Sie sind auf Seite 1von 8

INDIAN OIL CORPORATION LIMITED

REFINERIES HQ, New Delhi

NOTICE INVITING e-TENDER


PRAJ Industries Limited (Consultant), on behalf of IOCL (Owner), invites e-Bids in total compliance to technical
specifications, scope, terms & conditions of enquiry documents / attachments through the website
https://iocletenders.gov.in in single stage two bid systems from competent agencies with sound technical and
financial capabilities and meeting the “Minimum Qualification Criteria” for the job given below.

1 Tender No. / NIT No. S-17047/4/CWT/1001


Open Tender - Domestic Competitive Bidding
3 Type of Bid Under Two Bid System (Online Reverse Auction).

4 Name of Work CIVIL and STRUCTURAL works for creating infrastructure for
100KLPD of 2G Ethanol from Biomass at IOCL, Panipat.

13 MONTHS for Total Job Completion from the date of FOA.


5 Time Schedule

From: 24/12/2018 (17:00 Hrs. IST) to 28/01/2019 (17:00 Hrs. IST),


Tender down load both days inclusive.
6
schedule Tender documents can be downloaded free of charge from the
website www.iocletenders.gov.nic.in during the above period.

7 Pre-Bid Meeting & Site i. Site visit: Schedule of Site Visit: - 28/12/2018 (During office hours
visit only).
Site Co-ordinator : - Mr. A.P. JOSHI, DGM (Project),
Mob.No. 918053560968. Ph. No: 0180-2526621/2541164,
e-mail : joshiap@indianoil.in
Address: Panipat Refinery, P.O.- Panipat Refinery, Panipat –
132140 (Haryana).
ii. Pre-bid Meeting: On 03/01/2019 at 10:00 Hrs. IST, at Praj
Industries Limited, Praj Tower, Sr. No. 274/275, Bhumkar Chowk –
Hinjewadi Road, Hinjewadi, Pune – 411057 (www.praj.net).

Last date for receipt of


8 pre-bid queries by By 31/12/2018 before 17:00 IST
PRAJ

Start date for submission


9 07/01/2019 (17:00 Hrs. IST)
of tender

28/01/2019 (17:00 Hrs. IST)


10 Bid submission upto The bidders are required to submit their bids electronically on the e-
tender Portal only (URL: https://iocletenders.gov.in) using valid Digital
Signature Certificates, on or before the bid submission date and time.

Part-I i.e. Techno-commercial part along with EMD / Bid Security portion
Opening of Unpriced
11 shall be opened on-line on 29/01/2019 at 17:00 Hrs. IST or at a later
Commercial (Part-I) and
date/time, if extended thereafter.
Technical part (Part III)

12 Price Bid Opening Date and time of Priced Bid opening will be communicated only to
techno-commercially acceptable bidders.

Page 1 of 8
13 Tender Fees NIL

INR 36,71,000/-, Mode of payment is either online by RTGS/NEFT


Earnest Money in favour of Indian Oil Corporation or by Bank Guarantee in the
14
Deposit (EMD) prescribed format. Please refer Tender Documents for selection of
Bank for submission of Bank Guarantee.

Pre-qualification The intending Bidders shall furnish proof of their pre-qualification and
15 experience along with the Part-I (Techno- commercial bid).
Criteria(PQC):

1. The annual turnover (ATO) of the bidders during at least one of the
preceding three financial years (i.e. 2015-2016 ,2016-2017 & 2017-
15.1 Financial Criteria : 2018) shall be at least INR 73,07,23,000.00/-

2. For fulfilling the financial criteria, annual audited and published


financial statements (balance sheet, P & L account, auditor
report and all other schedules/notes to balance sheet and P & L
account) of the bidder shall be considered as financial proof.
The order value and turnover for the purpose of PQC shall be
rounded off to the next thousand Rupees. Turnover in USD shall
be rounded off to next hundred.

3. In case the financial year closing date is within 9 months of bid


due date and audited annual report of immediate preceding
financial year is not available, bidder has the option to submit
the financial details of the three previous years immediately prior
to the last financial year. Otherwise, it is compulsory to submit
the financial details of the immediate three preceding financial
years.

