0% found this document useful (0 votes)
198 views23 pages

FRP Tanks Tender for IOCL RO Plant

This document is a tender notice from Indian Oil Corporation Limited for FRP tanks for an RO plant. It provides key details about the tender including the tender number, item description and quantity, type of tender, EMD amount, tender download/sale and submission periods, address for queries, and contact information. It notes that the tender will be opened online on the specified date and time on the IOCL e-tendering website. An index of the documents included in the tender is also provided.

Uploaded by

ANIMESH JAIN
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
198 views23 pages

FRP Tanks Tender for IOCL RO Plant

This document is a tender notice from Indian Oil Corporation Limited for FRP tanks for an RO plant. It provides key details about the tender including the tender number, item description and quantity, type of tender, EMD amount, tender download/sale and submission periods, address for queries, and contact information. It notes that the tender will be opened online on the specified date and time on the IOCL e-tendering website. An index of the documents included in the tender is also provided.

Uploaded by

ANIMESH JAIN
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 23

TENDER NO.

: PRMM184055

INDIAN OIL CORPORATION LIMITED


Panipat Refinery & Petrochemical Complex

TENDER NO. : PRMM184055

FRP TANKS FOR RO PLANT TTP

INVITED BY:

DEPUTY GENERAL MANAGER (MAT)


INDIAN OIL CORPORATION LTD. (IOCL)

Contact Person:
Materials Manager
B L Meena
Indian oil corporation ltd. (IOCL),
Panipat Refinery
E-mail: [email protected]
Tel: 0180-2522392

Page 1 of 23
TENDER NO. : PRMM184055
INDEX
SR. DOCUMENT FORMAT PAGE NO. / LOCATION

1. COVERING LETTER FOR TENDER PDF 1


2. INDEX PDF 2-3
3. NOTICE INVITING TENDER (NIT) PDF 4
4. PRE QUALIFICATION CRITERIA PDF 5-7
5. GENERAL INSTRUCTION TO BIDDERS PDF 8-17
6. TENDER CONDITIONS FOR BENEFITS/PREFERENCE FOR PDF 18-19
MICRO & SMALL ENTERPRISES (MSEs)

7. INVITATION LETTER FOR DIGITAL SIGNATURE PDF 22


CERTIFICATE (DSC) REQUIREMENT FOR PROSPECTIVE
FOREIGN BIDDER (Applicable for Global Tenders)
8. TENDER CONDITIONS FOR PURCHASE PREFERENCE PDF Refer Work item document on e-

LINKED WITH LOCAL CONTENT (PPLC) (Applicable for Global tender portal

Tenders)
9. DMEP TENDER CONDITIONS (If applicable) PDF Refer Work item document on e-
tender portal
10. INTEGRITY PACT AGREEMENT FORMAT (If applicable) PDF Refer Work item document on
e-tender portal
11. SCOPE OF SUPPLY CUM TECHNICAL SPECIFICATION PDF Refer “Enquiry-cum-Offer” document

DOCUMENTS
12. PRICE SCHEDULE FORMAT-PRICED XLS (UPLOADED SEPARATELY AS BOQ)

13. FORMAT FOR ACCEPTANCE OF TENDER TERMS & XLS Refer Work item document on

CONDITIONS e-tender portal & Sheet 1 “Decl. &


Accept.-on-Tender-T&C” in XLS file
named “Bid_Documents”
14. AGREED TERMS AND CONDITIONS (INDIGENOUS)/ XLS Refer Sheet 2(a) “ATC(Ind)”/2(b)

(IMPORT) “ATC (Imp)” in XLS file named


“Bid_Documents”
15. PROFORMA FOR DEVIATIONS LIST: TECHNICAL & XLS Refer Sheet 3(a)
COMMERCIAL “Deviations_Technical”/ 3(b)
“Deviations_Commercial” in XLS file
named “Bid_Documents”
16. PROFORMA FOR DETAILS OF PQC DOCUMENTS DETAILS XLS Refer Sheet 4 “PQC Doc- details” in
XLS file named “Bid_Documents”
17. UN PRICE SCHEDULE FORMAT XLS Refer Sheet 5 “Un priced-BOQ” in
XLS file named “Bid_Documents”
18. PROFORMA FOR DECLARATION OF HOLIDAY LISTING XLS Refer Work item document on
e-tender portal
19. PROFORMA FOR BANK MANDATE DETAILS, LIST OF IOCL PDF Refer Work item document on

APPROVED TPI AGENCIES e-tender portal

20. GENERAL PURCHASE CONDITIONS & BG FORMATS PDF Refer Work item document on
e-tender portal

Page 2 of 23
TENDER NO. : PRMM184055
21. SPECIAL INSTRUCTIONS TO BIDDERS PDF Refer Work item document on
e-tender portal

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 shall be as under:


1. Scope of Supply Cum Technical Specifications documents.
2. Agreed Terms & Conditions (Indigenous) / Agreed Terms & Conditions (Import)
3. IOCL General Purchase Conditions (GPC)

