You are on page 1of 17

TENDER NO: RCC/ERO/37/2018-19/PT-239

Title: Rate contract for fabrication, transportation and unloading at Site of 10KL/
20 KL/50KL/70 KL Horizontal MS Tanks for Begusarai Retail DO of Bihar State
Office.

NOTICE INVITING e-TENDER

Indian Oil Corporation Ltd. (Marketing Division), Contract Cell Eastern Region office,
Kolkata invites electronic bids through its website https://iocletenders.nic.in
udder two-bid system for the work as detailed below from indigenous bidders
fulfilling the qualifying requirements as stated hereunder.

1. TENDER NUMBER : RCC/ERO/37/2018-19/PT-239

2. e-TENDER ID : 2019_ERO_92415_1

3. NAME OF WORK : Rate Contract for fabrication, transportation and


unloading at site of 10KL/20KL/50KL/70 KL MS
horizontal tanks for Begusarai Retail DO of Bihar
State under Bihar State Office
4. PLACE OF WORK Begusarai Retail DO of Bihar State under Bihar
: State Office.

GSTIN: 10AAACI1681G1Z4

5.a ESTIMATED VALUE OF


WORK : ESTIMATED ESTIMATE ESTIMATED
S.No COST FOR 2 D COST COST PER
YEARS IN PER YEAR YEAR
LACs IN LACs PER
Fabricator
IN LACs
365.36 182.68 60.89
1.

The quantum of works given in Tender Document is


only indicative based on tentative estimates and is
not the right of contractor. Indian Oil does not
guarantee any minimum or maximum quantum of
works, during the currency of contract.

5.b Delivery Schedule The tanks will have to be supplied as and when
required by IOCL against specific letter of intent/Call
up order.
5.c Required number of 3 Nos
contractors
NOTE: Bidders have to note the following :
 The bidder must have fabrication shops in the

Page 1 of 17
TENDER NO: RCC/ERO/37/2018-19/PT-239
Title: Rate contract for fabrication, transportation and unloading at Site of 10KL/
20 KL/50KL/70 KL Horizontal MS Tanks for Begusarai Retail DO of Bihar State
Office.

state of Bihar.
 Steel plates will be issued from Patna Terminal,
Patna.
 Cost of transportation, loading/unloading
charges of steel plates is inbuilt in the
fabrication cost.
 For transportation of MS Horizontal tanks of
Capacity 10KL/20KL/50KL/70KL, the distance
shall be reckoned either from the Fabricator’s
Workshop or from the Divisional Office,
whichever is less.
Though all out efforts shall be made to maintain
equitable distribution of works among all the
empanelled contractors, however, IOCL reserves the
right of allocation of jobs besides to increase or
decrease the quantum of works during pendency of
contract depending upon the performance of the
contractors and requirement of the Corporation.

In case of less availability of eligible Qualified


Bidder(s) against our requirement, the Corporation
reserves the right to award the balance work also to
the eligible Bidders as per the following modalities:

 Offer of balance quantity shall be subject to


their consent to deliver the additional quantity
also within the scheduled completion period

 The offer of balance quantities should be


equitably distributed among the eligible
bidders meeting additional Turnover
requirements as mentioned below. In case, no
Bidder agrees to match L-1 rates, balance
quantity shall be offered to L-1 bidder.

 While awarding additional quantities to the


Bidders, it is to be ensured that the turnover
criterion as specified in PQC is satisfied, when
calculated on the intended contract value. For
example, if Turnover in PQC is based on 60%
of Annualised Estimated Cost per fabricator
(say, x), and now work is to be awarded for
value (x+a), the Bidder’s Turnover should be
more than 60% of (x+a) during any of last

Page 2 of 17
TENDER NO: RCC/ERO/37/2018-19/PT-239
Title: Rate contract for fabrication, transportation and unloading at Site of 10KL/
20 KL/50KL/70 KL Horizontal MS Tanks for Begusarai Retail DO of Bihar State
Office.