Example, in case, audited annual report of immediate preceding


financial year (year ending 31st March) is not available and
where bid closing date is up to 31st December, the financial
details of the three previous years immediately prior to the last
financial year may be submitted. However, in case the bid
closing date is after 31st December, it is compulsory to submit
the financial details of the immediate three preceding financial
years only.

In case the annual audited and published financial statements


are available in the public domain like third party repositories (for
example, Registrar of companies or equivalent) excluding
websites, etc. under bidder's control, the same shall be
accepted.

Page 2 of 8
1. For experience, the value of successfully completed contracts/
work order(s), executed by the bidder as main or sub-contractor,
during any of the last SEVEN years ending on last day of the
month immediately previous to the month in which last date of bid
submission falls shall be considered as per below

i) Three similar completed works each costing not less than the
amount equal to INR 39,58,09,000.00/-

15.2 Commercial OR
Experience criteria:
ii) Two similar completed works each costing not less than the
amount equal to INR 52,77,45,000.00/-

OR

iii) One similar completed work costing not less than the amount
equal to INR 65,96,81,000.00/-

The similar work (as defined in clause no. 15.3) completed order
value for the purpose of calculation of PQC shall be inclusive of
service tax (for the orders completed prior to introduction of GST)
and inclusive of GST (for the orders if any completed Post GST). The
order values and turnover for the purpose of PQC shall be rounded
off to the next thousand rupees. Turnover in USD shall be rounded off
to next hundred.

2. For fulfilling the commercial experience criteria the following


documents shall be considered as valid proof for meeting the
criteria:

a) Copies of work orders/ relevant pages of contract/SOR


mentioning the value and the scope of work

b) Completion certificate by client/ CONSULTANT indicating with


executed value

3. In case of bidder's experience in composite works, in the event


the qualifying requirement cannot be ascertained from the work
order/ completion certificate submitted by bidder, Copy of
Schedule of Rates (SOR), relevant pages of Contracts, copy of
relevant pages of final bill certified by OWNER for establishing
requirement of PQC or written letter from the OWNER
specifying the nature of work with quantities and executed values
can be submitted for qualification.

4. In case, a job completed by bidder as a sub-contractor and the


bidder is not able to furnish the completion certificates from the
client in his name then completion certificate issued in the name
of main contractor shall also be considered as proof of
completion.

Page 3 of 8
5. A job executed by a bidder for its own plant/projects can’t be
considered as experience for the purpose of meeting requirement
of PQC of the tender. However, jobs executed for Subsidiary/
Fellow subsidiary / Holding Company will be considered as
experience for the purpose of meeting Bid Qualification Criteria
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 job executed for Subsidiary/ Fellow subsidiary /
Holding Company. Such bidders to submit these documents in
addition to the documents specified above to meet PQC.

ANY CIVIL & STRUCTURAL WORKS INVOLVING RCC (IN SUB-


STRUCTURE / SUPERSTRUCTURE), STRUCTURAL STEEL AND
OTHER ALLIED WORKS IN AN INDUSTRIAL PLANT.

For the Similar Nature of Work, it is further elaborated that:

Experience of any kind of Underground RCC Structure / RCC


Foundation works (with or without Piling works) under the
Prequalifying Work order(s) shall also be considered as a part of
Similar nature of Work(s) RCC Sub-structure Works.
15.3
shall be defined as
Experience of Underground piping system in the plant comprising of
RCC pipes, Steel pipe / Ductile iron pipe / Galvanized iron pipe etc.
under the Prequalifying Work order(s) shall also be considered as a
part of Civil works.

Experience of fabrication & erection (with or without Painting /


Insulation / Fireproofing) of Structure / Equipment under the
Prequalifying Work order(s) shall also be considered as a part of
Structural Steel Works.

Offer must be uploaded on e-tender website


www.iocletenders.nic.in before the last date & time of submission of
16. Mode of Submission. tender.

Offer submitted using any other mode will not be accepted.