Page 3 of 23
TENDER NO. : PRMM184055
1. NOTICE INVITING TENDER (NIT)– E-TENDER
TENDER NO. : PRMM184055
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 E-tender
under TWO BID (PART-I: Techno-Commercial Bid and PART-II: Price Bid) from bonafide
experienced Bidder of sound financial standing and reputation for the job(s) defined in this tender
covering following items. The details of the tender are given below:
Material Description FRP TANKS FOR RO PLANT TTP
Quantity As per BOQ/Enquiry Cum Offer document
Type of Tender Open E-Tender
PERFORMANCE BANK APPLICABLE
GUARANTEE
EMD Amount Rs. 19,847/-
(in INR/USD)
EMD exempted categories: Micro & Small Enterprises (MSE) (except Stockists & Traders) as
mentioned in “TENDER CONDITIONS FOR BENEFITS/PREFERENCE FOR MICRO & SMALL
ENTERPRISES (MSEs)”, Startup recognized by DIPP, Central/State PSUs & Govt. Organizations
and JVs of IOCL.
Please refer “General Instruction to Bidders” for information on EMD submission.

TENDER DOWNLOAD/ 21.08.2018 03.00 PM IST To 04.09.2018 03:00 PM IST


SALE PERIOD
BID SUBMISSION PERIOD 21.08.2018 03.00 PM IST To 04.09.2018 03:00 PM IST
CLARIFICATION PERIOD 21.08.2018 03.00 PM IST To 28.08.2018 03.00 PM IST

**Queries for clarification to be sent over email during the “Clarification


Period”. Though IOCL may respond to clarifications sought after
“Clarification Period”, IOCL will not be under obligation to extend the bid
submission date or to respond to clarifications sought by the buyers after
the scheduled “Clarification Period”.
Pre Bid Meeting NOT REQUIRED
BID OPENING DATE & 05.09.2018 03:00 PM IST
TIME Tender will be opened online on https://iocletenders.nic.in/, on or after
mentioned date & time.
Address of the Tender Issuing Authority: Deputy General Manager (Mat) PO: PANIPAT REFINERY
AND PETROCHEMICAL COMPLEX, PANIPAT-132140, HARYANA, Phone- 0180-252-2392
E-mail : [email protected] / [email protected]
 Tender document (Non-Transferable) can be downloaded from IOCL e-tendering web site
https://iocletenders.nic.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: - Any Addendum / Corrigendum / Sale date extension in respect of above tender shall
be issued on our website: https://iocletenders.nic.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: Panipat Deputy General Manager

Page 4 of 23
TENDER NO. : PRMM184055

2. PRE-QUALIFICATION CRITERIA (PQC):


2.1 TECHNICAL CRITERIA: NOT APPLICABLE

2.2 FINANCIAL CRITERIA: NOT APPLICABLE

2.3 COMMERCIAL EXPERIENCE CRITERIA:

The order(s) executed by the bidder, during the last five years ending on the last day of the
month immediately preceding the month in which the last date of bid submission falls, should
be as under

S. Commercial Pre-qualification Critria PQC VALUE


N.
Three orders each executed for *Similar items on FOR Rs. 4,58,087.00
a dispatch point basis (Excluding taxes, duties & Freight) where
executed value is not less than the amount equal to
OR
Two orders each executed for *Similar Items on FOR dispatch Rs. 6,10,782.00
b point basis (Excluding taxes, duties & Freight) where executed
value is not less than the amount equal to
OR
One order executed for *Similar Items on FOR dispatch point Rs. 7,63,478.00
c basis (Excluding taxes, duties & Freight) where executed value
is not less than the amount equal to

*Similar Item: “Supply of FRP TANKS”.

NOTE:-

1. FOB/FCA/FOR Dispatch point price (inclusive of P&F charges, if any) shall be considered
for arriving at the executed order value.
However, in case any other cost component like TPI charges, Freight charges, Taxes &
Duties etc. are not indicated separately and are already included in the Purchase Order
Value, as evident from the submitted Purchase order copies, then executed order value shall
include such inclusive cost components also for the purpose of PQC evaluation.

2. Last date of order execution may fall in the above mentioned period i.e. within last five years
ending on the last day of the month immediately preceding the month in which the last date
of bid submission falls.

3. Foreign orders in currency other than USD shall be converted to USD on the date of the
said Purchase Order (Global Tenders). Orders in currency other than INR shall be converted
to INR on the date of the said Purchase Order (National Tenders).RBI reference rate shall be
considered for ex conversion.

4. For fulfilling the commercial experience criteria any one of the following documents may be
considered as valid proof for meeting the criteria:

Page 5 of 23
TENDER NO. : PRMM184055
i. Purchase Order copy along with Invoice(s) with self-certification by the bidder that
supplies against the invoices covering the “similar order” have been executed to the
required value.
ii. Purchase Order copy along with Bank Certificate indicating payment against the PO.
iii. Execution certificate by client with order value.
iv. Goods Receipt Note (GRNs) in case where IOCL is a client
v. Any other document in support of order execution like TPI release note, etc.

Other Notes:
a) The requirement for submission of audited financial statement is sometimes not accepted
by some foreign bidders due to their internal / local regulation (particularly in case such
bidders are subsidiaries of other foreign company). Instead of this they prefer to submit CEO /
CFO certificate (the parent company for itself or for its subsidiary) for their turnover or the
financial statement.

