Tendernotice 1
Tendernotice 1
1.0 INTRODUCTION
IOCL is planning for installation of facilities for setting up grass root Maleic Anhydride (MAH), Butane
Diol and Tetra Hydrofuran (BDO/THF) Unit along with Utility Boiler, Effluent Treatment Plant,
Demineralization and Condensate polishing unit, Cooling Tower and all required Offsite facilities
including Storage Tanks, Loading Gantries, Dispatch facility, Substation, Control room and other plant
/ non-plant buildings.
The project shall be implemented at Panipat Refinery and Petrochemical Complex (PRPC) located at
Panipat, Haryana. PRPC includes two major complexes namely Panipat Refinery (PR) and Panipat
Naphtha Cracker Complex.
IOCL has appointed CB&I India Pvt. Limited (MCDERMOTT) as consultant under their PMC scope of
work for providing services for the execution of this Project.
CB&I India Private Limited (McDermott) on behalf of IOCL invites e-Tender under single stage two part
bid system as covered in this Tender Document from bidders fulfilling the qualifying requirements stated
hereunder.
2.2 All enabling works facility such as Geotech investigation, site grading including cutting and filling as
required, fabrication yard, site office, warehouse (these facilities shall be developed by bidder outside
the existing complex area), construction power and water, overall lighting during construction phase.
2.4 The detailed scope of work of the EPCC / LSTK Contractor also includes obtaining statutory approvals
IBR, CCOE, PESO, SMPV, CEA, Factory inspector, electrical inspectorate and other statuary bodies
including preparation of design calculations, documents, and drawings for submission from the
NOTICE INVITING TENDER (NIT)
concerned authorities as defined elsewhere in the Bidding Document. The Bidder shall be the single
point responsible Contractor for the entire Scope of Work.
Address:
Indian Oil Corporation Limited
Core-2, Scope Complex, Lodhi Road,
New Delhi – 110 003, INDIA
The bidders who wants to join the meeting shall intimate least
02 (Two) days prior to Pre-bid meeting their details viz. name
of participant & designation, mobile no., e-mail address,
name of firm etc.
NOTICE INVITING TENDER (NIT)
INR 1,57,31,000.00
Bidding Document & The Detailed Bidding Document along with Qualification
subsequent Addendum/ Criteria, Integrity Pact and Bidding Document / Forms etc.
16. Corrigendum (if any) can be viewed / downloaded from the Following website:
available on Website For
viewing & downloading https://iocletenders.nic.in
Offer must be uploaded on e-tender website
https://iocletenders.nic.in before the last date & time of
17. Mode of Submission submission of tender.
19. Validity of Bids On account of exigencies if bidders are asked to extend their
validity the same should be without any deviation including
change in the prices. However, the bidders would be allowed
to withdraw the tender. If a bidder still deviates or changes
price, its offer would likely to be rejected.
Purchase Preference for
20. Applicable
PP-LC Policy
Purchase Preference to
21. Not Applicable
MSE bidders
Domestically Manufactured
22. Iron & Steel Products Policy Applicable
(DMISP)
The Intending Bidders shall meet the minimum Bidder Qualification Criteria (BQC) detailed below to
qualify. The intending Bidders shall furnish proof of their Bidder’s Qualification and Experience along with
the Part-I (Techno-Commercial Bid).
4.1 The sole bidder should have successfully executed and completed One EPC/EPCC/LSTK Contract,
involving "Project Management, Detailed/Design Engineering, Supply, Construction / Erection /
Installation, Pre-Commissioning and Commissioning for
a) At least one (1) Demineralization (DM) Plant of minimum 160 m3/h capacity installed in any of the
industries like Hydrocarbon Sector (Refinery/ Petrochemical complex / On-shore oil or Gas processing
Facility / Off-Shore Gas and/or Oil Facility / LNG Facility) / Fertilizer Sector / Metallurgy Sector / Power
plant (except Solar & wind) / Chemical plant.
AND
b) At least one (1) “Micro filtration (MF) membrane system’ OR ‘Ultra filtration (UF) membrane system’
OR ‘Nano filtration (NF) membrane system’ OR ‘Reverse Osmosis (RO) membrane system” of
minimum 160 m3/h capacity in any of the industries like Hydrocarbon Sector (Refinery/ Petrochemical
complex / On-shore oil or Gas processing Facility / Off-Shore Gas and/or Oil Facility / LNG Facility) /
Fertilizer Sector / Metallurgy Sector / Power plant (except Solar & wind)/ Chemical plant.
