Indian Oil Corporation Limited
(IIPM, Gurugram)
Supplementary Tender Document
against
GeM Bid Document
Name of Work/Item: Procurement of Jute Bags for the Training
Participants at IiPM, Gurugram
IOCL Tender Ref No.: IIPMCC8120 (For Internal Use)
CONTENT
Chapter No. Description
Chapter-1 Bid Specific Requirement (BSR)
Chapter-2 Instructions to bidders (ITB) & Appendices
Special Purchase Conditions (SPC) / Special Terms & Conditions
Chapter-3
(STC) and its Annexures (if any)
IIPMCC8120 Page 1 of 13
Chapter-1
BID SPECIFIC REQUIREMENT
(BSR)
(1) Other requirements
Bidder is also required to submit following documents:
Not Applicable
However, Bidder shall be required to submit
BID SECURITY DECLARATION IN LIEU OF
EMD as per Appendix-I.
Bid Security Declaration shall be applicable
for all Bidders irrespective of their status as
i) Earnest Money Deposit
MSE / Start-up / any exempted bidder
(EMD)
category.
Bidders are requested to submit the Bid
Security Declaration as per the attached
format duly filled signed and stamped along
with their technical offer only failing which offer
shall be liable for rejection.
a) Copy of PAN card and GSTIN registration
certificate.
ii) b) Certificate of Incorporation, Articles of
Other requirements
Association & Memorandum of Association /
Partnership deed / Proprietor ship affidavit /
declaration etc. as applicable.
IIPMCC8120 Page 2 of 13
Chapter-2
INSTRUCTIONS TO BIDDER
(ITB)
i) Bidder has to submit scan copy of duly signed and stamped or digitally signed
copy of Technical Specifications of IOCL and Scope of Work/Supply as a token
of acceptance.
ii) Bidder has to submit scan copy of duly signed and stamped or digitally signed copy of
Techno-Commercial Deviation sheet as “Nil” deviation, in case there is no
exceptions/deviations to our Techno-Commercial Terms/Specifications. (Refer
Appendix-II to ITB)
iii) In case of any exceptions / deviations to IOCL’s Techno-Commercial
Terms/specifications, Bidder has to submit “Techno-Commercial Deviation” sheet
mentioning all the Techno-Commercial Deviations as per attached format given in
Instruction to Bidder.
iv) Please note that any Exceptions / Deviations/ Clarifications / Notes/ Comments
etc., givens elsewhere in the offer other than the “Techno-Commercial
deviations Sheet” shall not be considered.
v) Offer from following types of bidder will not be accepted
(a) Who are in the Holiday list of IOCL or its Administrative Ministry, MoPNG.
(b) Who are under liquidation, court receivership or similar proceedings.
(c) Consultant or their subsidiary Company or companies under the management of
consultant for execution of the same project for which they are working as
consultant.
vi) Offer from Joint Bidders / Consortium will not be acceptable unless stated otherwise
elsewhere in the tender document.
vii) The subject work is indivisible and shall be awarded to single successful bidder
unless stated otherwise elsewhere in the tender document.
viii) 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.
ix) In case of foreign bidders, if the value indicated is in currency other than USD the
same shall be converted in equivalent USD considering the conversion rate as on the
date of issue of the reference order(s) based on SBI bill selling rate.
x) Relevant supporting documents towards other requirements specified are also to be
uploaded along with Techno-Commercial bid failing which bid is liable for rejection.
xi) IOCL 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.
xii) IOCL reserves the right to allow purchase preference to Micro and Small Enterprises
(MSEs) or other organizations as per Government policy prevailing at the time of
floating the tender.
IIPMCC8120 Page 3 of 13
xiii) Bidders are to quote their most competitive rates. Negotiations will not be conducted
with the bidders as a matter of routine. However, Owner reserves the right to conduct
negotiations.
xiv) Legal dispute, if any, shall only be within the jurisdiction of court of New Delhi (India)
unless mentioned otherwise.
xv) All communication will be made through GeM web site ([Link] However,
IOCL reserve the right to take cognizance of the communication made outside GeM
Portal under exceptional circumstances.
xvi) Bidder cannot make any claim against IOCL 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.
xvii) Submission of authentic documents is the prime responsibility of the bidder.