In such case CEO / CFO’s certificate in original from the company or from the parent company
(in case bidder is a subsidiary) stating the turnover of the bidding entity along with a
declaration that the bidding company is not in a position to submit its financial statement as
per the local / internal regulation (clearly specifying the applicable regulation) 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 of the local
regulation restricting this endorsement is given in the CEO / CFO certificate.

b) Similarly 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 of the local
regulation restricting this endorsement is given in the CEO / CFO certificate.

c) In case a foreign bidder submits any of the Pre Qualification support documents in any
language other than English, then it will be the responsibility of such foreign vendor to also
provide the English translation copy of the same duly certified, stamped and signed by their
Local Chamber of Commerce.

d) Bids submitted on consortium and joint -ventures basis are not acceptable, unless
otherwise specified in the Tender.

e) IOCL reserves the right to complete the evaluation based on the details furnished with the
bid without seeking any additional information.

Page 6 of 23
TENDER NO. : PRMM184055
f) 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 bidder’s tender will be rejected.

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

h) Submission of authentic documents in time is the prime responsibility of the bidder.

i) 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 7 of 23
TENDER NO. : PRMM184055
3. GENERAL INSTRUCTIONS TO BIDDERS:
3.1 The Bids shall be uploaded in 2 (TWO) COVERS (COVER-1: Techno-Commercial Bid and
COVER-2: Price Bid) in case of Two bid Tender in electronic form only through Indian Oil
e-tendering system on IOCL E-Tendering website ( https://iocletenders.nic.in/)

COVER -1: Techno-Commercial Bid i.e. Un-Priced Bid should contain:


i. Online EMD / Scanned Copy of EMD Instrument (Demand draft/Bankers Cheque/Bank
Guarantee (if applicable)/ On date valid EMD Exemption document.

ii. Bid_Documents XLS file containing sheets as under, duly filled as applicable and
digitally signed as bidder’s acceptance and confirmation:

a. Sheet 1 “Decl. & Accept.-on-Tender-T&C” - PROFORMA FOR DECLARATION ON


ACCEPTANCE OF TENDER SCOPE, SPECIFICATIONS, TERMS & CONDITIONS.
b. Sheet 2(a) “ATC(Ind)”/2(b) “ATC(Imp)”- AGREED TERMS AND CONDITIONS
(INDIGENOUS)/ (IMPORT)
c. Sheet 3(a) “Deviations_Technical”/ 3(b) “Deviations_Commercial”- PROFORMA FOR
DEVIATIONS LIST: TECHNICAL & COMMERCIAL
d. Sheet 4 “PQC Doc- details”- PROFORMA FOR PQC DOCUMENTS DETAILS, if
applicable as per Tender.
e. Sheet 5 “Un priced-BOQ” - UNPRICED SCHEDULE FORMAT.

iii. Documents towards fulfillment of Pre-Qualification Criteria of the Tender (If applicable
as per Tender) as per details submitted in Sheet 4 “PQC Doc- details”- PROFORMA FOR
PQC DOCUMENTS DETAILS,Bank details as per format given in additional documents (if
applicable).
IN CASE THESE DOCUMENTS ARE NOT APPLICABLE, PLEASE UPLOAD A PDF FILE,
ONLY INDICATING “NOT APPLICABLE”

iv. Enquiry cum Offer containing SCOPE OF SUPPLY CUM TECHNICAL SPECIFICATION
DOCUMENTS digitally signed as bidder’s acceptance and confirmation.

v. FORMAT FOR ACCEPTANCE OF TENDER TERMS & CONDITIONS duly signed &
stamped.

vi. Any other documents IF specifically asked to be uploaded in the relevant packet/
Integrity Pact (IP) Agreement duly filled, signed & stamped/
(Applicable for Global Tenders only) Undertaking on bidder’s letter head confirming
their meeting the local content duly certified as defined in Cl. No. 5.1. under the heading
“Purchase Preference (linked with Local Content)2017 (PP-LC)”/
Documents required for availing DMEP benefits (if applicable).
IN CASE THESE DOCUMENTS ARE NOT APPLICABLE, PLEASE UPLOAD A PDF FILE,
ONLY INDICATING “NOT APPLICABLE”

COVER-2: 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. “The Prices should be quoted in ‘Price BOQ’ only and should not be quoted
in any other document”
ii. (Applicable for Global Tenders only) Price break-up of “local component” and “Imported
component” in the format for calculation of local content as defined in Annexure-II to the
Page 8 of 23
TENDER NO. : PRMM184055
heading “Purchase Preference (linked with Local Content)2017 (PP-LC)”. In case,
bidders are not eligible for any preference as per the PP-LC policy, they should also submit
additional pdf document apart from Priced BOQ, by indicating “Not applicable”, in the Price
Bid.

NOTE: In case of Single bid Tender, the Price Bid shall also be a part of Cover-1.