Three Financial Years as in PQC


5.d Description of Divisional Begusarai Retail DO: Araria, Banka, Begusarai,
Offices and Revenue Bhagalpur, Jamui, Katihar, Khagaria, Kishanganj,
Districts Covered Luckeesarai, Madhepura, Munger, Purnia, Saharsa,
Samastipur, Sheikhpura and Supaul in Bihar.
5.e BG towards issuance of Successful bidders are required to furnish a Bank
steel plates Guarantee of Rs. 10.00 Lacs per fabricator from any
Nationalised / Scheduled Bank as per proforma
enclosed within 15 days from the date of issuance
of contract for uplifting of free-issued steel plates.
The bank guarantee validity period shall be 3
months beyond Contract Validity period. In case of
increase in steel Prices, the Bidder may required to
enhance Bank Guarantee amount shall be
enhanced suitably.
In case of any abnormal increase in steel prices, BG
amount shall be enhanced suitably
5.f Security Deposit Successful Bidder shall have to submit 10% of
Annualized Contract value as SD.
OR the successful Bidder may deposit ISD @ 2.5%
of Annualized Contract value and further SD
deduction @ 10% of each call-up value will be done.
The successful Bidder can deposit the full SD
amount by DD or Bankers cheque or Bank
Guarantee (if SD amount is more than one lac)
initially itself in which case no ISD will be required
to be furnished and no deductions shall be made
from running bills.
SD/ISD to be deposited within 15 days after
issuance of Letter of Intent/ Acceptance.
The ISD/SD will not carry interest. SD to be
retained till 12 months from the date of completion
of last tank of the respective call-up and will be
released if no defect is reported within the defect
liability period.
No deduction for Security Deposit will be made on
the value of works done for transportation &
unloading of fabricated tanks at site.
6. TENDER FEE Nil
: Bidders are required to download the tender
documents free of cost from IOCL e-tender website
(https://iocletenders.nic.in)

Page 3 of 17
TENDER NO: RCC/ERO/37/2018-19/PT-239
Title: Rate contract for fabrication, transportation and unloading at Site of 10KL/
20 KL/50KL/70 KL Horizontal MS Tanks for Begusarai Retail DO of Bihar State
Office.

7. EARNEST MONEY Rs. 60,900/-


DEPOSIT (EMD) Online EMD payment through Net Banking or
NEFT/RTGS.

Offline EMD payment through Demand Draft (DD),


Bankers Cheque (BC) and Swift Transfer shall not
be accepted.

Exemption from submission of EMD:

Parties registered with any of the following


agencies/bodies as per Public Procurement Policy
for Micro & Small Enterprises(MSE) Order 2012 are
exempted categories from payment of EMD
provided that the registration certificate issued by
any one of these below mentioned agencies must
be valid as on close date of tender. Bidders who
have applied for registration or renewal of
registration with any of these agencies/bodies but
have not obtained the valid certificate as on close
date of tender are not eligible for exemption.
District Industries Centre(DIC)
Khadi and Village Industries Commission (KVIC)
Khadi and Village Industries Board
Coir Board
National Small Industries Corporation(NSIC)
Directorate of Handicraft and Handloom
Udyog Aadhar Memorandum (UAM)
Any other body specified by Ministry of MSME
Note: Against UAM, copy of acknowledgement
generated online shall be acceptable.
PSUs (Central & State) and JVs of IOCL are
exempted from submission of EMD.

A copy of the EMD instrument or exemption


certificate in case of exempted categories shall be
uploaded along with clear scanned copies of
required documents to substantiate the claim
towards their credentials along with the tender

Page 4 of 17
TENDER NO: RCC/ERO/37/2018-19/PT-239
Title: Rate contract for fabrication, transportation and unloading at Site of 10KL/
20 KL/50KL/70 KL Horizontal MS Tanks for Begusarai Retail DO of Bihar State
Office.

documents in the appropriate link.


Bidders not paying EMD or not uploading valid
exemption certificate or scan copy of BG on or
before tender submission date and time will be
summarily rejected.
8. TENDER DOWNLOAD PERIOD FROM e-TENDER PORTAL:

a) STARTS ON : As per e-tender portal


b) ENDS ON : As per e-tender portal
: As per e-tender portal. at Indian Oil Bhavan, 9th
Floor,
2 Gariahat Road (South), Kolkata- 700068.