AND
NOTICE INVITING TENDER (NIT)
c) At least one (1) Effluent Treatment OR waste-water Treatment Plant of minimum 75 m3/h feed
capacity in any of the industries like Hydrocarbon Sector (Refinery/Petrochemical complex / On-shore oil
or Gas processing Facility / Off-Shore Gas and/or Oil Facility / LNG Facility) / Fertilizer Sector / Metallurgy
Sector / Power plant (except Solar & wind) / Chemical plant.
The above systems in (a), (b) and (c) can be a part of single Work Order or different Work Order’s.
4.2 The above reference plants as listed under clause no- 4.1 should have been commissioned and should
have completed operation for at least one (1) year after commissioning, within the last Fifteen (15)
years ending on last day of the month immediately preceding the month in which the last date of bid
submission date falls, (in case of extended bid submission date, original bid submission date shall be
considered).
4.3 The reference units provided by the bidder with respect to their experience as mentioned in Clause Nos.
4.1 & 4.2 above must be Non Captive units and bidder is required to declare the same upfront in the
bid.
a) In case of EPC/EPCC/LSTK contract Non Captive shall mean, other than units executed and completed
for their own use, i.e., other than In-house units.
b) Experience of any, Revamp/Debottlenecking of units, Pilot plant & Demo plant - shall not be considered
for qualification.
4.4 In case bidder has executed contract(s) comprising of multiple process units/multiple
facilities/installations (including associated offsite facilities/ utilities) under single contract, such
contracts shall be considered as completed for the purpose of qualification provided all the
units/facilities/ installations (including associated offsite facilities/ utilities) covered under the scope of
the referred contract meets the criteria given in under Clause No.4.3.
4.5 In case bidder has executed contract(s) where the scope includes operation/ maintenance &
maintenance/post warranty maintenance, the completion of only EPC/EPCC/LSTK portion of the scope
shall be considered for the purpose of qualification in case that meets Clause Nos. 4.1 to 4.4.
I. For qualifying against the Technical experience criteria and Commercial Experience criteria, Bidder
(Parent Company), bidding as Sole bidder, shall be allowed to use the credential of its Subsidiary
Company (either fully owned or where the parent company has a controlling interest of over 50% of the
equity shares and over 50% of voting rights of the given subsidiary company and controls the composition
of Board of Directors of the Subsidiary company). However, it would be necessary for a bidder to show
that it has the relevant experience either on its own or in the name of such subsidiary.
II. Any agency who has offered services as an engineering sub-contractor to any bidder shall not be permitted
to participate either in an individual capacity as a sole bidder for the same work/ tender. However, the
agency is not barred from offering services as an engineering subcontractor to more than one bidder.
III. The Bidder shall ensure submission of complete authentic information / documentation along with the Bid.
NOTICE INVITING TENDER (NIT)
IV. Wherever specific compliance to the relevant documentation from bidder in support of the criterion
mentioned under Clause No. 4.0 is required post Bid submission, Owner/Consultant reserves the right to
directly interact with the Bidder's Owner/Consultants to verify the relevant documentation and the Bidder
will render assistance in facilitating that.
V. Bidder shall also render assistance in facilitating visit to the reference unit, if so, considered necessary by
Owner/Consultant. Cost of visit shall not be to the bidder's account.
VI. If the bidder cites any reference of a job executed for IOCL or executed for some client through consultant
and the bidder is not able to furnish documentary evidence, the internal records of IOCL or CB&I (as the
case may be) shall be considered.
The Annual Turnover (ATO) of the Bidder during any of the preceding three Financial Years. i.e., 2020-
2021, 2021-2022 and 2022-2023 or Financial Year ending on 31.12.2020 / 31.12.2021 / 31.12.2022 shall
be equal to or more than INR 178,26,30,000.00 (excluding GST).
Notes:-
a) For fulfilling the Financial Criteria ATO, an audited balance sheet and profit & loss account of the
Bidder shall be considered as acceptable proof.
b) Published Annual Report available in the public domain shall also be acceptable.