In case of Single bid Tender, if the bidder is silent on any Tender Clause which calls for
commercial loading, it will be assumed that the bidder has not accepted the specific clause
and specified commercial loading shall be done for evaluation purpose. No confirmation shall
be sought by IOCL after opening of bids.

3.2 A) In case Earnest Money Deposit (EMD) is applicable in the tender as per NIT, the
following shall be applicable for INDIAN BIDDERS

a) EMD amount upto Rs. 1 lac. : EMD to be submitted through online payment at IOCL
e-tender portal along with the offer. EMD payment through Demand Draft, Bankers
Cheque and Swift Transfer shall not be accepted.

b) EMD amount more than Rs. 1 lac. : EMD can be submitted through online payment at
IOCL e-tender portal along with the offer or through Bank Guarantee (BG). Validity of BG in
lieu of EMD shall be 3 months beyond bid validity. Bank Guarantee must be strictly as per
IOCL format as per Annexure-A of IOCL GPC. Scanned Copy of EMD instrument i.e. Bank
Guarantee has to be uploaded in the un-priced bid and the bidder should also ensure that
the above mentioned Original BG in physical form duly enclosed in a sealed envelope super-
scribed with “Offline EMD”, Bidder’s Name, Tender No., Bid Submission End Date & Item, is
received at the Office of Tender issuing authority as per following schedule:

I. Single Bid Tenders: Before due date and time of opening of bids.
II. Two Bid Tenders: Within 7 working days from the date of opening of technical bids.

Note:
i) For the purpose of receipt of BG, the time recorded in the Receipt / DAK section against
receipt shall be considered as receipt time.

ii) Only those Physical BG instruments found matching with the copy submitted in the e-
portal shall be considered as valid.

IOCL shall not be responsible for postal/courier delay, non-receipt or loss in transit.

IN CASE BIDDER DOES NOT SUBMIT EMD AS MENTIONED ABOVE, THEN THE BID
SHALL BE LIABLE FOR REJECTION.

3.2 B) In case Earnest Money Deposit (EMD) is applicable in the tender as per NIT, the
following shall be applicable for FOREIGN BIDDERS

a) EMD amount upto Rs. 1 lac. : EMD to be submitted through online payment at IOCL e-
tender portal along with the offer. EMD payment through Demand Draft/ Bankers
Cheque/Swift Transfer shall also be accepted.

b) EMD amount more than Rs. 1 lac. : EMD can be submitted through online payment at
IOCL e-tender portal along with the offer/Demand Draft/Swift Transfer or Bank

Page 9 of 23
TENDER NO. : PRMM184055
Guarantee(BG). Validity of BG in lieu of EMD shall be 3 months beyond bid validity. Bank
Guarantee must be strictly as per IOCL format as per Annexure-A of IOCL GPC.

In case of submission of physical EMD instrument i.e. Demand Draft/ Bankers


Cheque/Bank Guarantee, scanned Copy of EMD instrument has to be uploaded in the un-
priced bid and the bidder should also ensure that the Original EMD instrument in physical
form duly enclosed in a sealed envelope super-scribed with “Offline EMD”, Bidder’s Name,
Tender No., Bid Submission End Date & Item, is received at the Office of Tender issuing
authority as per following schedule:

I. Single Bid Tenders: Before due date and time of opening of bids.
II. Two Bid Tenders: Within 7 working days from the date of opening of technical bids.

Note:
i) For the purpose of receipt of Physical EMD instrument, the time recorded in the Receipt /
DAK section against receipt shall be considered as receipt time.

ii) Only those Physical EMD instrument found matching with the copy submitted in the e-
portal shall be considered as valid.

IOCL shall not be responsible for postal/courier delay, non-receipt or loss in transit.

EMD shall be in equivalent US Dollar. Based on authorization by foreign bidder, their


Indian associates may be allowed to submit EMD in INR in form of only online payment at
IOCL e-tender portal.

IOCL Bank details for Swift Transfers by Foreign bidders for EMD is as under Bank
Name : HDFC BANK LTD
Account Number : 10940350000010
Bank IFSC code : HDFC0001094
SWIFT : HDFCINBB
Branch Name : IOCL Panipat Refinery

IN CASE BIDDER DOES NOT SUBMIT EMD AS MENTIONED ABOVE, THEN THE BID
SHALL BE LIABLE FOR REJECTION.

3.3 The IOCL Banker’s details required for issue of Bank Guarantees Only are as under:

Bank Name : STATE BANK OF INDIA


Account Number : 00000010813605410
Bank IFSC code : SBIN0017313
Branch Name : CAG-II NEW DELHI
Please ensure to indicate Bankers name, contact person name, phone, email, and Fax
No. on Bank Guarantee covering letter of the Bank, to expedite BG confirmation from
your bankers by IOCL.