Bidders may inspect the site to have the complete


idea/ information pertaining to the entire scope of
works before attending the Pre-Bid meeting. Bidders
need to provide the list of clarifications required, if
9. PRE-BID MEETING any, along with Para/clause no. of the tender
document, two days before the pre-bid meeting in
writing or thru mail i.e. mail id:
khalidma@indianoil.in. Tenderers may also note that
after the clarifications are given against the points
discussed in Pre Bid conference, no further deviation
shall be permitted and such clarifications shall be
binding on all bidders. All are requested to attend
the Pre Bid conference at their own cost.
10. SUBMISSION OF TENDER IN e-TENDER PORTAL:

a) STARTS ON : As per e-tender portal


b) ENDS ON : As per e-tender portal.
11. Last Date of Submission
: As per e-tender portal
of EMD in Tender Box
12. DUE DATE FOR OPENING OF TENDER:-

OPENING OF TENDER : As per e-tender portal


13. TENDER VALIDITY : Offer shall be valid for 120 Days from date of
opening of technical bid. In case of requirement,
IOCL may seek further extension of the validity of
the offer from the bidders.
14. WORK COMPLETION : 24 Months from the date of placement of Contract
TIME and extendable by further one year on mutual
consent.
15. Escalation/ De- The escalation/de-escalation shall be applicable for
Escalation Clause call up Orders placed after 6 months from the date of
commencement of contract.

No escalation/de-escalation shall be considered for


Month 1 to Month 6, Month 1 being the month of

Page 5 of 17
TENDER NO: RCC/ERO/37/2018-19/PT-239
Title: Rate contract for fabrication, transportation and unloading at Site of 10KL/
20 KL/50KL/70 KL Horizontal MS Tanks for Begusarai Retail DO of Bihar State
Office.

placement of contract.

PART-A: FABRICATION:

The following escalation/de-escalation clause will be


applicable for Fabrication component in Price Bid.

The rates once fixed shall remain unchanged till the


expiry of Contract and no Revision of Rates shall be
entertained from the successful parties on any
reason except for escalation and de-escalation as
below:

a. Tank fabrication rates would be adjusted 3 times


during the tenancy of the contract (i.e. during a
period of 2 years) i.e. (a) first, for the period of
Month 7 to Month 12, (b) second, for the period of
Month 13 to Month 18 and (c) third, for the Month
19 to Month 24. Month 1 being the month in which
the contract is placed. If case of extension of
Contract on mutual consent, Tank fabrication rates
would be adjusted further 2 times for the Month 25
to Month 30 and for the Month 31 to Month 36.

b. For calculating the escalation / de-escalation,


the percentage increase /Decrease in WPI for Steel
and CPI applicable for Industrial Workers on all India
Basis both shall have equal weightage i.e. 50% each

The method of calculating escalation / de-escalation


is enumerated below:

SN Item Index
o.
1 WPI for Steel for the month of W1
issue of Contract
2 W2
WPI for Steel in the seventh
month (exactly after six months
of the Contract)
3 Percentage (%) increase in WPI W3=(W2-
W1) x 100
/ W1
4 CPI applicable for Industrial C1
Workers for the month of issue
of Contract Order
5 CPI applicable for Industrial C2
Workers in the seventh month
(exactly after six months of the
Contract)
6 Percentage (%) increase in CPI C3=(C2-C1)
x 100 / C1

Page 6 of 17
TENDER NO: RCC/ERO/37/2018-19/PT-239
Title: Rate contract for fabrication, transportation and unloading at Site of 10KL/
20 KL/50KL/70 KL Horizontal MS Tanks for Begusarai Retail DO of Bihar State
Office.

7 The escalation / E1 = 0.5 x


de-escalation W3 + 0.5
to be applied (%) xC3
(Weightage of 50% for WPI and
50% for CPI)
8 Rate of any item in the Contract R1
9 Increase / decrease in rate V1 = E1 x
applicable from seventh month R1
to 12th month

10 Revised rate applicable from R2 = V1 +


7th month to R1
11 12th month
WPI in the 13th month (exactly W4
after 12 months of the contract)
12 Percentage (%) increase in W5 = (W4–
WPI (W4 Vs W1) W1) x
100/W1
13 CPI in the 13th month (exactly C4
after 12 months of the contract)

14 Percentage (%) increase in CPI C5 = (C4–


(C4 Vs C1) C1) x
15 The escalation / 100/C1
E2 = 0.5 x
de-escalation W5 + 0.5
to be applied (%) xC5
16 (Weightage of 50% for WPI
and 50% for CPI)
Increase / decrease in rate V2 = E2 x
applicable from R1
13th month to 18th month
17 Revised rate applicable from R3 = V2 +
13th month to 18th month R1

PART-B:TRANSPORTATION & UNLOADING OF


FABRICATED TANKS AT SITES:

The following escalation/de-escalation clause will


be applicable for Transportation & Unloading
component in Price Bid.