4.7.2 Bidder (Including PSUs of Government of India) shall have Positive Net Worth:
To establish the Positive Net Worth, Bidder shall furnish the latest Audited Financial Statement including
Auditors reports, Audited Balance Sheet, Profit& Loss Account, Notes, Annexure (if any), etc.
A. NET WORTH
In case Net worth is negative in the immediate preceding financial year, the bid shall be rejected.
i. The net worth means paid up share capital, share application money pending allotment* and reserve
(#) less accumulate losses and deferred expenditure to the extent not written off.
# Reserves to be considered for net-worth shall be all reserves created out of the profits and securities
premium account but shall not include reserves created out of revaluation of assets write back of
depreciation and amalgamation.
* Share application money pending allotment will be considered only in respect of share to be allotted.
Less: Deferred revenue expenditure to the extend not written off XXX
Net-worth XXX
4.7.3 To establish the same, Bidder shall furnish the latest Audited Financial Statement including Auditors
reports, Audited Balance Sheet, Profit & Loss Account, Notes, Annexures (if any), etc. In case of negative
PAT in all the preceding three financial years, the bid will be rejected.
4.7.4 For 4.7.1 and 4.7.2 above, 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 previous year immediately prior to the last financial year. Otherwise, it is
compulsory to submit the financial details of the immediate preceding financial years.
4.7.5 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 previous
year 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 preceding financial
year only.
4.7.6 Any of the following documents furnished by the bidder in support of above clause shall be acceptable:
b) Audited Balance Sheet and Profit & Loss Statement along with auditor report and all other schedule
/ notes to Balance sheet and Profit & loss account
OR
c) Financial statements duly certified by a practicing Chartered Accountant (not being an employee or
a Director and not having any interest in the bidder’s company) where audited accounts are not
mandatory as per Law.
A. For experience, the bidder, as a Main or as a Sub-Contractor should have executed / completed at
least one or two or three Works of Similar Nature work with minimum value(s) as indicated below
during the last Fifteen (15) years ending on last day of the month immediately previous to the month
in which bid due date falls, (in case of extended bid due date, original bid due date shall be considered)
as per below:
a) One similar completed work costing not less than the amount equal to INR 193,11,82,500.00
OR
NOTICE INVITING TENDER (NIT)
b) Two similar completed work each costing not less than the amount equal to INR 154,49,46,000.00
OR
c) Three similar completed work each costing not less than the amount equal to INR 115,87,09,500.00
B. Date of Mechanical Completion / Commissioning will be considered as Completion Date and that
should fall within the Qualifying Period.
C. The above values of completed work shall be exclusive of GST / Service Tax.
i) “Similar” nature of work shall mean the work involving "Wastewater Treatment Package (WWTP)
and/or Water Treatment Package (WTP) and/or Tertiary Treatment Plant (TTP - UF-RO) and/or
Demineralization (DM) Plant and/or Reverse Osmosis (RO) Plant and/or Condensate Polishing Unit
(CPU) and/or Effluent Treatment Plant (ETP) Package with or without associated work”.
ii) Exclusive experience of Utility & Offsite facilities shall also be considered as work of similar nature.
iii) In case bidder has executed contract(s) comprising of multiple process units/multiple facilities/installations
(including associated offsite facilities/ utilities) under single contract, the value corresponding to the
completed facilities shall be considered to meet the criteria given under this clause, provided that the same
is mentioned in the work-order/completion certificate/certified by client.
iv) In case bidder has executed contract(s) meeting similar nature of work as defined above but such
contracts also include scope of operation/ maintenance/operation and maintenance/post warranty
maintenance, the value of qualifying work corresponding to only similar nature of work out of the total
value of contract shall be considered for the purpose of Qualification. Value of work pertaining to operation/
maintenance/ operation and maintenance/post warranty maintenance shall NOT be considered for the
purpose of qualification under above clause.
v) The value of Post Warranty Maintenance/ Operation cost shall not be considered for qualification of
Bidders.
vi) Even if the Detailed Engineering was not there in the scope of the concerned job, the job shall be
considered as similar nature of work and shall be accepted towards the commercial experience criteria if
it meets the requirement(s) in terms of Project Management, Procurement, Construction/Construction
Management, Pre-commissioning, Commissioning/Commissioning assistance.
vii) For the purpose of Commercial Experience Criteria as mentioned in Clause No. 4.8.1 means the work,
which is mechanically completed. If the work order covers the activities beyond mechanical completion
(i.e., Pre-commissioning and Commissioning/ Commissioning Assistance, PGTR), the value of these
activities will be considered only if these activities are completed, and bidder has to provide necessary
documentation in this regard.