Page 10 of 23
TENDER NO. : PRMM184055
PANEL OF BANKS FOR ACCEPTANCE OF BANK GUARANTEE FROM
CUSTOMERS/SUPPLIERS
I. BGs less than Rs. 1 crore may be accepted from any scheduled bank (including nationalized banks,
other scheduled commercial banks, scheduled cooperative banks and scheduled regional rural
banks) as appearing in the Second Schedule to the RBI Act 1934.
II. BGs of Rs. 1 crore and above may be accepted, which is issued by any of the following Banks:
1. ALLAHABAD BANK 26. SYNDICATE BANK
2. BANK OF BARODA 27. ICICI BANK
3. BANK OF INDIA 28. HDFC BANK
4. BANK OF MAHARASHTRA 29. KOTAK MAHINDRA BANK
5. CANARA BANK 30. SOUTH INDIAN BANK
6. CENTRAL BANK OF INDIA 31. FEDERAL BANK
7. CORPORATION BANK 32. EXIM BANK
8. INDIAN BANK 33. ING VYSYA BANK
9. STATE BANK OF BIKANER &
JAIPUR 34. AXIS BANK
10. STATE BANK OF
HYDERABAD 35. YES BANK
11. STATE BANK OF INDIA 36. CITI BANK N.A.
12. STATE BANK OF MYSORE 37. HSBC BANK
13. STATE BANK OF PATIALA 38. DEUTSCHE BANK AG
14. STATE BANK OF
TRAVANCORE 39. BANK OF AMERICA N.A
15. UCO BANK 40. ROYAL BANK OF SCOTLAND
16. UNION BANK OF INDIA 41. BNPPARIBAS
17. UNITED BANK OF INDIA 42. BANK OF NOVA SCOTIA
43. BANK OF TOKYO-MITSUBISHI
18. VIJAYA BANK UFJ LTD.
44. MIZUHO CORPORATION BANK
19. ANDHRA BANK LTD
20. DENA BANK 45. BARCLAYS BANK PLC
21. IDBI BANK 46. ANZBANK
22. INDIAN OVERSEAS BANK 47. JP MORGAN CHASE BANK
23. ORIENTAL BANK OF
COMMERCE 48. STANDARD CHARTERED BANK
24. PUNJAB & SIND BANK 49. DBS BANK
25. PUNJAB NATIONAL BANK 50. FIRST RAND BANK
III. BGs from any other bank other than above can be accepted only if the same is counter guarantee
by any of the above 50 banks.
In case the vendor is submitting Bank Guarantee towards EMD or Performance, as per
tender conditions, the vendor to also ensure that The rating of bank sanctioning the BG
should not fall below the rating of 'A' from Moody's or equivalent (from other rating agency)
in case of foreign bank and rating of at least 'AA' from CRISIL or equivalent (from other
rating agency) in case of Indian banks during the tenor of the BG. In case the rating falls
below threshold level at any time during the tenor of BG, the party will arrange to replace
the BG, at its own cost, through any of the bank acceptable to IOC.

Page 11 of 23
TENDER NO. : PRMM184055

3.4 Offer shall be submitted ONLY through online mode on above given IOCL e-tendering
website as per the “Critical Dates” mentioned in the Tender details at IOCL e-tender portal.
The UNPRICED BIDS shall be opened on or after the date and time indicated in “Critical
dates”. IOCL reserves the right to extend the Tender due date before bid opening. The
PRICED BIDS of the Techno-Commercially acceptable bidders shall be scheduled for
opening, at IOCL e-tender portal on a suitable date, and shall be opened online on or after
this scheduled date at IOCL e-tender portal.

3.5 Bids in physical form sent through fax / email / courier / post will not be acceptable.

3.6 Bids will be accepted only through the IOCL e-tender portal. Online bids to be submitted
well in advance to avoid any last minutes hurdles or inconvenience. Please note that that
tender issuing authority is not responsible for the delay / non-downloading of tender
document by the recipient due to any problem in accessing the e-tender website. The tender
issuing authority is also not responsible for delay in uploading bids due to any problem in
the e-tender website.

3.7 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.

3.8 Demand draft/banker’s pay order/banker’s cheque for EMD (if & as applicable) should
be in “New CTS-2010 compliant format” in favor of Accounts Officer, IOCL, Panipat
Refinery payable at Panipat.

3.9 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 (if PBG
is applicable), other-wise after ordering on receipt of Purchase Order acceptance.

3.10 EMD exempted categories:


a. Micro & Small Enterprises (MSEs) (except Stockists & Traders) registered
with agencies/ bodies as per Public Procurement Policy for Micro & Small Enterprises
(MSEs) Order, 2012 issued by Ministry of Micro, Small and Medium Enterprises, Govt. of
India, irrespective of the items for which they are registered with the said agencies /
bodies.
b. Government organization & Public Sector Undertaking of the Central / State Government
c. JV companies of IOCL
d. Startups (recognized by DIPP) are exempted from paying EMD on submission of valid
“Certificate of Recognition” issued by DIPP (Department of Industrial Promotion & Policy).

3.11 IOCL reserves the right to allow purchase preference to MSEs, DMEPs (if applicable as
per tender), for Local Content (as per Govt. policy) and to JV Companies as per IOCL policy
in vogue.

3.12 Please quote your rates, other charges and applicable taxes & duties in the space
provided in the Prescribed Price Schedule (Priced BOQ) and Agreed Terms & Conditions, as
Page 12 of 23
TENDER NO. : PRMM184055
applicable.

3.13 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.