1. PF Code Allotment letter/ PF registration.


2. Independent ESI Code or undertaking for Independent ESI Code
in the Format given as Annexure to ITB.
3. Assessment Order or copy of Income Tax Returns (duly
acknowledged by Income Tax Department) for last 3 (three)
financial years.
17 Other requirements 4. Power of Attorney in favour of person authorized to submit the bid.
5. Copy of PAN card.
6. Certificate of Incorporation / Partnership deed / Proprietorship
affidavit.
7. GST Registration Certificate.
8. All other documents as listed in ITB.

Mr. Amol Timbe


Tender Inviting
18 AVP – Purchase,
Authority
‘PRAJ Tower’, 274, 275, Bhumkar Chowk-Hinjewadi Rd, Hinjewadi,
Pune - 411057
Tel. : 020-22941000
e-mail: PMPraj_IOCL@praj.net

Page 4 of 8
Mr. Amol Timbe (AVP - Purchase) /
Mr. Sagar Licham (Deputy Manager)
‘PRAJ Tower’, 274, 275, Bhumkar Chowk-Hinjewadi Rd, Hinjewadi,
Pune - 411057
19 Contact Persons Tel. : 020-22941000.
e-mail: PMPraj_IOCL@praj.net

20 Integrity Pact Applicable to this Tender.


Agreement

21 Purchase Preference Not applicable to this Tender.

22 Reverse Auction Online Reverse Auction will be conducted for finalizing this
tender. Please refer ITB for more details.

23. General notes on Bidder Qualification criteria (Pre-Qualification Criteria)

23.1. Bidder shall submit a self-certificate stating that they are not under liquidation, court receivership
or similar proceedings failure to do so or the bidder is under, court receivership or similar
proceedings, their bids shall not be considered.

23.2. Bidder shall not be on Holiday/ Suspension/ banning list of OWNER / Administrative Ministry

23.3. Submission of authentic documents shall be the prime responsibility of the bidder.

23.4. Wherever IOCL (Owner) / PRAJ (Consultant) have concerns or apprehensions regarding the
authenticity / correctness of any document, IOCL (Owner) / PRAJ (Consultant) reserve the right
of getting the documents cross-verified from the document issuing authority

23.5. All documents submitted by the bidder towards meeting PQC shall be furnished in a separate
booklet titled as "Documentation against Bidder Qualification Criteria" with proper indexing

23.6. In case where the bidder cites the reasons of Non-Disclosure Agreement (NDA) for its inability to
submit necessary documents in support of meeting the experience criteria, a certificate, in original,
certifying all the required information, issued by CEO / CFO of the company along with a
declaration that the bidding company is not in a position to submit the required documents owing
to the NDA with an endorsement by Chartered Accountant/ Statutory Auditor / Certified Public
Accountant (not being an employee or a Director or not having any interest in the bidder(s)
company / firm) may be accepted

Wherever Chartered Accountant / Statutory Auditor / Certified Public Accountant (not being an
employee or a Director or not having any interest in the bidder(s) company / firm) is not in a
position to endorse such CEO / CFO's certificate due to local regulations, CEO / CFO's
certificate in original without endorsement may be accepted provided a reference to the local
regulation restricting this endorsement is given in the CEO /CFO certificate.

23.7. All documents furnished by the Bidder in support of meeting the Commercial and Financial
Criteria of PQC shall be:

either

Submitted duly certified by Statutory Auditors of the bidder or a practicing Chartered Accountant
(not being an employee or a Director or not having any interest in the bidder's company/firm)
where audited accounts are not mandatory as per law.

Page 5 of 8
Or

Submits documents duly notarized by any Notary Public in the bidder’s country or certified true
copies duly signed, dated and stamped by an official authorized for this purpose in Indian
Embassy/ High Commission in Bidder's country.

Or

Bidder shall provide self-certified documents either from CEO or CFO or Company Secretary of
the bidder (Limited company only) along with Self-Certification as per format given in Annexure-
X to ITB along with e- bid. This option shall not be applicable to Proprietorship/ Partnership firms.

