Invoice by the bidder and certification by IOCL
Engineer-in-Charge through Cash against
documents through bank.
e)

For post warranty comprehensive annual


maintenance contract (PWCAMC): 100% within
30 days in quarterly installment basis after
successful completion of site services under
PWCAMC at IOCL Gujarat Refinery site based
on invoice to be submitted by the vendor and
certification by IOCL Engineer-in-Charge.

Vendor to confirm acceptance of above payment


terms. Any deviation may lead to suitable loading or
rejection of offer at the discretion of IOCL.
5.4

5.5

Performance Bank Guarantee (PBG):


Performance Bank Guarantee for 10% of total
contract value (supply part + site work excluding
PWCAMC) for a period of 18 months from the date
of last supply or 12 months from the date of SAT
whichever is earlier plus 3 months shall be
submitted by successful bidder.
Vendor is requested to quote their prices as per the
Schedule of Rates/Bill of Quantity (BOQ) (Priced

NOTED AND CONFIRMED

NOTED AND CONFIRMED

NOTED AND CONFIRMED

NOTED AND CONFIRMED

NOTED AND CONFIRMED

NOTED AND CONFIRMED

NOTED AND CONFIRMED


Page 6 of 25

Tender No. : JRMM144120


Part) attached with tender failing which the offer
shall not be considered. Vendor to indicate Quoted
or Not Quoted only under Unit Rate column of
Schedule of Rates/Bill of Quantity (BOQ) (Unpriced
Part).
5.6

Techno-Commercially acceptable bids shall be


evaluated on the basis of Total Cost at IOCL Site
(including P&F, Freight, Taxes & Duties, Transit
Insurance, Commissioning Spares, Installation,
Testing & Commissioning, SAT, FAT, Training and
PWCAMC Charges and Techno-Commercial
loadings for deviations to our tender terms) after
considering applicable & available Cenvat benefits.
Evaluation / ordering shall be done on overall basis.
Site work (Installation, testing, commissioning,
SAT, FAT and Training Charges etc): Please
confirm that vendor has quoted firm and fixed
lumpsum charges, if any, for Site work like
Installation, testing, commissioning, SAT, FAT and
Training Charges etc of the material as per scope of
tender specifications. No charges for boarding,
lodging, transportation will be borne by IOCL. Per
diem rates will not be acceptable and may lead to
rejection of the offer without any correspondence.
Vendor has to quote for these charges in BOQ.

5.7

5.8

Vendor is requested to not quote any charges


including supply and site work etc. in price schedule
format of technical specification. (refer sl no. 16).
Prices are to be filled in BOQ only.
Drawings and Documents etc: Drawings and
Documents shall be supplied along with the material
as per tender document requirement. These shall be
given free of cost by vendor as per Tender
Document requirement.

5.9

5.10

Third Party Inspection (TPI): Third


Inspection is not required for this case.

5.11

Certificate of
Origin
and
Phytosanitary
Certificate: Certificate of Origin from Chamber of
Commerce and Phytosanitary Certificate (as per
current Indian customs statutory requirement) will be
submitted by foreign bidder along with shipping
documents. These shall be given free of cost by
vendor.

PLACE:
DATE:

Party

NOTED AND CONFIRMED

NOTED AND CONFIRMED

NOTED AND CONFIRMED

NOTED AND CONFIRMED

NOTED AND CONFIRMED

NOTED AND CONFIRMED

FULL NAME:
DESIGNATION

Page 7 of 25

Tender No. : JRMM144120

6. SCOPE OF WORK CUM TECHNICAL SPECIFICATION


SUPPLY, INSTALLATION, TESTING & COMMISSIONING, TRAINING AND PWCAMC OF COMPLETE
PLC SYSTEM AT GUJARAT REFINERY (QTY 1 SET)

Technical Specification :
DMR PLC BASED SCADA SYSTEM INTERGARTED IN STANDARD CONTROL PANEL FOR
MONITORING & CONTROL OF COOLING TOWER PRAMETERS OF AU-5,CGP-1 & FCC COOLING
TOWERS WITH 5 YEARS PWCAMC AS PER ATTACHED TENDER DOCUMENT.
Bidder to quote as per specification and scope of work defined in attached tender document.
Vendor to quote for post warranty comprehensive AMC for 5 years also with year-wise breakup as per
scope of job defined in attached tender document.
Detailed technical specification is attached separately as 144120_TECH_SPEC. Bidder to go through the
same and quote accordingly.
Offers will only be considered for technical evaluation after fulfillment of Pre Qualification Criteria (PQC).
Vendor is requested to submit all the attached documents of tender duly signed and stamped as a token
of acceptance.
Vendor is requested to quote their prices as per the Schedule of Rates/Bill of Quantity (BOQ) attached
with tender.