NOTICE INVITING TENDER (NIT)
viii) In case bidder has executed contract(s) meeting the similar work requirement as mentioned above on
consortium basis, the value of work performed by the respective consortium members shall be considered
as the value of contract for the purpose of qualification of Commercial Experience Criteria, and bidder has
to submit documents as per relevant clauses of NIT/ITB.
ix) In case of different work orders having separate scope against a single enquiry have been executed by a
bidder, cumulative value of such completed work orders meeting the similar nature of work shall also be
considered for the purpose of evaluation.
x) Wherever bidder has executed the contract on consortium basis and there are separate work orders on
leader & member having different scope/ schedule and Work Order reference number(s) against a single
enquiry, in such case the bidders shall be qualified as per the corresponding work order meeting the
qualification requirement mentioned above for the purpose of BQC Evaluation and the bidder has to quote
accordingly.
4.9 DOCUMENTATION
4.9.1 The bidder shall, in his own interest, furnish complete documentary evidence, as required, to justify that
the bidder meets the Bidders Qualification Criteria (BQC).
Notwithstanding any other condition/ provision in the Tender documents, bidders are required to
submit complete documents pertaining to BQC along with their offer. Failure to meet the BQC 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 supporting
documents/ clarifications.
4.9.2 Bidder shall furnish documentary proof of fulfilling the Bidder's Qualification Criteria. Bidder shall submit
the documents as per this clause:
a. Copy of work orders(s) /contract agreements(s) /relevant pages of contract documents(s) mentioning the
value and scope of work for the reference units(s) submitted for qualification, the first page and the
signature page, Completion certificate(s) issued by owner/ Consultant indicating executed value and
certificate(s) of commissioning of referred plants from owner/ Consultant, fulfilling the qualification criteria
for themselves as well as their proposed Engineering Sub- Contractor, as applicable.
c. Certificate(s) / communication of Owner(s) /Owner's Consultant / User for completed 1 year of operation
after commissioning for the reference plant submitted for qualification. However, for operation for at least
1 (one) year after commissioning, any one of the following documents is required to be submitted by the
bidder along with the Bid:-
iii) Certificate of Completion of Performance Guarantee and Test run (PGTR) with completion date at
least 1 year prior to the last day of the month immediately preceding the month in which bid due date
falls (in case of extended bid due date, original bid due date shall be considered). OR
iv) Certification by CEO/CFO (Of the Bidder) with due notarization that Defect Liability Period is
completed and there is no claim by client on account of performance of the Plant/Equipment. OR
v) For any job carried out for IOCL, in support of successful operation of one year, bidder need not
submit any additional certificate. However, the qualification of the reference job order submitted by
the bidder for the tender will be checked internally by IOCL based on the information submitted with
the bid.
d. Documents in support of Clause Nos. 4.1, 4.2, 4.3 & 4.4 in the form of copy of the relevant pages of Work
order(s) / Contract agreement(s)/ Contract Document(s) mentioning the scope of work for the reference
unit(s) to be submitted for qualification.
e. Jobs executed for Subsidiary/ Fellow subsidiary / Holding company will be considered as experience for
the purpose of meeting BQC 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.
f. In case the job is completed by a bidder as a sub-contractor then following documents shall be submitted
in support of meeting the "Bidder Qualification Criteria":
i. Copy of Work order along with schedule of rates / price schedule issued by main contractor.
ii. Bidder has to submit a Certificate from the End User/ Owner/ Consultant stating that Main Contractor
has intimated them about the engagement of bidder as subcontractor or bidder has been
allowed/permitted as a sub-contractor in the concerned job.
iii. Copies of Completion/Commissioning Certificates (as the case may be) issued by the Owner/
Owner’s Consultant/Main Contractor. The said Certificates shall have details like work order no.