Requirement of above certification shall not be applicable to published audited annual financial
statements in English, if original booklets are submitted

23.8. In case of a MSE bidder, documentary evidence as per the prevailing Government policy shall
be acceptable. In addition, copy of the document shall be submitted duly authenticated as
mentioned in clause 22.7. However, in case authenticated document is not submitted in original,
the same can be accepted provided a valid MSE certification is available on Government portal
(www.nsicspronline.com) or Government Udyog Aadhar portal. Bidder must declare their UAM
(Udyog Adhar memorandum) number on IOCL’s e-tendering portal.

23.9. Consultant or their subsidiary company or companies under the management of Consultant are
not eligible to quote for the execution of the same job for which they are working as Consultant,
with the exception of participation as Third Party Inspection Agency (TPIA) for the same job.

23.10. A Company (Bidder) shall not be allowed to use the credentials of its parent or any group
company to meet the Experience Criteria.

23.11. The bidders must submit complete and unambiguous documents pertaining to PQC in the first
instance itself along with the offer. IOCL (Owner) / PRAJ(Consultant) may not offer any
opportunity to the bidder to provide complete or unambiguous documents and reserve the right to
proceed on the basis of documents received along with the offer and in case of non-submission
of some documents or submission of incomplete or ambiguous documents, the bid may be
rejected.

24. General

Bidder to note the following before bidding:

A) Offer from Joint Bidders / Consortium will not be acceptable.

Further the bidder to note that Experience of only the bidding entity shall be considered. Bidder shall
not be allowed to use the credentials / Experience of work undertaken by the Bidder as part of a
Joint Venture Company / Consortium etc. to meet the Pre-qualification Experience Criteria.

B) The subject work is indivisible and shall be awarded to single successful bidder unless
stated otherwise elsewhere in the tender document.

C) The offers with incomplete/ irrelevant documents or anomalies are liable to


be rejected without any communication. Hence, bidders are advised to take utmost care
while uploading their prequalification documents.

D) Relevant supporting documents towards other requirements specified are also to be


uploaded along with Techno - commercial bid failing which bid is liable for rejection.

E) IOCL (Owner) / PRAJ(Consultant) reserves the right to reject any or all of the tenders or any
parts of the tender so received and may cancel the tender in part or full, extend the
due date of Tender submission etc. without assigning any reason.

F) Legal dispute, if any, shall only be within the jurisdiction of the Courts in New Delhi
unless mentioned otherwise.

Page 6 of 8
G) All communication will be made through e-Tendering web site (www.iocltetenders.nic.in).
However, IOCL (Owner) / PRAJ(Consultant) reserve the right to take cognizance of the
communication made outside e-Tendering Portal under exceptional circumstances.

H) Bidder cannot make any claim against IOCL (Owner) / PRAJ (Consultant) towards its
expense incurred in connection with the preparation and delivery of their bids, site
visit, participating in the discussion and other expenses incurred during bidding process.

I) Bidder should make sure that their priced bid (Part-II/BOQ) contains only prices.
Rates mentioned elsewhere shall not be taken into cognizance. Offer shall be liable for
rejection if any condition directly or implied, recorded in Priced Bid (Part-II/BOQ).

J) After op eni ng of t h e t e c h n i c a l bids b u t b e f o re t he o p e n i n g of t h e p r i c e b i d s, t h e


bids m a y be rejected for unsatisfactory performance or adverse comments which have
come to the notice after the issue of the tender enquiry.

K) Offers not meeting statutory requirement are liable for rejection.

L) Bidders are advised to visit Announcement section/ Information for DSC/ Bidders Manual
Kit/ FAQ of e –Tender Portal.

M) Refer ITB of the tender document /E-Tendering methodology for more details.

N) Any Corrigenda / Addenda, subsequent to the publication of the tender, will be published on
the IOCL e- tendering website, CPPP tender portal only. All amendments, time extension,
clarifications, etc. will be uploaded in the websites only. Bidders are t heref ore advised to
regularly visit the w e b s i t e to keep themselves updated.

O) IOCL does not take any responsibility for the correctness of tender documents
obtained from any other source. Bidders are advised to visit above mentioned website
before submitting their offer for official version of the tender document including any
corrigendum / amendment if any, which shall be binding to the bidder.