PLACE

SIGNATURE AND SEAL OF THE BIDDER

DATE

FULL NAME

Page 8 of 25

Tender No. : JRMM144120

7. GENERAL INSTRUCTIONS TO BIDDERS:


7.1 The Bids shall be uploaded in 2 (TWO) PARTS (PART-I: Techno-Commercial Bid and
PART-II: Price Bid) in electronic form only through Indian Oil e-tendering system on
IOCL E-Tendering website ( https://iocletenders.gov.in/)
PART-I: Techno-Commercial Bid i.e. Un-Priced Bid should contain:
i. Scanned Copy of EMD Demand draft/Bankers Cheque/Bank Guarantee
ii. Documents towards fulfillment of Pre-Qualification Criteria of the Tender.
iii. Tender documents, Instruction to Bidders, Tender conditions for
benefits/preferences for MSEs, Other documents forming part of the Tender
documents duly filled.
iv. IOCL General Purchase Conditions
v. Agreed Terms & Conditions (ATC) Duly filled as applicable
vi. Proforma of Exceptions & Deviations if any.
vii. Proforma of Declaration of Black Listing / Holiday Listing duly filled.
viii. Proforma for declaration by the bidder duly filled, signed and stamped.
ix. Un-priced Price Schedule(BOQ) indicating Quoted/Not Quoted against Each
item(PRICE SHOULD NOT BE FILLED IN UNPRICED BOQ)
Note :- In case EMD is applicable, the bidder should also ensure that the above
mentioned Original EMD instrument in physical form should be enclosed in a
sealed envelope super-scribed with Offline EMD, Bidders Name, Tender No.,
Due Date & Item, duly addressed to SENIOR MATERIALS MANAGER (I/C), Indian
Oil Corporation Ltd., Gujarat Refinery, P.O. Jawaharnagar, Dist. Vadodara 391
320 and the same should reach to above office on or before last date of bid
submission, otherwise the offer is liable for rejection. IOCL shall not be
responsible for postal/courier delay, non-receipt or loss in transit.
In case EMD exemption is being availed by the bidder on account of Micro or
Small enterprise registration for the tendered Item, the bidder should also
ensure that copy of valid notarized registration certificate in physical form in a
sealed envelope super-scribed with MSE/NSIC Registration certificate, Bidders
Name, Tender No., Due Date & Item, duly addressed to SENIOR MATERIALS
MANAGER (I/C), Indian Oil Corporation Ltd., Gujarat Refinery, P.O.
Jawaharnagar, Dist. Vadodara 391 320 should reach to above office on or
before last date of bid submission, otherwise the offer is liable for rejection. IOCL
shall not be responsible for postal/courier delay, non-receipt or loss in transit.
PART-II: PRICED BID should contain:
i. Prescribed Price Schedule (BOQ) with Prices. The priced BOQ should be
uploaded strictly as per format available with the tender in the website
failing which the offer is liable for rejection.
7.2 Offer shall be submitted ONLY through online mode on above given IOCL e-tendering
website during the prescribed period indicated in NIT. The UNPRICED BIDS shall be
opened on the date and time indicated in NIT. IOCL reserves the right to extend the
Tender due date before bid opening. The PRICED BIDS of the Techno-Commercially
Page 9 of 25

