Nothing Special   »   [go: up one dir, main page]

Iocl Maintaince 0 To 3 09.08.2022

Download as pdf or txt
Download as pdf or txt
You are on page 1of 30

TENDER NO.

: RCC/ERO/37/2022-23/PT-49
e-Tender ID: 2022_ERO_153350_1
CAPEX Rate Contract under Cat-I (Rs.0-3 Lakhs) for carrying out Maintenance and
Low value Capital Jobs of Civil, Mechanical and Electrical nature at Retail Outlets/ Page
KSKs/ CPs under Bhubaneswar and Sambalpur Divisional Office of Odisha State 1 of 30
Office for 3 years with provision for extension upto 6 months on mutual consent
basis with same rate terms and conditions.

Indian Oil Corporation Limited


Marketing Division,
Regional Contract Cell,
Eastern Regional Office
Kolkata

NOTICE INVITING TENDER (NIT)

NAME OF WORK: CAPEX Rate Contract under Cat-I (Rs.0-3 Lakhs) for carrying out Maintenance and Low
value Capital Jobs of Civil, Mechanical and Electrical nature at Retail Outlets/ KSKs/ CPs under Bhubaneswar and
Sambalpur Divisional Office of Odisha State Office for 3 years with provision for extension upto 6 months on
mutual consent basis with same rate terms and conditions.

TENDER NO. RCC/ERO/37/2022-23/PT-49


e-Tender ID 2022_ERO_153350_1
TENDER NO.: RCC/ERO/37/2022-23/PT-49
e-Tender ID: 2022_ERO_153350_1
CAPEX Rate Contract under Cat-I (Rs.0-3 Lakhs) for carrying out Maintenance and
Low value Capital Jobs of Civil, Mechanical and Electrical nature at Retail Outlets/ Page
KSKs/ CPs under Bhubaneswar and Sambalpur Divisional Office of Odisha State 2 of 30
Office for 3 years with provision for extension upto 6 months on mutual consent
basis with same rate terms and conditions.

Annexure-1

NOTICE INVITING e-TENDER

Indian Oil Corporation Limited invites electronic bids through its website
https://iocletenders.nic.in under two bid system for the work as detailed below from indigenous
bidders fulfilling the qualifying requirements as stated hereunder:

RCC/ERO/37/2022-23/PT-49
1. TENDER NO. :
e-Tender ID: 2022_ERO_153350_1
2. NAME OF WORK : CAPEX Rate Contract under Cat-I (Rs.0-3 Lakhs) for
carrying out Maintenance and Low value Capital Jobs of
Civil, Mechanical and Electrical nature at Retail Outlets/
KSKs/ CPs under Bhubaneswar and Sambalpur Divisional
Office of Odisha State Office for 3 years with provision for
extension upto 6 months on mutual consent basis with
same rate terms and conditions.
3. PLACE OF WORK : Areas under Bhubaneswar and Sambalpur Divisional Office
4. ESTIMATED COST : Rate Contract. (As per Sl. No.14 of NIT)
5. TENDER FEE : Nil since e-TENDER
6. EARNEST MONEY : NIL
DEPOSIT
Bidders to note that there shall be no requirement of paying
EMD against this e-tender. However, all bidders shall be
required to mandatorily submit the Bid Security Declaration
in lieu of EMD as per the standard format attached.

The requirements of submission of Bid Security Declaration


shall also be applicable on the bidders who are exempted
from payment of the EMD (MSEs as per PPP, Startups,
CPSE & JVs).

The bid shall be summarily rejected if Bid Security


Declaration (Annexure-K) in lieu of EMD is not
uploaded in e-tendering portal on or before tender
submission date and time.