3.14 Components / spares / accessories : If a vendor does not quote for some components /
spares / accessories specifically indicated in the tender for consideration along with the
main equipment, the same shall be considered as “free supply”

3.15 Techno-Commercially acceptable bids shall be evaluated on by considering GST Rates


and HSN codes quoted by the bidder on Total Landed Cost basis at IOCL PRPC Site
(including P&F, Freight, Inspection charges, Taxes & Duties, Transit Insurance etc. and
Commercial loadings for deviations to our tender terms). Generally the lowest bid (Item-
wise) shall be accepted, unless otherwise specified/decided by IOCL in its own Interest.
Foreign bids shall be compared considering Bill Selling Rate released by SBI on the date of
Price bid opening.

3.16 In case of a tie of evaluated cost between two or more bidders, discount may be taken
from all the L1 bidders. In case there is still a tie, quantity may be equally divided amongst
the bidders. In case quantity cannot be divided, the bidder with the maximum turnover may
be ordered the full quantity.

3.17 The responsibility of downloading the tender documents including corrigenda, if any, and
subsequent uploading of offer shall rest with the bidder.

3.18 Bidder to note that L1 evaluation in e-tendering portal is indicative only; Final L1/L2
shall be decided after financial evaluation of bids.

3.19 Bidders must submit specific loss control aspects of the offered materials.

3.20 Only Biodegradable packing material should be used for supply of materials.

3.21 Suo moto changes shall be treated as per the following matrix.

Stage Price Increase Price Decrease


After opening of un- Not Acceptable. Bid In case of suo moto
priced bid shall be liable for price decrease:
rejection. Action 1. Tender evaluation
regarding Holiday shall be done
Listing may be without
taken. EMD shall considering suo
be forfeited moto price
decrease.
2. Ordering shall be
done considering
suo moto price
decrease.

3.22 On account of exigencies, in case bids have to be revalidated before Price Bid Opening
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.

3.23 Bidders to quote competitive prices considering the fact that price negotiations, if
Page 13 of 23
TENDER NO. : PRMM184055
required, shall be held with the lowest bidder only.

3.24 Negotiations shall not be conducted with bidders as a matter of routine. However, IOCL
reserves the right to conduct Negotiations.

3.25 IOCL reserves the right to make any changes in the terms and conditions of Enquiry and
to accept or reject any or all the bids without assigning any reason and without incurring
any liability to the affected bidder(s). Tender can be abandoned without assigning any
reason and no compensation shall be paid for the efforts made by the bidder

3.26 Payment may be made by E-payment or Cheque at discretion of IOCL.

3.27 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 digitally 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

3.28 EMD shall be forfeited and the vendor may be put in holiday list in case:
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 bidder 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. In such a case, the
tender submitted by the bidder shall be liable for rejection.
c) Tampering of e-documents.

3.29 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. IOCL 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.

3.30 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.

3.31 Any legal dispute shall be within the jurisdiction of local court of the Purchasing Office /
Authority.

3.32 ALL CORRESPONDENCE SHALL BE IN ENGLISH LANGUAGE ONLY.

Page 14 of 23
TENDER NO. : PRMM184055

3.33 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.

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.

3.34 Refinery/Naphtha Cracker being sensitive establishment from fire and safety point of
view therefore vehicle shall be allowed in battery area only equipped with fire extinguisher
and spark arrestor. The personal entering Refinery/Naphtha Cracker area shall be equipped
with PPEs.

3.35 Truck / Tanker should report at IOCL gate by 8.30 am (excluding Sundays or holidays)
in order to facilitate unloading at the earliest and release of trucks.

3.36 Motor vehicle act: Vehicles shall follow motor vehicle act 1988 & its latest updated
revision and all other applicable laws of land during transportation of the material from
bidder’s works to IOCL site.

3.37 The bidder entity should ensure that only one bid is submitted by them directly or by
their Agents* on behalf of the bidder entity or as a Consortium Partner (if applicable in
tender). In case it is found that bidder entity has submitted more than one bid, all their bids
in the tender are liable for rejection.
* Agents for the above purposes would be one who agrees and is authorized to act on behalf of
another, a Principal, to legally bind an 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.

3.38 Successful Vendor to indicate the name of driver/khalasis on the lorry receipt/challan
etc. so that the same can be verified at the entry gate while allowing entry by CISF. This is
required for enhancing security measures for incoming material.

3.39 Successful Vendor to also ensure availability of required original and valid documents
like RC Book, Insurance Papers, Fitness certificate of Vehicle (Tanker/Truck/Container),
Driving License and Cleaner’s photo pass etc. at the time of dispatch of Materials & delivery
at IOCL site. This shall enable CISF at IOCL site to allow them smoothly inside Refinery/
Naphtha Cracker due to security reasons and avoiding any hassles at IOCL Gate. In case of
non availability of original RC Book in the vehicle, Notarised (True Copy) of RC Book will
also be accepted. Vehicle propelled by CNG/LPG or vehicles having less than 4 wheels viz. 3
wheelers etc. are not allowed in Refinery/Naphtha Cracker.