Tender No. : JRMM144120

acceptable bidders shall be opened on a suitable date for which separate intimation
shall be sent.
7.3 Bids in physical form sent through fax / email / courier / post will not be acceptable.
7.4 IOCL shall not be responsible for any delay, non-submission of the offer due to website,
internet connectivity or any other problem.
7.5 All payments to be made by demand draft or bankers pay order (Indian vendors) or
bankers cheque (for foreign vendors only) in New CTS-2010 compliant format in
favour of Accounts Officer, IOCL, Gujarat Refinery payable at Vadodara.
7.6 In case of involvement of foreign vendors, tenders can be submitted either by the
vendor directly or by their Indian agent on behalf of them, but not both. The Indian
agent should represent only one vendor and he is not allowed to quote on behalf of
another vendor for subsequent or parallel tender for the same job.
7.7 If EMD amount is up to Rs.1,00,000.00, EMD shall be accepted in the form of a Pay
Order or Demand Draft. If EMD amount is more than Rs.1,00,000.00, EMD shall be
accepted in the form of Demand Draft / Pay Order / Banker Cheque or Bank Guarantee.
Validity of BG in lieu of EMD shall be 3 months beyond bid validity. In case of foreign
bidders, the EMD shall be in equivalent US Dollar in the form of Demand Draft / Bank
Guarantee. Based on authorization by foreign bidder, their Indian associates may be
allowed to submit EMD in INR in form of only Demand Draft / Bankers Cheque. Bank
guarantee must be strictly as per IOCL format as per Annexure-A of IOCL GPC.
7.8 Release of EMD :
a. EMD of bidders disqualified during techno-commercial bid evaluation shall be
released immediately after approval of Price Bid Opening.
b. EMD of bidders qualified in the techno-commercial bid but unsuccessful in the
price bid stage shall be released immediately after final approval of the ordering
proposal by the competent authority.
c. EMD of the successful bidder shall be released after receipt of an acceptable PBG.
7.9 EMD exempted categories: Micro & Small Enterprises (MSE) registered with agencies
as mentioned later in this Tender document, only for the items for which the MSE is
registered, Central/State PSUs & Govt. Organizations and JVs of IOCL. IOCL reserves the
right to allow purchase preference to MSEs and to JV Companies as per IOCL policy in
vogue.
7.10 Please quote your rates, other charges and applicable taxes & duties in the space
provided in the Prescribed Price Schedule (BOQ) & Agreed Terms & Conditions
applicable only.
7.11 In case any Taxes, Duties, freight and other components asked for in the Tender are
not indicated by the Bidder, the same shall be considered to be borne by the Bidder.
7.12 Techno-Commercially acceptable bids shall be evaluated on the basis of Total Cost at
IOCL Site (including P&F, Freight, Inspection charges, Taxes & Duties, Transit Insurance
Page 10 of 25

Tender No. : JRMM144120

and Commercial loadings for deviations to our tender terms) after considering
applicable & available Cenvat benefits. Generally the lowest bid (Item-wise) shall be
accepted, unless otherwise specified/decided by IOCL in its own Interest.
7.13 Bidders must submit specific loss control aspects of the offered materials.
7.14 Only Biodegradable packing material should be used for supply of materials.
7.15 Suo-moto increase in price or withdrawing of Offer within the validity period shall
not be allowed and the Offer shall be rejected. Further the vendor shall be liable for
action as per Holiday Listing Procedure of IOCL. Suo-moto price reduction by a supplier
shall not be considered for evaluation. However, if the same supplier happens to get the
order based on original price bids, the benefit of such reduction shall be availed of for
placement of order.
7.16 On account of exigencies, in case bids have to be revalidated before PBO beyond the
originally sought validity, the same may be allowed with or without change in prices.
However, IOCL reserves the right to cancel such tender and refloat the same.
7.17 Negotiations shall not be conducted with bidders as a matter of routine. However,
IOCL reserves the right to conduct Negotiations.
7.18 IOCL reserves the right to reject, accept or prefer any tender or to abort the bidding
process without assigning any reason whatsoever. Tendering can be abandoned
without assigning any reason. No compensation shall be paid for the efforts made by
the bidder.
7.19 Payment may be made by E-payment or Cheque at discretion of IOCL.
7.20

A Tender is also liable for rejection in the following circumstances:

i.
Does not pay the EMD before deadline
ii.
Does not fulfill minimum pre qualification criteria as per the Tender Documents
iii.
Submits the tender late i.e. after due date and time
iv.
Unsolicited tenders
v.
Stipulates the validity period less than what is stated in the Tender Documents
vi. Stipulates his own conditions and does not agree to withdraw the deviations,
rendering his bid unacceptable
vii. Does not disclose the full names and addresses of all his partners or Directors as
applicable wherever called for in the tender.
viii.
Does not fill in and sign the required annexures, specifications, etc. as
specified in the tender.
ix. Does not submit bid in the prescribed format making it impossible to evaluate the
bid
x. Indulges in tampering of tender documents
xi. Does not conform to any tender condition which stipulates non-conformance of
tender conditions as a rejection criteria
7.21 EMD shall be forfeited and the vendor may be put in holiday list in case:
Page 11 of 25