7. TENDER DOWNLOAD PERIOD FROM e-TENDER PORTAL:


a) Starts on : Please refer e-tender Portal
b) Ends on : Please refer e-tender Portal
8. PRE BID MEETING : Please refer e-tender Portal
9. SUBMISSION OF TENDER INTO e-TENDER PORTAL:
a) Starts on : Please refer e-tender Portal
b) Ends on : Please refer e-tender Portal
10. DUE DATE FOR OPENING OF TENDER:
Opening of Tender Please refer e-tender Portal
(Technical Bid Only)
11. Verification of Original : As per tender document
Documents
TENDER NO.: RCC/ERO/37/2022-23/PT-49
e-Tender ID: 2022_ERO_153350_1
CAPEX Rate Contract under Cat-I (Rs.0-3 Lakhs) for carrying out Maintenance and
Low value Capital Jobs of Civil, Mechanical and Electrical nature at Retail Outlets/ Page
KSKs/ CPs under Bhubaneswar and Sambalpur Divisional Office of Odisha State 3 of 30
Office for 3 years with provision for extension upto 6 months on mutual consent
basis with same rate terms and conditions.

12. Tender Validity : Offer shall be valid for 180 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.
13. Contract Period : Contract period will be 3 years from the date of
placement of Rate contract and extendable by upto Six
months on mutual consent basis with same rate terms &
conditions. Call-up POs for every individual work will be
placed separately with completion time by the concerned
Divisional Office.
Contact Person: Dipanjan Barai
Designation: Ch. Manager (Contracts),ERO
e-mail: dipanjanbarai@indianoil.in
Contact No.: 7797260606
Names of the Details of IEM’s are available in URL:
Independent External https://iocl.com/Integrity%20Pact
Monitors (IEMs) for All complaints/communication to IEM with regard to this
this tender: tender may be sent to following address:
IP Secretariat, Indian Oil Corporation Limited, Room No.
542, 5th Floor, Core 6, Scope Complex, Lodhi Road, New
Delhi – 110003
E-Mail: iem-iocl@indianoil.in
14. Estimated Quantum of Work & No.of Contractors required:

Bhubaneswar DO
SL. Description Details
No.
a) Total Estimated quantum of : Approx. Rs.1687.40 Lakhs
work for 3 years including GST
b) Quantum of work for a : Rs. Approx. 18.14 Lakhs
contractor (including GST) per year per
contractor.
c) No.of contractors required : 31 Contractors.

Sambalpur DO
SL. Description Details
No.
a) Total Estimated quantum of : Rs. 1911.60 Lakhs including
work for 3 years GST
b) Quantum of work for a : Rs. 18.74 Lakhs (including
contractor GST) per year per contractor.
c) No.of contractors required : 34 Contractors.

15. Location of works - Zone wise Contractors Requirements:

Bhubaneswar DO
Sl. No of Contractors
ZONE Revenue District
No. Required
1 BBSR1 RSA KHURDA 3
2 BBSR2 RSA PURI/ KHURDA(PART) 3
TENDER NO.: RCC/ERO/37/2022-23/PT-49
e-Tender ID: 2022_ERO_153350_1
CAPEX Rate Contract under Cat-I (Rs.0-3 Lakhs) for carrying out Maintenance and
Low value Capital Jobs of Civil, Mechanical and Electrical nature at Retail Outlets/ Page
KSKs/ CPs under Bhubaneswar and Sambalpur Divisional Office of Odisha State 4 of 30
Office for 3 years with provision for extension upto 6 months on mutual consent
basis with same rate terms and conditions.