/date, brief scope of work, ordered & executed value of the job, completion date etc. In case bidder
is not able to furnish the completion certificates from the Owner/Owner’s Consultant in his name
then the Certificate issued in the name of Main Contractor shall also be considered as proof of
completion of the relevant job.
g. In case, the executed value of job is more than work order value and bidder claims that they are meeting
the BQC requirement on the basis of executed value, then it is the responsibility of the bidder to submit
the documentary evidence of final executed value (such as copy of Final Bill, executed value mentioned
in Completion Certificate, etc.) along with his bid.
h. In case Executed Value is not mentioned in the Completion Certificate, Work Order value with
amendments, if any, shall be considered towards BQC requirements. Where the executed value is not
mentioned in the Completion Certificate, the copy of certified Bill shall also be acceptable for determining
the Executed Value if submitted along with Completion Certificate. Executed Value or Work Order Value,
whichever is higher, shall be considered towards BQC requirements as above and Offer shall be evaluated
accordingly.
i. Executed value mentioned in the completion certificate should be exclusive of Service Tax/GST. In case
the value of job submitted by the bidder does not have clarity with regard to inclusion / exclusion of Service
Tax/GST, the amount appearing in the certificate shall be considered exclusive of Service Tax/GST and
NOTICE INVITING TENDER (NIT)
j. If the bidder cites any reference of a job executed for IOCL or executed for some Client through CB&I and
the bidder is not able to furnish documentary evidence, the internal records of IOCL or CB&I (as the case
may be) shall be considered.
k. A job executed by a bidder for its own plant/ projects can’t be considered as experience for the purpose
of meeting requirement of BQC of the Bidding Document. However, jobs executed for Subsidiary/ Fellow
subsidiary / Holding company will be considered as experience for the purpose of meeting BQC subjectto
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. Such biddersshall submit these documents over and above
the other required documents under the various Clauses of BQC.
l. In case where the Bidder cites the reasons of Non-Disclosure Agreement 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 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) shall 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 without endorsement may be accepted
provided a reference of the local regulation restricting this endorsement is given in the CEO / CFO
certificate.
m. Bidder has to declare that none of the contracts, supplies, jobs, works or services on the basis of which
they claim qualification under the accompanying bid/tender has been the subject of any contract, supply,
job, work or service for or in relation to which an order of black-listing or holiday listing has at any time
been made. Accordingly, Bidders cannot submit such jobs for qualification under Form-C1 of Proposal
forms of Bidding Document.
4.9.3.1 For fulfilling the Financial Criteria, annual audited financial statements (Balance Sheet, Profit and Loss
Account, Auditor Report and all other Schedules / notes to Balance sheet and Profit & Loss Account) of
the bidder shall be considered as acceptable proof as mentioned in clause no. 4.9.6 above.
a) Bidder is a Parent/Holding Company: Where only consolidated Audited Financial Statements are
prepared and audited, which includes the financial details of their wholly owned subsidiaries etc.,
consolidated audited financial statement shall be considered for establishing the financial criteria subject
to Statutory Auditor/ CEO/ CFO/ Company Secretary or any member of the Board of Directors of the
bidder, certifying that standalone Financial Statements of bidder (without the financial data of
subsidiaries, etc.) is not separately prepared and audited.
b) Bidder is a Subsidiary Company: In case a Bidder is a Subsidiary Company and separate Financial
Statements of the Bidder is not prepared & audited, but only a consolidated audited Financial Statements
of their Parent Company/Holding Company are available, consolidated audited Financial Statement shall
NOTICE INVITING TENDER (NIT)
be considered for establishing the financial criteria subject to Statutory Auditor/ CEO/ CFO/ Company
Secretary or any member of the Board of Directors of the Parent/Holding company (whose Audited
Financial Statements are submitted for qualification) certifying in their letterhead that Financial
Statements of Bidder are not separately prepared and audited.
4.9.3.3 Bidder shall ensure that any certificate/ reports issued / attested by Statutory Auditor / practicing
Chartered Accountants (as applicable) in India and submitted in the Bid shall mandatorily include the
Unique Document Identification Number (UDIN). Certificate/ reports issued/ attested without UDIN of
practicing chartered accountant in India shall not be considered for evaluation.
This requirement of including UDIN shall not be applicable for certificate/ reports issued / attested by a
chartered accountant practicing in foreign country.