Wherever IOCL has concern or apprehension regarding the authenticity/ correctness
of any document, IOCL reserves the right to get the documents verified from issuing
authority/any relevant source. 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.
xviii) After opening of the technical bids but before the opening of the price bids, the bids
may be rejected for unsatisfactory performance or adverse comments which have
come to the notice after the issue of the tender enquiry.
xix) Offers not meeting statutory requirement are liable for rejection.
xx) Notwithstanding any other condition /provision in the tender documents, bidders are
required to submit complete documents pertaining to pre-qualification criteria (PQC),
along with their offer. Failure to meet the pre-qualification criteria (PQC) will render
the bid to be summarily rejected.
IOCL reserves the right to complete the evaluation based on the details furnished by
the bidder, with or without seeking any additional documents/clarifications.
xxi) Any Addendum/Corrigendum/Sale date extension in respect of above Tender shall be
issued on GeM website: [Link] only and no separate notification shall be
issued in the press. Bidders are therefore requested to regularly visit our website to
keep themselves updated. Failure of Bidder to submit tender without taking
cognizance of Corrigendum / Amendment (if any) issued by IOCL shall make bid
liable for rejection.
xxii) 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.
xxiii) A Tender is also liable for rejection in the following circumstances:
a) Does not pay the EMD (as applicable) before deadline.
b) Does not fulfil minimum pre-qualification criteria as per the Tender Documents.
c) Unsolicited tenders.
d) Stipulates the validity period less than what is stated in the Tender Documents.
e) Stipulates his own conditions and does not agree to withdraw the deviations,
rendering his bid unacceptable.
f) Does not disclose the full names and addresses of all his partners or Directors as
applicable wherever called for in the tender.
IIPMCC8120 Page 4 of 13
g) Does not fill in and digitally sign the required annexures, specifications, etc. as
specified in the tender.
h) Does not submit bid in the prescribed format making it impossible to evaluate the
bid.
i) Indulges in tampering of tender documents.
j) Does not conform to any tender condition which stipulates non-conformance of
tender conditions as a rejection criteria.
It shall be mandatory for the bidder to produce valid documentary proof for
compliance with the above stated requirements failing which the bidder shall
not qualify for the job and his offer shall be rejected forthwith.
Note:
These Terms and Conditions shall be read in conjunction with GeM GTC and other documents
forming part of the Bid Document. Wherever any provision(s) of the GeM GTC is (are) repugnant to or
at irreconcilable variance with any provision(s) of this, the provision(s) of the GeM GTC shall be
deemed to override the provision(s) of these conditions, only to the extent of such repugnancies or
variance.
IIPMCC8120 Page 5 of 13
Appendix – I to ITB
FORMAT OF BID SECURITY DECLARATION IN LIEU OF EMD
(ON BIDDERS LETTER HEAD)
Name of Work : Procurement of Jute Bags for the Training Participants at IiPM,
Gurugram
Tender No. : IIPMCC8120 (For Internal Use)
Name of the Bidder :
I/We, the authorized signatory of the firm, participating in the subject Tender do hereby
declare that in the event:
I / We withdraw / modify our bid during the period of bid validity
OR
I/We commit any other breach of tender conditions/ contract which would have otherwise
attracted forfeiture of EMD
OR
I / We fail to / refuse to initiate the execution of the awarded Contract as per the terms of the
Contract
then I / We could be debarred from being eligible for bidding / award of all future tender(s) of
Indian Oil Corporation Limited for a period of SIX Months from the date of communication of
such debarment.
(Seal & Signature of Tenderer)
IIPMCC8120 Page 6 of 13
Appendix – II to ITB
FORMAT FOR BIDDER’S EXCEPTIONS/ DEVIATIONS
Bidder shall propose the deviations, exceptions, clarifications, qualifications,
assumptions to the bid documents in the following format. No exceptions, qualifications
or deviations whatsoever will be considered unless entered in this Attachment.
Bidder must include one of the following statements.
“Our Bid is in accordance with the data, specifications and other technical & commercial
requirements of the Bid, with no exceptions.”