NAYAGARH. KHURDA(PART),
3 BBSR3 RSA 3
GANJAM(PART)
4 ANGUL RSA Angul 2
DHENKANAL
5 DHENKANAL 2
RSA
BEHRAMPUR
6 GANGJAM, GAJAPATI 2
RSA
7 CUTTACK RSA CUTTACK 3
8 PARADIP RSA JAGATSINGHPUR 3
9 BALASORE RSA BALASOR 2
10 BARIPADA RSA MAYURBHANJ, BALASAORE(PART) 2
11 JAJPUR RSA JAJPUR 2
Khurda, Cuttack, Jajpur, Puri,
Bhubaneswar
12 Ganjam, Gajapati, Nayagarh, 2
IBSA
Kandhamal, Boudh
Paradip IBSA Jagatsinghpur, Kendrapada,
13 2
Bhadrak, Balasore, Mayurbhanj
Total 31
Sambalpur DO
Sl. No of Contractors
ZONE Revenue District
No. Required
Sambalpur -1
1 Sambalpur, Sonepur 2
RSA
Sambalpur-2
2 Sambalpur, Deogarh 2
RSA
3 Bargarh RSA Bargarh, Sambalpur(Part) 2
4 Jharsuguda RSA Jharsuguda, Sundergarh(Part) 2
5 Rourkela-1 RSA Sundergarh (part) 2
6 Rourkela-2 RSA Sundergarh (part) 2
Bolangir,Bargarh(Part) ,
7 Bolangir RSA 2
Kalahandi(Part) Nuapada(Part)
Bawanipatna
8 Kalahandi 2
RSA
9 Rayagada RSA Rayagada, Kalahandi(Part) 2
10 Jeypore RSA Koraput, Nabrangpur, Malkangiri 2
11 Keonjhar-1 RSA Keonjhar 2
12 Keonjhar-2 RSA Keonjhar 2
Sambalpur, Bargarh, Deogarh,
13 Sambalpur IBSA 2
Sonepur
14 Jharsuguda IBSA Jharsuguda, Sundergarh(Part) 2
15 Keonjhar IBSA Keonjhar, Sundergarh(Part) 2
16 Angul IBSA Angul, Dhenkanal 2
Jeypore,Koraput, Nabrangpur,
17 Jeypore IBSA 2
Malkangiri, Rayagada, Kalahandi
Total 34
TENDER NO.: RCC/ERO/37/2022-23/PT-49
e-Tender ID: 2022_ERO_153350_1
CAPEX Rate Contract under Cat-I (Rs.0-3 Lakhs) for carrying out Maintenance and
Low value Capital Jobs of Civil, Mechanical and Electrical nature at Retail Outlets/ Page
KSKs/ CPs under Bhubaneswar and Sambalpur Divisional Office of Odisha State 5 of 30
Office for 3 years with provision for extension upto 6 months on mutual consent
basis with same rate terms and conditions.

16. Parties who satisfy the following qualification parameters as per the details given below
(a) only need apply;

PRE-QUALIFICATION CRITERIA(PQC):

SIMILAR WORKS: Bidder should have experience of having completed a single work
of Civil / Mechanical works at Petroleum & Gas Installations/ Refineries /
Petrochemical Plants or Chemical Industries in any of the last 5 years up to the last
day of the month previous to the one in which tenders are being invited.

Note:
a) Petroleum and Gas installations for this tender shall include Retail and
Consumer Outlets on Petroleum / CNG/LNG/CBG services.
b) Chemical Industries: The chemical should be covered in the list of hazardous
chemical under MSIHC rules.

SL. QUALIFYING PARAMETERS


NO.
SIMILAR WORKS: Parties who have experience of having successfully
completed One similar work costing worth Rs.1.50 lakhs or above
during last 5 years i.e, from 01.07.2017 to 30.06.2022.
1.
The above criteria will remain same irrespective of number of DOs
quoted for by a bidder.
2. ANNUAL TURNOVER: Annual Turnover during any of the last three
preceding financial years as per Balance Sheet and Profit & Loss Account
Statement of FY 2019-20, 2020-21& 2021-22 should be at least Rs.
6.00 Lakhs per Divisional Office.

In case of non-availability of Audited Balance Sheet (Profit and loss


account statement)/Published accounts of the immediate preceding year
(2021-22), the Audited Balance Sheet (P&L Statement)/Published
account of 4th preceding financial year (2018-19) shall also be
acceptable.

A bidder will be considered for maximum 2 sales zone per Divisional


Office and 2 Divisional Office per State Office in which case the
Turnover requirement shall be in multiples of the Divisional Office applied
i.e. Rs 6 Lakhs for 1 DO or Rs 12 Lakhs for 2 DOs.

Note for PQC:


i) Notwithstanding any other condition / provision in the tender documents,
bidders are required to submit complete documents pertaining to PQC (Pre-
qualification criteria) along with their offer. Failure to meet the PQC will render
the bid to be summarily rejected.
ii) 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.
Note: Stand alone credentials against PQ Criteria shall be considered.
TENDER NO.: RCC/ERO/37/2022-23/PT-49
e-Tender ID: 2022_ERO_153350_1
CAPEX Rate Contract under Cat-I (Rs.0-3 Lakhs) for carrying out Maintenance and
Low value Capital Jobs of Civil, Mechanical and Electrical nature at Retail Outlets/ Page
KSKs/ CPs under Bhubaneswar and Sambalpur Divisional Office of Odisha State 6 of 30
Office for 3 years with provision for extension upto 6 months on mutual consent
basis with same rate terms and conditions.