5. OTHER REQUIREMENTS
5.1. PF (PROVIDENT FUND) REGISTERATION
Indian Bidders who would like to quote directly shall have Indian PF Registration in their own name and
shall submit Copy of the PF Registration Certificate along with the Bid.
Bids of such Bidders, who shall not submit the copy of valid PF Registration Certificate as per
above requirement, will be rejected.
5.2. Independent ESI (Employees State Insurance) Code or Undertaking for independent ESI code in the
standard Format given in Bidding Document.
Notes
a) Indian Bidders who would like to quote directly shall have Indian ESI Registration in their own name
and submit Copy of the same Registration Certificate along with the Bid.
b) If ESI Registration is not available during Bidding as mentioned above, necessary Undertaking shall
be given by the Bidder as per the Tender provisions that once the Job is awarded, the successful
Bidder shall arrange for the ESI Registration as per the Statutory requirements.
c) All bidders shall be required to submit the Power of Attorney in the name of authorized signatory who
is submitting the bid with his Digital Signature Certificate & Signature. Also, Power of Attorney of the
Person who has signed the bid (if a different person) shall be submitted.
6. CONVERSION FACTOR FOR ORDER VALUE FOR ORDERS / CONTRACTS SUBMITTED TOWARDS
QUALIFICATION CRITERIA
a) For Indian Bidders, Order value(s) (including Change Order (if any)) in multiple currencies shall be
converted to equivalent INR at the exchange rate of SBI Bill selling rate as on the date of award of such
order for main Order and date of award of change order for Change Order (if any), submitted by bidder for
qualification.
NOTICE INVITING TENDER (NIT)
b) In case, the SBI Selling rate is not available as on the date of conversion as specified above for respective
cases, the exchange rate for conversion of currency shall be taken from the internet, such as:
https://www.xe.com/currencyconverter
https://economictimes.indiatimes.com/markets/forex/currency-converter
https://www.oanda.com/currency/converter
7. GENERAL
i. Offers from following types of bidders will not be accepted:
a) Who are in the Holiday / Suspension / Banning List / Negative list of Licensor or IOCL or its
Administrative Ministry, MoP&NG or CB&I on bid due date / during the process of evaluation of the
Bids.
b) Bidders who are under liquidation, court receivership or similar proceedings. In this connection, Bidder
shall submit a Affidavit stating that they are not under liquidation, court receivership or similar
proceedings.
c) Licensor or their subsidiary Company or companies under the management of Licensor for execution
of the same project for which they are working as Licensor.
d) Consultant appointed for the project / work shall not be allowed to participate in the tender either
directly or indirectly. An indirect participation shall include participation through an affiliate or as
subcontractor, consultant or supplier with the exception of participation as TPIA for the same job. The
expression ‘affiliate’ for the purpose of this clause will include any person, or company or association
(howsoever designated) who/which is a member of the consultant (if the consultant is a joint venture
or consortium or who or which directly or indirectly holds 10% (ten percent) or more of the capital or
voting capital of consultant (if the consultant or any of its members is a company or a body corporate)
or who or which is consultant or sub-contractor of the consultant with regard to the project.
e) Similarly, if a bidder is qualified based on engaging a sub-contractor/ sub- vendor/ Licensor who meets
stipulated qualification criteria and in case such a sub-contractor is on Holiday List/Negative List/
Suspension List/ Banning List of Licensor or IOCL or its Administrative Ministry, MoP&NG or CB&I on
bid due date / during the process of evaluation of the bids, the offer of such a bidder shall not be
considered for bid opening/evaluation/Award.
f) Bidder(s) who are undergoing insolvency resolution process or liquidation or bankruptcy proceeding
under Insolvency and Bankruptcy Code, 2016 (Code).
ii. All the documents to be uploaded by bidder should be in readable, printable and legible form failing which
the Bids are liable for rejection.
iii. The subject tender is an e-tender & can be downloaded from IOCL website, https://iocletenders.nic.in.