Tender No. : JRMM144120

a) The Tender is accepted and the vendor fails to furnish Performance Bank
Guarantee (if applicable) or to execute the contracts within the stipulated period.
b) In case the tenderer alters/modifies/withdraws the bid suo-moto after opening
the bids (un-priced bids in case of 2 bid tender) and within the validity period.
7.22 Bidders should declare if the offered product is based on IOCL (R&D) formulation,
and if yes, whether the agreement for royalty payment with IOCL is valid. The vendor
should also enclose an undertaking for the applicable royalty rate payable to IOCL
(R&D), while submitting the offer. Gujarat refinery shall cross check the applicable
royalty from R&D centre, while evaluating the bids. Incentive will be considered while
evaluating the bids by applying negative loading to the rates quoted by manufacturers
using IOCL (R&D formulations, to the extent of royalty inflow to IOCL (R&D, after
adjustment of taxes and surcharges, if any.
7.23 Supplemental letters for revision in prices received from bidders shall be considered
only in those cases where the revision in the price is asked for by IOCL based on
changes in specification/scope of work/commercial terms and conditions.
7.24 ALL CORRESPONDENCE SHALL BE IN ENGLISH LANGUAGE ONLY.
7.25 It shall be the responsibility of the tenderers to fill complete, correct and accurate
information in line with the requirements / stipulations of the tender documents,
regarding their past experience and other information required to facilitate due
evaluation / consideration of their tenders.
7.26 The bidder entity should ensure that only one bid is submitted by them directly or
by their Agent* on behalf of the bidder entity or as a Consortium Partner. In case it is
found that bidder entity has submitted more than one bid, all their bids in the tender
are liable for rejection.
* Agent for this above purpose would be one who agrees and is authorized to act on
behalf of another, a principal, to legally bid and individual in particular business
transactions with third parties pursuant to an agency relationship.
Submission of bids by different offices / branches of the bidder entity will be
considered as bids from the same bidder entity and will be liable for rejection.
If any information given by the bidder / tenderer is found to be incorrect in any particular
considered by the OWNER to be relevant for the evaluation of the bid / tender, or is found
by the OWNER to misrepresent the facts, or if any of the documents submitted by the
tenderer / bidder in support of or relevant to the bid /tender is found by the OWNER to be
forged, false or fabricated, the owner may reject the bid, and without prejudice to any other
right(s) of action or remedy available to the owner, the owner may forfeit the Earnest
Money given by the bidder in the form of Earnest Money deposit or bank guarantee in lieu
of Earnest Money Deposit in order to compensate the OWNER for the expenses incurred by
it in considering the bid (and not by way of penalty) and take action for putting the bidder /
tenderer on holiday list for such period as the OWNER in this behalf considers warranted
and / or to remove the bidder / tenderer from the approved list of vendors.
Page 12 of 25

Tender No. : JRMM144120

8. Instructions to the Bidder for participating in E-

Tender
Indian Oil Corporation Ltd. has developed a secured and user friendly e-Tendering system
through National Informatics Center (NIC), which enables Vendors / Bidders to Search,
View, Download tenders directly and also, enables them to participate & submit online bids
on the e-Tendering site https://iocletenders.gov.in in a secured and transparent manner
maintaining confidentially and security throughout the tendering process.
8.1 Bidders are advised to download Notice Inviting Tender along with other tender
documents from the e-tendering portal https://iocletenders.gov.in free of cost using
their digital signature & registered used ID. The tender should be submitted online in
softcopy on our e-tendering portal only. The requisite document(s) like Affidavit
Format for Non-tampering of Electronic Data, Earnest Money Deposit (if applicable),
etc. in original has to be submitted by dropping it in the Tender-box as per tender
conditions before the due date and time of tender submission failing which the bid shall
be summarily rejected. A scanned copy of the instrument or exemption certificate in
case of exempted category has to be uploaded along with clear scanned copies of
required documents to substantiate the claim towards their credentials along with the
tender documents at the appropriate space.
8.2 Vendor should have a legally valid Class 3 Digital Certificate as per Indian IT Act from
the licensed Certifying Authorities operating under the Root Certifying Authority of
India (RCAI), Controller of Certifying Authorities (CCA) of India (For details regarding
Digital Certificate Provider please refer to point 8 of Information about DSC on the
home page). All interested bidders are requested to register themselves using the link
Online Bidder Enrollment on the home page and enroll their digital certificate during
their first login attempt.
It is advised to take extreme precaution while mapping digital certificate to a
particular user profile. Once a digital certificate is enrolled to a user account, it
cannot be used for any other registration in the system.
8.3 Bidders are requested to read following conditions in conjunctions with various
conditions, wherever applicable appearing with this bid invitation for e-Tendering. The
conditions mentioned herein under shall supersede and shall prevail over the
contradicting conditions (if any) mentioned elsewhere in the tender documents.
8.4 Procedure to submit On-line Bids
For this purpose, Vendors/Bidders are advised to read the instructions available in the
homepage of the portal where detailed procedure for submission of bids is available under
the section Bidders Manual Kit.
8.5 Tender Search