Tenderer not fulfilling all the above Pre-Qualifying Criteria need not apply.

Bidders can download the document from IOCL e-tender website


https://iocletenders.nic.in and participation will also be through the same website
only. Tender documents duly filled in should be uploaded in this website only.

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.

Tender documents are non transferable. It may be noted that mere submission of the
relevant information and meeting the qualifying criteria would not entitle the tenderer
for technical qualification.

INDIAN OIL CORPORATION LIMITED will not accept the Tender documents in
physical form.

(b) Other Important Points regarding Similar Work:

a) Cumulative value of Call-ups against Rate contracts shall not be considered


against monetary value for similar work. Only individual call up value shall be
considered.
b) 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.
c) 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 tenderer.
d) The value of completed works as indicated above shall be inclusive of Goods &
Services Tax (GST). The value of completed job indicated by the prospective
bidders shall be compared with values as prescribed above. There shall be no
deduction against taxes.
e) Works carried out by the vendor in India or abroad shall be considered. For
works carried out abroad and payments received by the vendor through foreign
currency, the same will be converted to INR based on SBI TT Selling Rate as on
the last date of the month previous to the one, in which the tender is invited.
f) Completed similar work (s), should be completed in all respects and final bill /
completion certificate should be submitted as proof. In other words, works in
progress or incomplete works will not be considered for qualifying purpose, even
if the value of work completed is meeting the requirement given above.
g) The experience of the tenderer 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 a
consortium etc. The credentials of the parent company, JV Partner Company,
subsidiary company etc shall not be considered.
h) Consultants or their subsidiary company or companies under the management
of consultant, are not eligible to quote for the execution of the same job for
TENDER NO.: RCC/ERO/37/2022-23/PT-49
e-Tender ID: 2022_ERO_153350_1
CAPEX Rate Contract under Cat-I (Rs.0-3 Lakhs) for carrying out Maintenance and
Low value Capital Jobs of Civil, Mechanical and Electrical nature at Retail Outlets/ Page
KSKs/ CPs under Bhubaneswar and Sambalpur Divisional Office of Odisha State 7 of 30
Office for 3 years with provision for extension upto 6 months on mutual consent
basis with same rate terms and conditions.

which they are working as consultants.


i)
Work carried out at multiple locations through a single Purchase Order will be
considered as one similar work of value equal to the cumulative value of the
locations included in the Purchase Order.
(c) Documents to be submitted against proof of completion of similar works:

i. 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. Copy of contract document may not be insisted if completion
certificate/ Bill / Invoice copy specifies details otherwise required like Date of
PO/contract agreement, Contract Value, Execution value, date of completion,
period for execution of work and other requirements, if any.

ii. The work order submitted against PQC should be direct order from the Owner
only & any sub-contracted work order would not be accepted.
iii. In case of Work Orders from Private Parties- Certificate from CA certifying value
of work done with TDS certificates (where applicable)/ bank statement shall be
required in addition to that specified in (i). TDS certificates / Bank statements
shall be used as corroborative evidence only.
iv. In case of foreign currency transaction to Indian firms, proof of remittance shall
also be required.
v. Against orders placed by IOCL, proof of completion may be established from
internal records.

Work Orders which are not completed till the last 5 years up to the last day of the
month before the one in which tenders are being invited shall not be considered for
evaluation under Pre-Qualification Criteria (PQC) even if running bill payment received
against the Work Order meets qualifying amount mentioned above.

(d) Documents to be submitted against Annual Turnover Criteria:

Definition of Turnover: Total Revenue as per Schedule III of Companies act, 2013
(Earlier revised Schedule VI of Companies Act, 1956) shall be considered as Turnover.

Turnover for this purpose should be as per audited Balance Sheet including P&L
Statement/ Published Account / Profit & Loss Account Statement of the tenderer (for
FY 2021-22, 2020-21 & 2019-20). 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.