(i) Escalation / De-escalation shall be applicable on


the finalized rates of the Rate Contract based on
the variation in RBI Indices for all India Wholesale
Price Index (WPI) for Fuels. The escalation / de-
escalation shall be worked out after every six
months and the percentage increase / decrease
applicable on the concluded rates shall be
conveyed to all fabricators.

Page 7 of 17
TENDER NO: RCC/ERO/37/2018-19/PT-239
Title: Rate contract for fabrication, transportation and unloading at Site of 10KL/
20 KL/50KL/70 KL Horizontal MS Tanks for Begusarai Retail DO of Bihar State
Office.

(ii) For calculating the escalation / de-escalation,


the percentage increase /Decrease in RBI Indices
for WPI for Fuels over the WPI Indices for the
month of placement of Contract shall be the
basis. The method of calculating escalation / de-
escalation is enumerated below:

Sr Item Index
No
.N
1 WPI Indices for Fuel for the W1
o. month of issue of Contract

2 WPI Indices in the seventh W2


month (exactly after six
months of the Contract)
3 Percentage (%) increase in W3=(W2-W1) x
WPI 100
4 The escalation /De / W1
E1 = W3
esaclation to be applied (%)

8 Rate of any item in the R1


Contract

9 Increase / decrease in rate V1 = E1 x R1


applicable from seventh month
to 12th month

10 Revised rate applicable from R2 = V1 + R1


7th month to
11 12th month W4
WPI for fuel in the 13th
month (exactly after 12
months of the contract)

12 Percentage (%) increase in W5 = (W4–W1) x


WPI (W4 Vs W1) 100/W1
15 The escalation / de-escalation
E2 = W5 to

Increase / decrease in rate


16 applicable from V2 = E2 x R1
13th month to 18th month

17 Revised rate applicable from R3 = V2 + R1


13th month to 18th month

The escalation/ De-escalation clauses will be


applicable for third year also, if the contract is
extended further on mutual consent.

Page 8 of 17
TENDER NO: RCC/ERO/37/2018-19/PT-239
Title: Rate contract for fabrication, transportation and unloading at Site of 10KL/
20 KL/50KL/70 KL Horizontal MS Tanks for Begusarai Retail DO of Bihar State
Office.

16. MODE OF TENDER : You may please note that this is an e-Tender and
SUBMISSION can only be downloaded and submitted in the
manner specified in ‘Special Instructions to bidders
for participating in e-tender’ attached separately in
this tender.
17. CONTACT PERSON : Name: Mohammad Asad Khalid
Designation: Officer (Contracts), ERO
Contact No. 9616186210
Email: khalidma@indianoil.in

18. PRE QUALIFICATION (PQ) CRITERIA:-


Parties who satisfy the following qualification parameters as per the details
given below only need to apply:-

(i) SIMILAR WORKS EXPERIENCE: Experience of having successfully completed


similar works during last 5 (five) years (up to the last day of month
previous to one in which tenders are being invited, should be either of the
following:-
a) Three similar completed works each costing not less than the amount
equal to Rs.
18.268 lakhs i.e. Rs. 18,26,800/- with Service Tax / GST.

OR
b) Two similar completed works each costing not less than the amount equal
to Rs. 24.357/- lakhs i.e. Rs. 24,35,700/- with Service Tax / GST.
OR
c) One similar completed work costing not less than the amount equal to Rs.
30.447 lakhs i.e. Rs. 30,44,700/- with Service Tax / GST.

d) DEFINITION OF SIMILAR WORKS: Similar works means the party


should have successfully completed Fabrication of horizontal tanks
of mild steel / stainless steel for underground / above ground
installation of capacity not less than 10 KL/10 MT.