NOTICE INVITING TENDER (NIT)
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.
iv. Bidders are mandated to get enrolled on e-Tendering portal https://iocletenders.nic.in and enroll their
Digital Signature Certificate (DSC).
v. 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.
vi. Bidder shall download the Bidding Document in his own name and submit the bid directly. The Bidding
Document is non-transferable. Bids submitted by Bidder/s who have not downloaded the bidding
document either directly or through their authorized person will be rejected. Please note that the person
having Power of Attorney to do bidding process on behalf of the bidder shall only submit/upload the bid
document using their own DSC.
vii. As far as possible Bidders are requested to clarify all the queries related to tender prior to and/or during
the pre-bid meeting and ensure compliance of all provisions of the tender /bidding document.
viii. The bidder is expected prior to the submission of its/his/their bid, as a prudent and experienced Contractor
to make its/his/their own assessment of all the requirements of the work and of the accuracy, correctness
and completeness of any estimate, data, or information furnished by the OWNER in the Tender
Documents and of the availability, suitability, propriety, adequacy and/or soundness of any suggestion
made by the OWNER in the Tender Documents as hereinabove referred to.
ix. All documents furnished by the bidder in support of meeting the Bidder’s Qualification Criteria (BQC) shall
be self-certified. All documents submitted by the bidder towards meeting BQC shall be furnished in a
separate booklet titled as "Documentation against Bidder Qualification Criteria" with proper indexing.
x. 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, EMD will be forfeited, Orders if any placed against subject
tender will be terminated and may be debarred from future tenders. For the purpose of verification of
documents, bidders shall submit complete client details with names, address, phone number, e-mail ID,
etc.
xi. IOCL / CB&I reserve the right to carry out capacity & capability assessment of the bidder using in- house
information and past performance.
xii. Relevant supporting documents towards other requirements specified are also to be uploaded along with
bid failing which bid is liable for rejection.
xiii. 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 bid submission, etc. without assigning any reason.
xiv. In case any Bidder is found to be involved in cartel formation, his Bid will not be considered for evaluation
/ placement of order. Such Bidder will also be debarred from bidding in future.
NOTICE INVITING TENDER (NIT)
xv. Canvassing in any form by the Bidder or by any other agency on their behalf may lead to disqualification
of their Bid.
xvi. Legal dispute, if any, shall only be within the jurisdiction of Local Court unless mentioned otherwise.
xvii. All communication will be made through e-Tendering web site (https://iocletenders.nic.in). However,
IOCL reserve the right to take cognizance of the communication made outside e-Tendering Portal under
exceptional circumstances.
xviii. Bidder cannot make any claim against IOCL towards its expense incurred in connection with the
preparation and delivery of their bids, participating in the discussion and other expenses incurred during
bidding process.
xix. Offers not meeting statutory requirement are liable for rejection.
xx. Bidders are advised to visit Announcement section/ Information for DSC/ Bidders Manual Kit/ FAQ of e-
Tender Portal before bidding.
xxi. 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. Failure of Bidder to
submit tender without taking cognizance of Corrigendum / Amendment (if any) issued by IOCL/CB&I shall
make bid liable for rejection.
1. Part – I of the bid (Unpriced Commercial Bid and Technical bid) shall contain the following:
Serial # Documents
a. Technical offer and details required as per RFQ Document.
b. Unpriced copy of Price Part i.e. all Price Forms (BoQs) without price,
mentioning only “QUOTED” against each item and duly signed and
stamped on each page as a confirmation of having quoted all items and
acceptance to the terms /conditions/notes etc in the Price Schedule forms.
c. Copy of Amendment(s)/Corrigenda duly signed and stamped, if any,
issued so far.
d. Any other information as required in the RFQ Document.
Note: Bidders are requested to upload the Price Schedule duly filled in only as per the summary of price
format given in the tender. Uploading of Price Schedule by the bidders in their own format shall not be
acceptable and in such an event, bidders offer shall be liable for rejection.
No stipulation, deviation, terms & conditions, presumption, basis etc. shall be stipulated in Price part of
the Bid. Any condition if stipulated shall be treated as null and void and if insisted upon shall render the
bid liable for rejection.