P) If documents (part or full) are found forged, such offers will be summarily rejected and
EMD will be forfeited and may be debarred from future tenders.

Q) EMD:

a. Bidder will be required to submit Earnest Money Deposit (EMD) in the form of Bank
Guarantee in IOCL's format in favour of Indian Oil Corporation Ltd, New Delhi (if the value
is more than Rs 1 lac/ equivalent US$ ) or online through RTGS/ NEFT (for all values).
DO/Banker's cheque will not be accepted against EMD.

The Bank Guarantee shall be kept valid for 03 (Three) months beyond the bid validity.
Bids not accompanied with Earnest Money shall be rejected. Bidders should refer Clause Number
10 of the Instructions to Bidders regarding exemption from submission of EMDs. Scanned copy of
EMD Instrument (i.e. B.G /Online proof of payment/ MSEs/NSIC certificate etc.) must be
uploaded along with offer. Original of these documents shall be submitted to the PRAJ
(Consultant) within the bid due date and time, at the following address:

Mr. Amol Timbe (AVP - Purchase) /


Mr. Sagar Licham (Deputy Manager)
‘PRAJ Tower’, 274, 275, Bhumkar Chowk-Hinjewadi Rd, Hinjewadi, Pune - 411057.
Tel. : 020-22941000.
e-mail: PMPraj_IOCL@praj.net

In case the Bidder fails to submit the EMD in original within 7 calendar days of the due date
and time, his bid shall be rejected, irrespective of their status / ranking in tender and
notwithstanding the fact that a copy of EMD were uploaded earlier by the Bidder on the e-
tendering portal.

25. TERMS & CONDITIONS

Page 7 of 8
A) The subject tender is an e-tender & can be downloaded from IOCL website;
https://iocletenders.nic.in

B) The tender document will not be issued in person or sent by post. Mere obtaining tender
document through IOCL website shall, however, not be construed that the bidder/agency is
considered qualified.

C) Bidders are mandated to get enrolled on e-Tendering portal (https://iocletenders.nic.in and


enroll their Digital Signature Certificate (DSC).

D) Bidders are advised to read the instructions for participating in the e-tendering from
the website https://iocletenders.nic.in. The Help Documentation placed at Home Page
provides necessary guidance to bidders for using the e-Tendering site. A user ID will be
issued to each prospective bidder by e- Procurement administrator for participation in e-
tendering. Special Instruction to Bidder for e tendering procedure is enclosed as part of tender
document.
E) Bidder shall download the Bi dding Document in his own name and submit the bid
di rectl y. The Bid d i n g Docum ent is n o n -transferable. Bids s u b m it t e d by B i d d e r /s w h o h
a ve not downloaded the bidding document either directly or through their authorized person
will be rejected. Please note that o n l y the person having Power of Attorney to do bidding
process on behalf of the bidder shall submit/upload the bid document using their own DSC.

F) As far as possible Bidders are requested to clarif y all the technical queries related to tender
during the Pre-bid meeting i.e. before the bid opening and ensure compliance of all
provisions of the bidding document.

G) The offer of the Bidder shall be valid for a period of 04 (FOUR) months from the date of opening
of the Unpriced Bid.

H) IOCL (Owner) / PRAJ(Consultant) will not be responsible for non-submission of bid within
specified time of tender submission due to any website related problems.

I) IOCL (Owner) / PRAJ(Consultant) reserve the right to assess Bidder's capability and
capacity to perform the Contract by taking into account past performance, and various aspects
such as concurrent commitments etc. IOCL (Owner)/ PRAJ(Consultant) also reserve the right to
use in-house information for assessment of capacity of bidder and their performance on jobs
completed/in progress for evaluation purpose.

Note: Visit https://iocletenders.nic.in to download tender documents. Addendum / Corrigendum, it shall be


hosted on this website only.

Signature Not Verified


Digitally signed by Amol Prabhakarrao Timbe
Date: 2018.12.24 16:15:52 IST
Location: IndianOil e-Tendering Portal
Page 8 of 8

Das könnte Ihnen auch gefallen