Page 15 of 23
TENDER NO. : PRMM184055
3.40 Clause for GST in supplies of Goods Contract
(1) The vendor will be under the obligation for invoicing correct tax rate of tax/duties as
prescribed under the GST law to IOCL, and pass on the benefits, if any, after availing input
tax credit, in calculating the revised price for settlement due to impact of GST.
(2) Any invoice issue on introduction of GST Law shall contain the following particulars-
(a) Name, address and GSTIN of the supplier;
(b) A consecutive serial number of the invoice;
(c) Date of issue;
(d) Name, address and GSTIN or UIN, if registered of the recipient;
(e) Name and address of the recipient and the address of the delivery, along with the State and
its code,
(f) HSN code of goods or Accounting Code of services;
(g) Description of goods or services;
(h) Quantity in case of goods and unit or Unique Quantity Code thereof;
(i) Total value of supply of goods or services or both;
(j) Taxable value of supply of goods or services or both taking into discount or abatement if
any;
(k) Rate of tax (Central Tax, State Tax, Integrated Tax (for inter-state supply), Union Territory
Tax or cess);
(l) Amount of tax charged in respect of taxable goods or services (Central Tax, State Tax,
Integrated Tax (for inter-state supply), Union Territory Tax or cess);
(m) Place of supply along with the name of State, in case of supply in the course of inter-
state trade or commerce;
(n) Address of the delivery where the same is different from the place of supply;
(o) Whether the tax is payable under Reverse Charge basis and
(p) Signature or digital signature of the supplier or his authorised representative.

(3) GST invoice shall be prepared in triplicate, in case of supply of goods, in the following
manner-
(a) The original copy being marked as ORIGINAL FOR RECIPIENT;
(b) The duplicate copy being marked as DUPLICATE FOR TRANSPORTER and
(c) The triplicate copy being marked as TRIPLICATE FOR SUPPLIER.

(4) In case of any advance given against any supplies contract, the supplier of the goods shall
issue Receipt Voucher containing the following particulars-
(a) Name, address and GSTIN of the supplier;
(b) Serial number of the voucher;
(c) Date of its issue;
(d) Name, address and GSTIN or UIN if registered of the recipient;
(e) Description of goods;
(f) Amount of advance taken;
(g) Rate of tax (Central Tax, State Tax, Integrated Tax (for inter-state supply), Union Territory
Tax or cess);
(h) Amount of tax charged in respect of taxable goods or services (Central Tax, State Tax,
Integrated Tax (for inter-state supply), Union Territory Tax or cess);
(i) Place of supply along with the name of State, in case of supply in the course of inter-state
trade or commerce;
(j) Whether the tax is payable under Reverse Charge basis and
(k) Signature or digital signature of the supplier or his authorised representative.

3.41 Integrity Agreement (IP) related clause (Applicable only for tenders where IP agreement is
required by IOCL as mentioned in the Tender document): Submission of duly signed IP, along
with tender, is a mandatory prerequisite for Bids to be eligible for further evaluation. The signed
IP should be complete in all respect and is required to be uploaded in the e-tender portal along

Page 16 of 23
TENDER NO. : PRMM184055
with the Bid. Bid not having the duly signed & stamped IP attached with it will be rejected.
Partial submission of IP document will also not be considered.

3.42 Penalties for Violation / Non-adherence of safety procedures and practices (Applicable for
Tenders/Purchase Orders involving site work):
a) Violation of applicable Safety, Health and Environment related norm a penalty of
Rs.5,000.00 per occasion
b) Violation as above resulting in any physical injury, a penalty of 0.5% of the contract value
(maximum of Rs.2,00,000.00) per injury in addition to Rs.5,000.00 per occasion as in item a.
c) Fatal accident, a penalty of 1% of the contract value (maximum of Rs.10,00,000.00) per injury
in addition to Rs.5,000.00 per occasion as in item a.

The vendor is advised to take appropriate insurance policy for the effective implementation of the
above penalty provision.

In case of accidents depending on the seriousness of injury etc. in addition to the hospitalization
/ treatment charges and group insurance amount, compensation shall be paid by the vendor to
the affected person / his family members in presence of Engineer-in-charge as per Workmen
Compensation Act.

Page 17 of 23
TENDER NO. : PRMM184055

4. 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 the certificate of registration with any one of the
above agencies indicating the details of the particular tendered item along with their bid.

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 are exempted from payment of
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, twenty percent of the total quantity of the
tender is earmarked for MSEs registered with above mentioned agencies/bodies for the tendered
item. Where the tendered quantity can be split, MSEs quoting a price within a price band of L1 +
15 percent shall be allowed to supply up to 20 percent of total tendered quantity provided they
match L1 price. In case the tendered quantity cannot be split, MSE shall be allowed to supply
total tendered quantity provided their quoted price is within a price band of L1 + 15 percent and
they match the L1 price. In case of more than one such MSEs are in the price band of L1 + 15%
and matches the L1 price, the supply may be shared proportionately.