OR
“Our Bid is in exact accordance with the data, specifications and other technical &
commercial requirements of the Bid, with no exceptions other than those listed below:”
Tender
Document Deviation/ Exception/
Ref of Page Clarification/ Assumption
S. No. No. Subject
Cl. No. Para No.
(1) (2) (3) (4) (5) (6)
NOTE:
(1) I understand that any exceptions or Deviations will lead to cancellation of my
offer. However, these exception or deviations are necessary due to following reasons.
Mention the reasons below:
(a)
(a)
(2) The Pre-Bid Queries (if date of pre-bid meeting is mentioned in the NIT) may be sent thru’
e -mail to tender inviting authority, the details of which is provided in NIT at least 02 days
before the pre-bid meeting.
(3) All exceptions/ deviations taken by Bidder to the stipulations of the Tender Document
shall be brought out in the techno-commercial bid (and not in the price bid) as per this
format. Any exceptions/ deviations brought out elsewhere in the bid shall not be
construed as valid.
(4) Deviation in Price Bid shall lead to rejection of offer.
(5) In case above format is UPLOADED BUT NOT FILLED UP or NOT UPLOADED along with
Techno-Commercial Bid, it will be considered that the bidder has accepted all terms and
conditions of tender documents and has submitted their offer accordingly with NIL deviation.
No further exception /deviation raised in any other form shall be considered.
(Seal & Signature of Tenderer)
IIPMCC8120 Page 7 of 13
Chapter-3
SPECIAL PURCHASE CONDITIONS
(SPC)
OR
SPECIAL TERMS & CONDITIONS
(STC)
1. The quoted rates will be valid for a period of One year from the date of issue
of purchase order and no increase in price will be accepted during the contract
period.
The total period of contract will be for One Year. The supply shall be taken on lot basis
minimum 1000 pieces per lot as and when required on the basis of 15 days advance
notice through email as scheduled below.
✓ 1st Lot of 1000 Bags order will be placed within 15 Days of issuance of order by
March / April’ 2023 tentatively.
✓ 2nd Lot of 1000 Bags order will be placed by Aug/ Sep’2023 tentatively.
✓ 3rd & Final Lot of 1000 Bags order will be placed by Dec’2023 tentatively.
The supply of jute bags shall be taken in 2-3 lots with each lot total delivery period of 45
Days.
Packing of bags will be in lot of 20 pieces to be supplied in packing of one bundle.
However, procurement schedule may change based on the actual requirement for
training programs.
2. The jute bags to be supplied at IndianOil Institute of Petroleum Management,
83, Institutional Area, Sector-18 Gurgaon-122001. (Haryana)
3. The request for fresh supply shall be placed through E-mail.
4. IiPM’s logo (three colors printing) soft copy shall be provided by IOCL. Size of
logo: 100 mm x 50 mm. is to be printed on the front portion of on the front
pocket and logo of Swachh Bharat and slogan lines in Hindi text in navy blue
color to be printed on other side surface. Sample is enclosed. However,
printing design may change as per requirement of IiPM.
5. Sample bag is available at IiPM, Gurugram. Bidder can visit during 10 AM to
04 PM at IiPM to see the sample bag on any working day (Monday to Friday).
6. After purchase order is placed, the concerned bidder to submit and obtain
prior approval of sample bag from consignee / Engineer In Charge (EIC) as
per our stipulated tender specifications, size and printing specific statutory
messages as per design before delivery of the jute bags. Vendor is required
to submit NABL India / Indian Jute Industries Research Association
certificate or equivalent Government body with regard to Jute bag
material, handle, sling etc. along with sample approval.
IIPMCC8120 Page 8 of 13
7. The contractor has to furnish the detail of contact person
[Name/Address/Residence Phone No./Mobile No./Email/Designation etc) as
per Annexure-A to Special Purchase Conditions enclosed herewith to whom
indent to be placed by our authorized representative for supply of Jute bags at
IiPM.
8. Any defected bag, if found, is to be replaced by bidder within seven days’ time
of the information.