Page 13 of 25

Tender No. : JRMM144120

All tenders available on the website can be searched by using the Search Active Tenders
menu under Bidders profile. Use any of the searching criteria to search your tender. For a
refined search, enter Work Title under Keywords and click Submit. The intended
tender(s) should be checked and saved as Favorite by clicking on the check box. The bid
submission process will start by clicking the menu My Tenders.
8.6 Size of the Documents
Each packet is limited to 10 MB in size. It is advised to the bidder to prepare their bid
documents accordingly.
8.7 My Documents
Additional 25 MB of space is available in My Documents under My Account section.
Document uploaded once under My Documents can also be included for future tenders as
per requirement very easily. The repeated uploading of documents under My Documents
is not required from tender to tender. To include files from My Documents to the bid,
select Yes for Other Important Documents after EMD details. Vendors/Bidders are
advised to read the instructions available as Uploading of My Documents as under the
section Bidders Manual Kit.
8.8 Preparation of Bids
The documents to be uploaded should be in the same format as asked in the e-Tender.
Price Bid has to be downloaded and saved in the exact format available in the website (i.e.
Microsoft 97-2003 Workbook). All relevant details and quotes are to be filled in the same
file (e.g. BOQ_1234.xls) and same sheet (e.g. BoQ1). Same file must be used for uploading.
8.9 Tampering of Documents
The following shall be considered as Tampering of documents:
o Submission of Scanned copy or Photocopy of Price bid (BOQ);
o Submission of any file other than original Price Bid (BOQ);
o Insertion of additional sheet(s);
o Change in content or context of the original file;
o Protection of Workbook over and above Sheet Protection done by IOCL.
Such bids will be summarily rejected at the time of evaluation.
8.10 Uploading and Confirmation
Bid along with all the copies of documents should be submitted in the electronic form only
through Indian Oil e-tendering system. Bidder has to ensure that their bid submission is
complete in all respect by clicking on the FREEZE BID SUBMISSION button. Any revision or
amendment in bid shall be possible after bid submission only upto the due date and time of
Page 14 of 25

Tender No. : JRMM144120

submission of tender. Bidder in turn will receive an acknowledgement against his/her bid
submission. Successful submission of bid can also be verified under My Bids section.
8.11 Help Desk
Bidders may contact the following resource persons for any assistance required in this
regard.
Mr. Ravi
Mr. Shashi
Mr. Sawan
Mr. Vikrant

Kolkata
Noida
Noida
New Delhi

8981665512
8130634323
8130269544
1242861318

Mr. Ashwani
Mr. Deepak
Mr. Manu
Mr. Ankit

Mumbai
Mumbai
Gurgaon
Gurgaon

8879414448
9036366524
1242861244
1242861317

HelpDesk Tel. No. : +91-022-26447708


HelpDesk Email-id : ethdmkhonic@indianoil.in
etenderinghelpdesk@indianoil.in
Business Hours: Mon Fri, 09:00 to 16:00 Hrs India Time (IST) (GMT + 5:30 Hrs)
8.12 Special Note

Bids can only be submitted / resubmitted before the last date and time of
submission as per tender.

The system time (IST) displayed on e-tendering web page shall be considered as the
reference time for all transactions and no other time shall be taken into cognizance.

Bidders are advised in their own interest to ensure that bids are uploaded and
submitted successfully in e-tendering system well before the closing date and time of bid.

No physical bid shall be accepted except the documents as specified in tender.

IndianOil does not take any responsibility in case bidder fails to upload the
documents in the portal within specified time.

Bidders are requested to provide correct e-Mail address and Mobile No. for
receiving updates related to e-tender from time to time.

Page 15 of 25

Tender No. : JRMM144120

9. Tender Conditions for Benefits/Preference for Micro

& Small Enterprises(MSEs)