Type of Tender Price Quoted by How the tender shall be finalized


MSE
Can be split L1 Full Order on MSE
Can be split Not L1 but within 20% order on MSE subject to matching
L1+15% L1 price
Cannot be split L1 Full Order on MSE
Cannot be split Not L1 but within Full order on MSE subject to matching
L1+15% L1 price

Page 18 of 23
TENDER NO. : PRMM184055
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.
NOTE:
1. In case where tender quantity can be split and MSE vendor is already getting order for more
than 20% of the tender value, no additional purchase preference is required to be given in
that tender.

2. In case MSE vendor is already getting order for less than 20% of the tender quantity, purchase
preference to this and other MSE vendors (together) shall be given only up to the differential
quantity to make total as 20% to MSE vendor.

3. Procurement policy is meant for procurement of goods produced and services rendered by
Micro and Small Enterprises. The preference to MSEs is not applicable for works contracts
where supply of goods not produced by the MSEs is also involved.

4. MSE bidders who are traders and registered under Services category shall not be considered
for Purchase Preference (Clause VI above) for procurement of Materials. Similarly, MSE
vendors who are registered under Manufacturer category shall not be considered for Purchase
Preference (Clause VI above) for procurement of services.

Page 19 of 23
TENDER NO. : PRMM184055

Declaration by the bidders regarding non-tampering of tender documents

Tender No.:
Item:
Bidder’s Offer Reference No.:

The bidder declares that none of the tender documents have been tampered with. In case of tampering of
tender documents, the bid shall be rejected outright and EMD forfeited without prejudice to any other
rights or remedies available to IOCL.

BIDDER’S NAME:
AUTHORIZED PERSON:
TITLE:
SIGNATURE:
DATE:

COMPANY STAMP:

Page 20 of 23
TENDER NO. : PRMM184055

INTEGRATED POLICY ON TPM, QUALITY, SAFETY, HEALTH &


ENVIRONMENT

We (IOCL, PR) are committed to:-


1. Customers’ Delight by meeting & exceeding their requirements & expectations.

2. Commitment to Health and safety of people including prevention of injury and ill health.

3. Environmental Protection by minimize pollution and optimizing the use of natural resource.

4. Compliance of all Statutory & Regulatory requirements.

5. Continual Improvement to maximize wealth creation through Teamwork, Innovation Technology,


Skill and Competence.

6. Spreading Awareness on TQSHE among employees, Contractors and interested parties.

7. Strive to eliminate every type of loss by implementing TPM Methodology.

8. Reducing Direct and Indirect Emissions of greenhouse gases in the atmosphere for Sustainable
development.

Page 21 of 23
TENDER NO. : PRMM184055

ONLY FOR GLOBAL TENDERS

Panipat Refinery and Petrochemical Complex

To,

Prospective Foreign bidder who wish to participate in the Global E-Tender No.

Dear Sir
Indian Oil Corporation Limited (IOCL) have published the subject E-
Tender on website https://iocletenders.nic.in. For participating in the E-Tendering,
Digital Signature Certificate (DSC) is required as mentioned in the Instructions to
Bidders of the Tender Document. Procedure for obtaining Digital Signature by Foreign
Vendors is attached in subsequent pages of this document. As per the procedure, one
of the documents required is “Invitation letter from the Tender Inviting Authority for
participation in the Tender”. This letter is an Invitation to all Foreign bidders, who
meet the Pre-Qualification Criteria as specified in the Tender documents and wish to
participate in the subject E-Tender. The evaluation of bids and selection of the
successful bidder shall be as per the Tender documents and guidelines of Indian Oil
Corporation Ltd. which will be final and binding on all the bidders.

Yours faithfully,

For and on behalf of IndianOil Corporation Limited

DEPUTY GENERAL MANAGER (MAT)

Page 22 of 23
TENDER NO. : PRMM184055
ONLY FOR GLOBAL TENDERS

INSTRUCTIONS FOR PREFERENCE (LINKED WITH LOCAL CONTENT)- PPLC

1. Bidders seeking benefit under “Purchase Preference (linked with local content)
(PP-LC)” policy are required to submit in the Price Bid ( as an additional pdf
document apart from Priced BOQ) , the price break-up of “local component” and
“Imported component” in the format for calculation of local content as defined in
Annexure-II to the heading “Purchase Preference (linked with Local
Content)2017 (PP-LC)”, otherwise no benefit shall be given.

In case, bidders are not eligible for any preference as per the PP-LC policy, they
should also submit additional pdf document apart from Priced BOQ, by indicating
“Not applicable”, in the Price Bid.

2. For availing the benefit under “Purchase Preference (linked with local content)
(PP-LC)” policy, the bidder has to submit/provide the following:
a) Declaration of preference of policy in “Agreed Terms & Conditions” format of tender
in unpriced bid.
b) Undertaking on bidder’s letter head confirming their meeting the local content duly
certified as defined in Cl. No. 5.1. under the heading “Purchase Preference
(linked with Local Content)2017 (PP-LC)”, in unpriced bid.
c) Calculation of local content as defined in Annexure-II to the heading “Purchase
Preference (linked with Local Content)2017 (PP-LC)”, in priced bid.

Signature Not Verified


Digitally signed by BHARAT LAL MEENA
Date: 2018.08.21 10:29:47 IST
Page 23
Location: IndianOil e-Tendering of 23
Portal

You might also like