In case, Bidder submits priced BoQ or any information about price along with the unpriced bid,
then bidder’s bid shall be summarily rejected.
xxiv. 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.
xxv. Owner reserves its right to allow Public Sector Enterprises (Central/State), purchase preference as
admissible/applicable from time to time under the existing Govt. Policy.
xxvi. Purchase preference for Micro and Small Enterprises is not applicable for this tender.
xxvii. For detailed specifications, terms and conditions and other details, refer complete Bidding Document.
xxviii. A Memorandum of understanding has been signed by IOCL with Transparency International for adoption
of Integrity Pact in major Tenders. Bidder shall submit the Integrity Agreement & the covering letter in the
prescribed Formats (enclosed in the Bid Document) duly signed along with the Bid. Bidder shall submit
the Integrity Agreement & the covering letter in the prescribed Formats (enclosed in the Bid Document)
NOTICE INVITING TENDER (NIT)
xxix. The terms “Pre-qualification Criteria (PQC)” and “Bidder Qualification Criteria (BQC)” shall have the same
meaning in the Bidding Document.
xxxi. The terms ‘S. No.’, ‘Sr. No.’, ‘Cl. No.’ and ‘Clause No.’ used in this NIT document shall have the same
meaning.
xxxiv. In case a Bidder submits any of the Bidder’s Qualification support documents in any language other than
English, then it will be the responsibility of such bidder to also provide the English translation copy of the
same duly certified, stamped and signed by their Local Chamber of Commerce. Translation by Indian
Embassy/ High Commission or authorized/approved translation agencies (by Indian embassy/ high
commission or any other accredited agencies) shall also be acceptable.
xxxv. Bidders shall submit Original copy of Integrity Pact Agreement and EMD Instruments (if applicable) in
Original to IOCL within Seven (07) days from the date of Un-priced Bid opening.
xxxvi. The bidder is also expected prior to finalization of its/his/their bid to visit and examine the job site and its
surroundings and to familiarize itself/himself/ themselves of the ground realities, the availability, existence
and suitability of facilities and sources of supply required for the work(s) and the environmental conditions
which can be encountered, and collect all data and other information which the bidder may require for
preparation and formulation of its/his/their bid. The CONTRACTOR will not to be entitled to make any
claim against the OWNER or to raise any objection or defense to any claim based on the ignorance of
existing or expected conditions, or on the lack of adequate information, or of any plan, estimate or
expectation based on a different perception or expectation or information.
xxxvii. The tenderer shall be deemed before tendering to have undertaken a thorough study of the proposed
work, the job site(s) involved, the site conditions, soil conditions, the terrain, the climatic conditions, the
labour, power, material, and equipment availability, transport and communications facilities, the availability
and suitability of borrow areas, the availability of land for right of way temporary office and
accommodations, quarters, and all other facts and facilities necessary or relevant for the formulation of
the bid, supply of materials and the performance of work.
xxxviii. Unsolicited clarifications to the offer and / or change in the prices during the validity period would render
the bid liable for rejection.
xxxix. Techno-commercial part of the Bids shall be opened as mentioned above (including extended date if any).
Time and date of opening of Price Bids shall be notified through e portal to the qualified and acceptable
bidders at a later date. Bidders may view the Bid opening through IOCL e- Tendering portal:
https://iocletenders.nic.in.
xl. Bidders shall 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. Bidder should make sure
that their Price- Bid (Part-II/BOQ) contains only prices. Rates mentioned elsewhere shall not be taken into
NOTICE INVITING TENDER (NIT)
cognizance. Offer shall be liable for rejection if any condition directly or implied, recorded in Priced Bid
(Part-II/BOQ).
xli. 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 of Owner/Consultant
after the issue of the tender enquiry.
xlii. Refer ITB of the tender document / Special Instruction to Bidder (SITB) of e- tender web site for more
details.
xliii. The offer of the Bidder shall remain valid for 06 (Six) months from the bid due date of Tender /
Revised offer (if applicable as permitted by the Owner). On account of exigencies if bidders are asked
to extend their validity the same should be without any deviation including change in the prices. However,
the bidders would be allowed to withdraw the tender. If a bidder still deviates or changes price, its offer
would likely to be rejected.
xliv. Bidder has to declare that none of the contracts, supplies, jobs, works or services on the basis of which
we claim qualification under the accompanying bid/tender has been the subject of any contract, supply,
job, work or service for or in relation to which an order of black-listing or holiday listing has at any time
been made.
xlv. Notice of Award (NOA) / Fax of Acceptance (FOA) / LOA (Letter of Acceptance) will be issued by the
OWNER to the successful BIDDER.
Subhasish Bhattacharjee
(SCM Manager)
For & on behalf of M/s. IOCL