Benefits/Preference for Micro & Small Enterprises (MSEs) shall be as per below mentioned Tender
Conditions for Benefits/Preference for Micro & Small Enterprises (MSEs):
I. As per Public Procurement Policy for Micro & Small Enterprises (MSEs) Order, 2012 issued vide
Gazette Notification dated 23.03.2012 by Ministry of Micro, Small and Medium Enterprises of Govt. of
India, MSEs must be registered with any of the following in order to avail the benefits/preference available
vide Public Procurement Policy MSEs Order, 2012.
a. District Industries Centers (DIC)
b. Khadi and Village Industries Commission (KVIC)
c. Khadi and Village Industries Board
d. Coir Board
e. National Small Industries Corporation (NSIC)
f. Directorate of Handicraft and Handloom
g. Any other body specified by Ministry of MSME
II. MSEs participating in the tender must submit on date valid certificate of registration with any one of the
above agencies indicating the details of the particular tendered item along with their bid. The certificate
should be duly notarized.
III. The registration certificate issued from any one of the above agencies must be valid as on close date
of the tender. The successful bidder should ensure that the same is valid till the end of the contract period.
IV. The MSEs who have applied for registration or renewal of registration with any of the above
agencies/bodies, but have not obtained the valid certificate as on close date of the tender, are not eligible
for exemption/preference.
V. The MSEs registered with above mentioned agencies/bodies for the tendered item are exempted from
payment of Tender Fee and Earnest Money Deposit (EMD).
VI. Purchase Preference Subject to meeting terms and conditions stated in the tender document
including but not limiting to prequalification criteria, MSEs registered with above mentioned
agencies/bodies for the tendered item shall be allowed Purchase Preference as under:
1. Single item tender (shall not be split) or Multiple items tender (which cannot be split as per
tender conditions):
In case the L1 price is that of a non MSE bidder, then the MSE bidder (whose price is nearest to L1 price)
shall be allowed to supply total tendered value provided its price is within the price band of L1 price + 15
percent and it matches the L1 price. In case the MSE bidder (whose price is nearest to L1 price) refuses
to match the L1 price, then the next MSE bidder (whose price is 2nd nearest to L1 price and is within a
price band of L1 price + 15%) shall be allowed to supply total tendered value, provided it matches the L1
price and so on. If no MSE bidder whose price is within a price band of L1 price + 15% accepts to match
the price of the L1 bidder then the Purchase Order shall be placed on the L1 bidder.
2. Multiple items tender (tenders which can be split):
a) MSE bidder(s) is/are L1 for item(s) and the total evaluated price of such items >=20% of the total
tendered value: Purchase Preference shall not be applicable for the balance items.
b) In other cases, items where the L1 price is that of non MSE bidder(s) and price of MSE bidder(s) is
within a price band of L1 price + 15%, such items will be offered to MSE bidder(s) (whose price is
Page 16 of 25

Tender No. : JRMM144120


nearest to L1 price) for price matching as detailed below. On price matching Purchase Order for such
items shall be placed on the concerned MSE bidder(s):
(i) Sum Total of the total evaluated L1 price of such items and total evaluated L1 price of items
where the L1 price is that of MSE bidder(s), is less than 20% of the total tendered value: All such
items will be offered for price matching. In case the MSE bidder (whose price is nearest to L1 price)
refuses to match the L1 price, the item will be ordered on the L1 bidder.
(ii) Sum Total of the total evaluated L1 price of such items and total evaluated L1 price of items
where the L1 price is that of MSE bidder(s) is >=20% of the total tendered value: Such items will
be offered for price matching in such a way that the Sum Total of the total evaluated L1 price of such
items and total evaluated L1 price of items where the L1 price is that of MSE bidder(s) is at least 20% of
the total tendered value. The Items to be offered to MSE bidder(s) will be selected on the basis of the %
difference between the L1 price and MSE bidder price (whose price is nearest to L1 price) in ascending
order. During this exercise in case the MSE bidder (whose price is nearest to L1 price) refuses to match
the L1 price, the item will be ordered on the L1 bidder and will not be replaced by new item for price
matching even though the above mentioned 20% of the total tendered value is not achieved.
For e.g.
There are 10 line items in a tender.
(A) In 3 line items the L1 price is that of MSE bidder(s) but total evaluated L1 price of these items is less
than 20%
(B) In 4 line items the L1 price is that of non MSE bidder(s) and price of MSE bidder(s) is within a price
band of L1 price + 15%. These 4 line items will be arranged in ascending order as explained above in
b)ii). Suppose the total evaluated L1 price of (A) (3 line items where MSE is L1 bidder) along with first 2
line items of (B) adds up to 20% or more of the total tendered value, then first 2 line items of (B) only will
offered for price matching.
Note:
p) Total Tendered value means Total lowest evaluated Price for the entire tender.
q) Price means Evaluated Price.
r) A line item of the tender shall not be further split in multiple items tender.
s) Negotiations shall not be conducted with bidders as a matter of routine. However, IOCL reserves the
right to conduct Negotiations with the L1 bidder. In such case the eligible MSE bidder will have to match
the Negotiated L1 price. The price band of L1 price + 15% shall be based on pre-negotiated L1 price but
all other criteria defined above shall be based on Negotiated L1 price.
VII. Out of the twenty percent target of annual procurement from micro and small enterprises four percent
shall be earmarked for procurement from micro and small enterprises owned by Scheduled Caste &
Scheduled Tribe entrepreneurs. In the event of failure of such MSEs to participate in the tender process or
meet the tender requirements and L1 price, four percent sub-target so earmarked shall be met from other
MSEs.
VIII. 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 with any one of the agencies
mentioned in paragraph (I) above. The bidder shall be responsible to furnish necessary documentary
evidence for enabling IOCL to ascertain that the MSE is owned by SC/ST. MSE owned by SC/ST is
defined as:
a. In case of proprietary MSE, proprietor(s) 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% share shall be held by SC/ST promoters.