The work experience should be as a principal contractor i.e. there should be


direct work order from the principal employer to the tenderer and any Sub-
let work experience shall not be considered for the qualification of the
bidder.

If Rate Contracts of Similar Nature of Work (as being done in case of IOC)
has been successfully completed by the Bidder during the last 5 (five) years
up to the last day of the month previous to the one on which tender is
being invited, the same shall be considered as completed works even if
such Rate Contract is under execution on account of Contract extension and

Page 9 of 17
TENDER NO: RCC/ERO/37/2018-19/PT-239
Title: Rate contract for fabrication, transportation and unloading at Site of 10KL/
20 KL/50KL/70 KL Horizontal MS Tanks for Begusarai Retail DO of Bihar State
Office.

cumulative value of all call up orders issued against the original rate
contract shall be considered. The Completion Certificate must mention the
period of work. In case work order contains both similar and non-similar
items, then only similar items/ portions will be considered.
In case of composite contract, for the purpose of qualifying amount of the
work, the cost towards fabrication of only tanks and related tank
accessories will be considered excluding cost of plates.

ONLY WORKS AS DESCRIBED ABOVE WOULD BE ACCEPTED AS SIMILAR


WORK

Fabrication of Tank for Tanker installation and fabrication of Pressure


Vessels will not be considered as Similar Work.
For this purpose, the similar job shall be considered as single job during the
stated period if the job(s) is

a) Carried out at a single installation through a single purchase order.


b) Carried out at multiple locations through a single purchase order.
c) Carried out at multiple locations through multiple purchase orders but
through a single bidding process or rate contract.

The Work Order should contain the above similar work items and for
qualification purpose the entire executed value of WO (which may contain
any other item) shall be considered.

Documents required to be submitted against proof of completion (for


works):
In case of work order from Government Bodies/PSUs- Copies of Contract
Document along with either completion certificates or duly certified copy of
bill/invoice.
In case of work order from Private Parties- Certificate from CA certifying
value of work done with TDS certificates (where applicable) and Bank
statement shall be required additionally.
The experience of the bidder for work completed as per above requirement
must be of their own and not with the support of another party/ parent
company/ subsidiary/ partner firm/ group firm/backup firm or as part of a
consortium etc. The credentials of the parent company, Joint Venture
Partner Company, subsidiary company etc. shall not be considered.
(ii) ANNUAL TURNOVER:
The annual turnover of the Bidders during any of the preceding three
financial years
(i.e. FY 2015-16, 2016-17 & 2017-18) should be at least in Rs.
36,53,600/- inclusive of GST/ST in any of the last three preceding year.
Total Revenue as per Schedule III of Companies act, 2013 (Earlier revised
Schedule VI of Companies Act, 1956) shall be considered as Turnover.

Page 10 of 17
TENDER NO: RCC/ERO/37/2018-19/PT-239
Title: Rate contract for fabrication, transportation and unloading at Site of 10KL/
20 KL/50KL/70 KL Horizontal MS Tanks for Begusarai Retail DO of Bihar State
Office.

Turnover for this purpose should be as per audited Balance Sheet including
P&L Statement/Published Account/Profit & Loss Account Statement of the
tenderer. However, if the tenderer is not required to get its accounts
audited under Section 44AB of The Income Tax Act, 1961, certificate from a
Practicing Chartered Accountant towards the turnover of the tenderer along
with copies of its Income Tax Return should be obtained.

Audited Balance Sheet / Published accounts on a calendar year basis shall


also be acceptable. (The balance sheet copy MUST bear the Registration
Number of the authorized Chartered Accountant and its SEAL. This is not
applicable for published annual reports)
Note: Provisional Balance Sheet and P&L account statement will not be
considered for evaluation, even if the same is uploaded.