In case of non-availability of Audited Balance Sheet (Profit and loss account


statement)/Published accounts of the immediate preceding year (2021-22), the
Audited Balance Sheet (P&L Statement)/Published account of 4th preceding financial
year (2018-19) shall also be acceptable.

Audited Balance Sheet (P&L Statement)/Published accounts on a calendar year basis


shall also be acceptable.
TENDER NO.: RCC/ERO/37/2022-23/PT-49
e-Tender ID: 2022_ERO_153350_1
CAPEX Rate Contract under Cat-I (Rs.0-3 Lakhs) for carrying out Maintenance and
Low value Capital Jobs of Civil, Mechanical and Electrical nature at Retail Outlets/ Page
KSKs/ CPs under Bhubaneswar and Sambalpur Divisional Office of Odisha State 8 of 30
Office for 3 years with provision for extension upto 6 months on mutual consent
basis with same rate terms and conditions.

Provisional Balance Sheet and P&L account statement shall not be considered for
evaluation, even if the same is uploaded.

17. Escalation/ De-Escalation Clause will be applicable.


The rates will be reviewed at the end of every six months from the date of
placement of Capex Work Order and escalation or de-escalation will be applied on
the rates as per Special Terms & Conditions of the tender documents.
18. Purchase Preference (PP-LC) is applicable for this Tender.

19 Relaxation for MSME: There shall not be any relaxation for MSME.
However, eligible bidders can avail preferential benefit for Purchase Preference
Linked with Local Content (PP-LC)
As the tender falls under the category of works contract, there shall be no relaxation
for MSME in this Tender

However, Purchase Preference Linked with Local Content (PP-LC) is part of this
tender. Bidder under (PP-LC) category Class-I Local supplier (LC >= 50%) will get
option to avail preferential benefit.
20 Other Commercial Criteria
Following other criteria shall also be considered for commercial evaluation:
 PAN Card
 PF No.
 GST registration no
 Partnership deed or Certificate of Incorporation with Memorandum & Articles
of Association
 Power of Attorney/ Board resolution (as applicable) in favour of Tender
signing authority/Proprietorship Undertaking.
 Undertaking for Acceptance of Tender terms and conditions.
 Declaration A,B,C,D.
 Declaration regarding Holiday/Black Listing.
 Undertaking for Non Tampering of Data.
 Declaration on NCLT/NCLAT/DRT/DRAT/Court Receivership/Liquidation
 Compliance Certificate regarding bidders from countries which shares a land
border with India
 Undertaking for Business Transaction status
 Undertaking No Multiple Bidding
 Self - Declaration on (PPLC) Purchase Preference Linked with Local Content
 PPLC- Certification by the statutory auditor/ Cost auditor/ practicing
Chartered Accountant-
 Covering letter of Integrity Pact & Integrity Pact Agreement duly filled,
signed & stamped

Note:
Documents if available in public domain or available in IOCL database (SAP records)
may also be considered.

21 Jurisdiction:
a) For disputes up to stage of LOA (Letter of Acceptance) - At all places in the GCC
enclosed with the tender document OWNER shall mean INDIAN OIL
CORPORATION LIMITED, (Marketing Division), with its office at Dhakuria,Kolkata-
TENDER NO.: RCC/ERO/37/2022-23/PT-49
e-Tender ID: 2022_ERO_153350_1
CAPEX Rate Contract under Cat-I (Rs.0-3 Lakhs) for carrying out Maintenance and
Low value Capital Jobs of Civil, Mechanical and Electrical nature at Retail Outlets/ Page
KSKs/ CPs under Bhubaneswar and Sambalpur Divisional Office of Odisha State 9 of 30
Office for 3 years with provision for extension upto 6 months on mutual consent
basis with same rate terms and conditions.