Page 17 of 25

Tender No. : JRMM144120

10. PROFORMA FOR DETAILS OF ANNUAL TURNOVER

AS PER PQC POINT SL NO. 4.2.


1.

2.

Annual Turnover in any of the last 3 years

2011 2012

2012 2013

2013- 2014

Copies of Audited Balance Sheets & Profit & Loss Account Statement for any of the
last 3 financial years i.e. 2011 12, 2012 13 & 2013-14 are to be attached.

PLACE:

FULL NAME

DATE:

DESIGNATION

:
:

Page 18 of 25

Tender No. : JRMM144120

11. PROFORMA FOR DETAILS OF PAST EXPERIENCE AS

PER PQC POINT SL NO. 4.3.


Sl.
No

Name & full address of


the client and contact
person

Description of Purchase Order


items (executed order as per
PQC)

Value of Contract
(Rupees/US $)

Purchase Order
reference and
date

DECLARATION : I/We do hereby certify that the information as furnished above are correct
and complete. Documentary evidence are enclosed.

PLACE :

FULL NAME :

DATE :

DESIGNATION :

Page 19 of 25

Tender No. : JRMM144120

12. PROFORMA OF EXCEPTIONS AND DEVIATIONS


Bidder may stipulate here exceptions and deviations to General Purchase
Conditions and/ or Bidding Document, if considered unavoidable, separately for
Technical and Commercial clauses.
Sl. No.

Page No. of
Bidding
Document

Clause No.

Deviation
Proposed By Bidder

Description of Clause

1.

2.

3.

4.

Bidder should note that this Annexure has been included in the Bidding Document
solely for the convenience of the Bidder so as to facilitate them to list out the
deviations/exceptions both of Technical and Commercial nature from/to the
Bidding Document. IOCL will not recognize any deviations/exception(s) which is not
listed in this Annexure.

PLACE
DATE

:
:

FULL NAME

DESIGNATION

Page 20 of 25

Tender No. : JRMM144120

13. PROFORMA OF DECLARATION OF BLACK LISTING /

HOLIDAY LISTING
In the case of a Proprietary Concern :
I hereby declare that neither I in my personal name or in the name of my Proprietary concern
M/s. .. which is submitting the accompanying Bid / Tender nor any other concern in
which I am proprietor nor any partnership firm in which I am or was involved as a Managing
Partner are currently placed on black list or holiday list declared by Indian Oil Corporation
Limited or its Administrative Ministry, except as indicated below :
(Give particulars of black listing or holiday listing and in absence thereof state NIL).
I, hereby do further declare that the following notice(s) have hitherto been issued against
proposed action for holiday / black listing and/or the following action for holiday listing / black
listing has hitherto been taken, as the case may be, by Indian Oil Corporation Ltd. or its
Administrative Ministry in my personal name or in the name of any proprietary concern of mine
or against any partnership firm of which I was or am the managing partner.
No. and Date of Show-cause Notice/
Notice of Holiday / Black Listing

Period of Holiday
Listing/Black Listing

Present Status

(State NONE if there is no such notice or action).


In the case of a Partnership Firm
We, hereby declare that neither we, M/s. submitting the accompanying Bid /
Tender nor any partner involved in the management of the said firm either in his individual
capacity or as proprietor of any concern or as partner of any firm in which he/she was a
Managing Partner, are currently placed on Black List or Holiday List declared by Indian Oil
Corporation Limited or its Administrative Ministry, except as indicated below :
(Give particulars of black listing or holiday listing and in absence thereof state NIL).
We _____________ hereby further declare that the following notice(s) have hitherto been issued
against proposed action for holiday / black listing and or the following action for holiday listing /
black listing has hitherto been taken as the case may be, by Indian Oil Corporation Ltd. or its
Administrative Ministry against the above firm or any partner involved in the management of the
firm in his individual capacity or as proprietor of any concern or as Managing Partner of any firm.
No. and Date of Show-cause Notice/
Notice of Holiday / Black Listing

Period of Holiday
Listing/Black Listing

Present Status

(State NONE if there is no such notice or action).