(iii) Other Commercial Criteria :


Following other criteria shall also be considered for commercial evaluation:
a) PAN Card
b) PF No.
c) GST Registration Certificate.
d) Partnership deed or Certificate of Incorporation with Memorandum
& Articles of Association
e) Power of Attorney/ Board resolution (as applicable) in favour of
Tender signing authority.
f) Standard declarations (as applicable)

(iv) FABRICATION WORKSHOP:

The bidder must have fabrication shop in the state of Bihar. The fabricator
should be the Owner/ tenant/Lessee of the fabrication unit duly supported
by required ownership documents. Steel plates will be issued from Patna
Terminal, Patna and Cost of transportation, loading/unloading charges of
steel plates is inbuilt in the fabrication cost. Also the loading of tank into
Truck and transportation of tank up to 50 KM is inbuilt in the fabrication
cost.

For transportation of MS Horizontal tanks of Capacity


10KL/20KL/50KL/70KL, the distance shall be reckoned either from the
Fabricator’s Workshop or from the Divisional Office, whichever is less.

Fabricators are required to have fabrication shops with following details.


 Permanent office with phone facility.
 The fabrication workshop should be within the state of Bihar.
 The party should have shed / open space of minimum 400m2 along
with water & power availability.

Page 11 of 17
TENDER NO: RCC/ERO/37/2018-19/PT-239
Title: Rate contract for fabrication, transportation and unloading at Site of 10KL/
20 KL/50KL/70 KL Horizontal MS Tanks for Begusarai Retail DO of Bihar State
Office.

 The fabricator should be owner/tenant/lessee of the


fabrication workshop. Document(s) in support of the
above is to be submitted.

 The fabrication shop should have truck accessible approach.


 The fabricating shop should not be low land i.e. no water
accumulation in rainy season.
 Provision of adequate electric supply at the workshop.
 Availability of suitable water source to fill up the tank for hydro
testing of the tanks.
 Availability of water pump.
 If the fabricator wants to test the tank by Air Pressure then instead
of hydro testing facility, they should have a suitable HP Air
Compressor with tank testing arrangements.

 Fabrication shop should have a Mobile Crane or Fixed Mechanical


Chain Pulley to load the fabricated tanks on Trucks.
 Availability of the following machines/equipments at the fabrication
workshop:
 3 phase welding set - 2 Nos. OR Diesel welding Set - 1 No.
 Plate Bending Machine - 1 No.
 Gas Cutter - 1 set
 The fabricator should have adequate experienced technical
manpower for fabrication of tanks as per our requirements.
3 phase Welding set OR Diesel Welding Set should be available.
Notes : i) Tenderer not fulfilling all the above qualifying parameters need
not apply

ii) All documents related to above qualifying parameters have to be


uploaded.
Date of execution of Land Ownership/Lease document/Tenancy Agreement
will be prior to tender submission end date.

Ownership/Lease/Tenancy documents must have a validity of Minimum 3


years from the closing date of Tender submission.
For Proprietary Firm, Land Ownership/Lease document/Tenancy Agreement
should be in the name of Proprietor. For partnership/Limited Company/Co-
operative Society, it should be in the name of the Firm/Limited
Company/Co-operative Society/Partner/ Director.
The fabrication shop will be inspected by IOC representative during
Tendering stage as per format given on page 22 of Tender
Document and based on his acceptance the party will be technically
qualified for opening of Price Bid.

The fabricator will have to facilitate and extend necessary co-operation to

Page 12 of 17
TENDER NO: RCC/ERO/37/2018-19/PT-239
Title: Rate contract for fabrication, transportation and unloading at Site of 10KL/
20 KL/50KL/70 KL Horizontal MS Tanks for Begusarai Retail DO of Bihar State
Office.

TPI Agency.
The Third party inspection shall be carried out through any of the agencies
whom IOCL will issue the work order.
19. EVALUATION OF TENDERS:-

A) The procedure for evaluation of “Technical” bids shall be as follows:

1. Only the Technical Bid, of those parties uploading their tenders before
due date and time of submission, shall be considered for opening.

2. The techno-commercial bid shall be scrutinized and evaluated based


on the pre qualifying parameters and other mandatory documents
mentioned above on the basis of the uploaded documents.

3. The tenders will be summarily rejected if requisite EMD or EMD


exemption document is not uploaded on e-tendering portal as
mentioned in NIT.