9. Payment conditions:
Each lot shall be of 1000 nos. and payment shall be made after delivery of
each lot and 3% of each lot bill amount shall be retained as “retention amount”
till completion of the total supply of Jute Bags. As such, this 3% retention
amount shall be released only after 3 months of acceptance of the last
lot.
10. Detail Specification for fabrication / design, colour, printing etc. of Jute Bags
are enclosed herewith Annexure-B to Special Purchase Conditions.
11. Image of sample Bag is enclosed herewith for reference only, as
Annexure-C to Special Purchase Conditions.
IIPMCC8120 Page 9 of 13
Annexure-A to SPC
INFORMATION ABOUT TENDERER
1. Name of the Business/Firm/Company
: ___________________________________
2. Whether the business/firm is registered :____________
3. Registered Address
: ___________________________________
____________________________________
____________________________________
4. Type of Business (Proprietary/ Partnership Firm/ Company/Society)
: ___________________________________
5. Name(s) of Proprietor/ Partner(s)/Director(s):
:___________________________
:______________________
(A separate sheet may be attached, if the above is not sufficient)
6. Commencement of business/ Date of establishment of firm/ Date of
Registration of Company
:____________________________________
7. Contact Person(s)
:____________________________________
8. Contact Nos. :____________________________________
9. Email Address :____________________________________
(Seal & Signature of Tenderer)
IIPMCC8120 Page 10 of 13
Annexure-B to SPC
Specifications
for
fabrication / design, colour, printing etc.
of
Jute Bags
S. No. Attribute Specifications
1 Finished Size of the Size: H- 31 cm W- 41 cm G- 15 cm with zipper at the top of good quality.
Jute Bag (i.e., (Zipper colour to match with gusset.)
measured from edge
to edge). Bag Material: Jute Blended Fabric, 75% jute 25% cotton. 280 gms/m2.
Zipper should be of very good quality of YKK or equivalent.
Colour: Natural
2 Handle (2 nos.) and Handle Size: 45cm x 3.8 cm round Dia approx. 1.5 cm rope inside
sling in handle. 2 Nos. (i.e., measured from both side top edge).
Handle Material: Cotton webbing handle
Colour: Match with bag fabric (Natural jute colour)
(Handles must be stitched with 1.5” (Inch) additional length inserted inside
the top folder/Gusset).
Sling: Same colour, fabrics of handle use for sling and size 3.8 cm
flat belt and length 1.20 Mtr. adjustable.
(Handles must be stitched with 1.5” (Inch) additional length inserted inside
the top folder/Gusset).
3 Outer pocket Pocket to be provided on front wall to be closed with Flap of same
jute fabric as above.
Size of Pocket: H - 20 cm x W- 20 cm with G - 4 cm, front pocket to
be provided with IiPM colored logo (Three colors) printing as per
approved design. (Logo size 10 cm x 5 cm)
Size of Flap: H 10 cm x W 20 Cm (duly closed with standard
matching Nevi blue colour tape)
Pocket and flap on front to be provided with good quality hook &
loop tape/Velcro of size of 12 cm x 2.5 cm.
Bag Sample to be submitted for approval before lot wise
delivery.
IIPMCC8120 Page 11 of 13
4 Colour, Design & (i) Body Colour of Jute Bag - Natural
Printing (ii) Gusset & Flap - Navy Blue
(iii) Design & colour of print - As per sample
5 Logo & Slogan (i) Logo of “IiPM” in three colours; Orange, Blue & black as per
sample, is to be printed on the front pocket.
(ii) On the backside top of the bag, in center Logo of swachh
Bharat (Gandhiji Chashma) size 12X6 cm in Nevi blue colours
and Hindi slogan “अपने शहर को ना करे मैला साथ मै लेकर जाये थैला” is
to be printed in Navy Blue colour. (Slogan in two line, text
height is minimum one inch)
6 Raw material quality Jute cloth used for the bag must be of good quality. The overall get up of
the jute bag and it’s inside lamination of 80 GSM waterproof lamination
inside /coating of waterproof material must be as per sample.
Definitions: B: Breadth L: Length G: Gusset
IIPMCC8120 Page 12 of 13
Annexure-C to SPC
Images of sample Bag
IIPMCC8120 Page 13 of 13