Page 21 of 25

Tender No. : JRMM144120

In the case of Company


We hereby declare that we are not currently placed on any holiday list or black list declared by
Indian Oil Corporation Limited or its Administrative Ministry, except as indicated below :
(Give particulars of black listing or holiday listing and in absence thereof state NIL).
We, _____________ hereby do further declare that the following notice(s) have hitherto been
issued against proposed action for holiday / black listing and / or the following action for holiday
listing / black listing has hitherto been taken, as the case may be, by Indian Oil Corporation Ltd.
or its Administrative Ministry against the Company.
No. and Date of Show-cause Notice/
Notice of Holiday / Black Listing

Period of Holiday
Listing/Black Listing

Present Status

(State NONE if there is no such notice or action).

It is understood that if this declaration is found to be false in any particular, Indian Oil
Corporation Limited or its Administrative Ministry, shall have the right to reject my / our bid, and,
if the bid has resulted in a contract, the contract is liable to be terminated.
Place:

Signature of the Bidder..

Date:

Name of the Signatory .

Page 22 of 25

Tender No. : JRMM144120

14. DECLARATION ON ACCEPTANCE OF TENDER SCOPE,

SPECIFICATIONS, TERMS & CONDITIONS


[To be submitted by the bidder in the Un-Priced Bid (Technical Bid) duly signed &
stamped, otherwise the Offer shall be liable for rejection]

It is hereby declared that we have read and understood the entire tender documents available
on IOCL e-tender portal https://iocletenders.gov.in under Tender Reference Number.
JRMM144120 and confirm our acceptance to the Tender scope, technical specifications, all
terms & conditions etc. as mentioned in these tender documents , subject to deviations (if any)
indicated in the prescribed Deviation sheet of the tender. The Deviations indicated anywhere
else other than prescribed Deviation sheet shall be ignored by IOCL.
It is also hereby declared that none of these e-documents have been tampered with. In case of
tampering of e-documents, our bid shall be rejected outright and EMD forfeited without prejudice
to any other rights or remedies available to IOCL.

Place:
Date:

Signature & Stamp of the Bidder :


Name of the Signatory:

Page 23 of 25

Tender No. : JRMM144120

15. PROFORMA FOR REGISTRATION FOR E-PAYMENT


Important note- Vendors who are not registered with IOCL for e-payment must submit the
account details as per format enclosed along with copy of cancel cheque and copy of PAN card
along with tender document and original hard copy through courier on or before end date of bid
submission.

Page 24 of 25

Tender No. : JRMM144120

16. LIST OF IOCL APPROVED THIRD PARTY INSPECTION

AGENCIES (FOR APPLICABLE CASES)


TPI Agencies with their head office details

SL.NO.

M/s. Mecon Limited


(A Government of India Enterprise)
Head Office : P.O.Doranda,
Ranchi 834002, Jharkhand

M/s. Engineers India Limited


(a Govt. of India Undertaking)
Regd. Office : Engineers India Bhawan,
1, Bhikaji Cama Place, NEW DELHI 110066

M/s. Project & Development India Ltd.


(A Govt. of India Undertaking)
PDIL Bhawan, A-14, Sector 1, Post Box No.125, Sector 1, Post Box No.125,
Sector 1, Post Box No.125,
NOIDA 201301, Distt. Gautam Budh Nagar

M/s. Indian Register of Shipping


52-A, Adi Shankaracharya Marg,
Opp.Powai Lake, Powai, MUMBAI 400072

M/s. SGS India Pvt. Ltd.


Regd. Corp. Office : SGS House,
4B, Adi shankaracharya Marg, Vikhroli(West), MUMBAI 400083

M/s. Bureau Varitas Industrial Services (India) Pvt. Ltd.


Registered Office : The Leela Galleria,
5th Floor, Andheri Kurla Road,
Andheri (E), MUMBAI 400059

M/s. Rites Ltd.


Northern Region, First Floor, Plot-1, Sector-29, Gurgaon 122001 (Haryana)

M/s. Lloyds Register of Shipping Industrial Business Centre, Solitaire Corporate Park,
Building No.1, 4th floor,
151, M.Vasanji Road, Chakala, Andheri(East), MUMBAI 400093

M/s. TUV India Pvt. Ltd.


Registered Office : 241, Hindustan Kohinoor Indl. Complex, 2nd floor,
Opp. MTNL Office, L.B.S.Marg, Vikhroli(West), MUMBAI 400083

10

M/s. Det Norske Veritas


Certification Services New Delhi,
203, Savitri Sadan 1, 11, Preet Vihar
Community Centre, NEW DELHI 110092

11

HSB Global Standard (I) for ASME code certified inspectors only.

12

M/s. TUV Rheinland India Pvt. Ltd.,


C-27, 3rd floor, South of IIT,
Qutab Institutional Area, NEW DELHI 110016

13

Velosi Certification Services (I) Pvt. Ltd.

Page 25 of 25

Das könnte Ihnen auch gefallen