4. The bid of the party will be rejected on the following grounds:

i. Tenderer not meeting tender qualifying parameter norms specified


/ not submitting pre qualifying and mandatory documents as per
NIT.

ii. Non-withdrawal of conditions imposed in tender document &


conditions imposed during negotiations.

iii. A bidder who offers unsolicited reduction in the price offer whether
before or after the opening of the price part of the
tender(s)/bid(s) shall be liable to have his/its/their bid(s)
rejected. Bidders may, however, at any stage offer a reduction if
such reduction is solicited or if the OWNER gives the Bidder an
opportunity to offer such reduction.

iv. Tenderer submitting fabricated/ false/ forged documents for the


tender.

v. Tenderer put on holiday list during the pendency of this tender.

B) Methodology of finalization of Tender & Selection of Bidders shall be


as follows:

1. The technical bid of all the bidders submitting their tenders through
e-tender website before due date and time shall be opened on due
date & time of opening.

Page 13 of 17
TENDER NO: RCC/ERO/37/2018-19/PT-239
Title: Rate contract for fabrication, transportation and unloading at Site of 10KL/
20 KL/50KL/70 KL Horizontal MS Tanks for Begusarai Retail DO of Bihar State
Office.

2. The offers shall be evaluated based on the pre-qualifying


parameters (PQ) mentioned in NIT. Technical bid shall be evaluated
primarily based on documentary evidence submitted along with
tender and/or during document verification.
3. Bidders shall be asked to quote fixed percentage (Maximum Two
digits after decimal) above / below / at par over the IOCL price
bid/‘Rate Schedule/BOQ’ attached with tender documents.
4. The quoted rate in percentage shall be applicable uniformly to all
items of price schedule.
5. After technical qualification/evaluation of bidders as per PQ, price-
bid(s) of all technically qualified bidders will be considered. Based
on the offers received from the bidders, a merit list of all technically
qualified bidders will be prepared and they will be arranged in merit
list from lowest quote to the highest quote i.e. a merit list shall be
prepared in ascending order of their quotes L-1, L-2, L-3, ……,
Ln…..).
However, in the event of more than one bidder quoting the same L-1
rate, all the L-1 Bidders will be asked to submit discount bid in terms
of percentage discount over previous quoted amount in sealed
envelope. Above exercise shall currently be offline activity outside the
e portal. The bidders while seeking revised bids, shall be advised to
witness the opening of sealed envelopes.
6. Mode of information to bidders shall preferably be through Mail with
copy through courier/registered post.

Receipt both by hand and through post shall be acceptable. If received in


advance, the same may be put in the tender box kept at RCC/ERO.
However, discount bid must reach RCC/ERO within stipulated date and time
and IOCL will not be held responsible for any postal delay.
In absence of response (non receipt of revised bid /implication or request
for extension), the bid may be treated as one with nil additional discount.
In case the bidder has been asked to submit price bid /price implication in
physical form, the use of white / erasing fluid for correcting the rates is
banned. Wherever the rates are corrected with white /erasing fluid, the bids
will be summarily rejected.

7. In case there is a tie again, the bidder with the highest turnover
worked out to three decimal points in any of the last three financial
years submitted against pre qualification criteria for turn over
criteria i.e. 2015-16, 2016-17, 2017-18 shall be considered as L1
Bidder. In the event the Bidder submits turnover documents of only
one or two years, L1 will be decided on the basis of turnover
documents submitted.
8. In case of tie among non-L1 bidders, the bidder with the highest

Page 14 of 17
TENDER NO: RCC/ERO/37/2018-19/PT-239
Title: Rate contract for fabrication, transportation and unloading at Site of 10KL/
20 KL/50KL/70 KL Horizontal MS Tanks for Begusarai Retail DO of Bihar State
Office.

turnover worked out to three decimal points in any of the last three
years as submitted against turnover criteria shall be given higher
bid ranking.
9. The Lowest rate shall mean the lowest acceptable rate quoted by
the L-1 bidder (with or without negotiations as the case may be),
after following the Corporation’s rule on the procedure of bid
comparison.
10.Placement of the Contract for the technically qualified bidder on the
L1 rate shall be done in the manner explained below:
a) Contract shall be placed on L1 bidder (with or without
negotiations as the case may be).
b) For balance selection of party, counter offer shall be given to L2
and L3 bidders to match the L1 offer.
c) If any of L2, L3 bidders does not agree, then counter offer shall
be given to balance L4, L5,… Ln bidders to match the L1 Offer.
d) The “Lowest acceptable rate” (with or without negotiation as
decided by IOCL) shall be offered to all the next higher bidders
in the merit list for matching and acceptance of the same. Next
2 Bidders in merit list other than L-1 bidder would be considered
for award of Contract subject to matching and acceptance of
their rates with L-1 rates. In case where only one Bidder other
than L1 Bidder accepts the L1 rates, only one Bidder other than
L1 Bidder would be considered for award of contract. Bidders not
accepting the offered rate shall not be considered for award of
Contract. In case L1 offer is not accepted by other Bidders,
Contract will be awarded to L1 only.
e) Separate Contracts shall be placed for each selected bidder.
f) Successful Tenderers will have to present original documents for
verification to the tender inviting authority, within 7 days from
date of intimation.

20. OTHER POINTS:-

1. Bidders to please note carefully the above schedule for Pre-Bid


Conference since all the clarifications, if any, with regard to Technical/
Commercial conditions shall be given therein. Bidders are advised to
ensure that their queries must reach by e-mail addressed to the
Contact person as specified in NIT at least two working days in
advance for this purpose. Bidders may also note that after the
clarifications are given against the points discussed in Pre Bid
conference, no further deviation shall be permitted and such
clarifications shall be binding on all bidders. All are requested to attend
the Pre Bid conference.

2. Any Addendum/ Corrigendum/ Sale Date Extension in respect of the

Page 15 of 17
TENDER NO: RCC/ERO/37/2018-19/PT-239
Title: Rate contract for fabrication, transportation and unloading at Site of 10KL/
20 KL/50KL/70 KL Horizontal MS Tanks for Begusarai Retail DO of Bihar State
Office.

tender shall be issued on our website https://iocletenders.nic.in only & no


separate notification shall be issued in the press. Bidders are therefore
requested to regularly visit our website to keep themselves updated.

3. All bidders must login and visit their DASHBOARD on regular basis to
get the timely updates related to any communication sent in the form
of e-mail/SMS by system.

4. Legal dispute, if any, arising during the evaluation of the tender shall
be within the jurisdiction of local courts.
a) For disputes up to stage of LOA-Jurisdiction shall be at Kolkata.
b) For disputes during execution stage: Jurisdiction shall be at Patna.
5. Please visit our website https://iocletenders.nic.in for further details of
this tender.

6. Bidders may note that the following are attached separately and
uploaded in the e-tendering portal:
a) Special Instructions to bidders for participating in e-tendering
b) FAQ’s –online EMD facility in IOCL e-tendering and
c) Format for Acceptance of Tender Terms and Conditions

21. VERIFICATION OF ORIGINAL DOCUMENTS:-

Document verification with originals shall be carried out only for the
successful bidders (s) after opening of price bids. The technical qualification
of the bidders shall be based on the document submitted by bidders in the
tender. Recommendations for award of contract shall be made only after
verification of documents with originals of the successful bidder(s).
As the documents are being submitted by the bidders in tenders, the
responsibility of authenticity of documents shall be with bidders.
Only documents against Pre Qualification criteria shall be verified with
originals.
The successful bidders shall be required to present their original documents
to tender inviting authority within a period of 7 days from date of opening
of Price bids or date of intimation as specified in the tender.

Notwithstanding any other condition/provision in the tender documents, 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 &

Page 16 of 17
TENDER NO: RCC/ERO/37/2018-19/PT-239
Title: Rate contract for fabrication, transportation and unloading at Site of 10KL/
20 KL/50KL/70 KL Horizontal MS Tanks for Begusarai Retail DO of Bihar State
Office.

unambiguous documents in support of meeting the PQ criteria. In case the bidder


fails to submit any documents or submits incomplete documents within the given
time, the bidders tender will be rejected.

Thanking you,

Yours faithfully,
For Indian Oil Corporation Limited,
GM (Contract Cell), ERO
Eastern Regional Office

Signature Not Verified


Digitally signed by Mohammad Asad Khalid
Page 17 of 17 Date: 2019.03.06 11:10:52 IST
Location: IndianOil e-Tendering Portal

You might also like