68. The Court of jurisdiction for all matters under the tender shall be at Kolkata
b) For disputes during execution stage - At all places in the GCC enclosed with the
tender document OWNER shall mean INDIAN OIL CORPORATION LIMITED,
(Marketing Division),with its office at Bhubaneswar. The Court of jurisdiction for all
matters under the tender shall be at Bhubaneswar.
Note:

1. Any Addendum/ Corrigendum/ Sale Date extension/ in respect of the above


tender shall be issued on our web-site: https://iocletenders.nic.in(erstwhile
https://iocletenders.gov.in) only and no separate notification shall be issued
in the press. Bidders are therefore requested to regularly visit our web-site
to keep themselves updated.

2. Notwithstanding any other condition/ provision in the tender


documents, bidders are required to submit complete documents
pertaining to PQC along with their offer. Failure to meet the PQC
will render the bid to be summarily rejected. IOC reserves the right
to complete the evaluation based on the details furnished by the
bidder, with or without seeking any additional supporting
documents / clarifications.

3. All parties are requested to start the submission process at least 4 hours
prior to the submission end date to avoid problem in submitting documents
due to last minute rush.

4. Corporation reserves the right to revise/extend any Date/Time from


scheduled timelines of published tender.
Special Note:

1. Consultants or their subsidiary company or companies under the


management of consultant, are not eligible to quote for the execution of the
same job for which they are working as consultant.

2. Bids from Consortium or MOU parties shall not be accepted. Also credentials
of Consortium or MoU Parties submitted by one of the Consortium partners
shall not be accepted.

3. JVs registered under the Indian Companies Act as on date of submission of


bid are permitted. In such cases, all credentials to be submitted for
qualification in the tender shall be in the name of JV.

4. No Purchase preference is applicable to MSEs for this tender


TENDER NO.: RCC/ERO/37/2022-23/PT-49
e-Tender ID: 2022_ERO_153350_1
CAPEX Rate Contract under Cat-I (Rs.0-3 Lakhs) for carrying out Maintenance and
Low value Capital Jobs of Civil, Mechanical and Electrical nature at Retail Outlets/ Page
KSKs/ CPs under Bhubaneswar and Sambalpur Divisional Office of Odisha State 10 of 30
Office for 3 years with provision for extension upto 6 months on mutual consent
basis with same rate terms and conditions.

22. EVALUATION OF TENDER: -

Technical Qualification:

1. A bidder shall be considered technically qualified based on submission of Bid security


declaration in lieu of EMD and meeting qualifying parameters as per PQC.

The technical qualification of the bidders shall be based on the documents submitted
by the bidder in the tender.

2. The bidders should indicate their preference of sales zone as per the preference sheet
format provided in technical bid document. Allocation of Sales Zone shall be based on
the qualified bidders position in seniority list as per their original quoted rate and their
accepting L-1 rate.

3. In case, any bidder has not provided their sales zone preference, for which they have
quoted, the bidder shall be asked to submit the same. In such case, bidder has to
submit their preference within 7 days of intimation from IOC.

In case a bidder does not indicate preference of sales zone(s), then IOC will allocate
the zones in the same order as given in sl. no 15 above subject to the qualified bidder's
position as per their original quoted rate and their accepting the L-1 rate.

4. IOC reserves the right to verify the credentials towards value of work executed at a later
date from the order issuing authority. In the event, document submitted by the bidder is
found to be forged or incorrect, the selection of such bidder shall be terminated and
EMD or SD submitted shall be forfeited. Such bidder is also liable to be put on Holiday
List by IOC.

5. Canvassing of information or submission of forged or false documents / information by any


Bidder shall make their offer invalid. In addition, action shall also be taken by IOCL for
forfeiture of EMD as well as putting the Bidder on Holiday list.

6. Bidder should be in a position to produce all the original documents and / or any other
information as and when required by Indian Oil.

7. Indian Oil reserves the right to reject the Tender of any or all the bidders without
assigning any reason whatsoever at its absolute discretion.

Price Bid:

1. The price bid(Item wise BOQ) consists of a sheet for quoting.


2. Bidders are required to quote fixed percentage on the rates given in the rate schedule ( Schedule
of Rates for Both DO are attached separately)

3. Document verification with originals shall be carried out only for the successful bidders
after opening of price bid. Recommendation for award of contract shall be made only after
verification of documents with originals of the successful bidders.
4. In case of Capex/Zonal Rate Contracts, document verification with originals shall be carried
out after opening of price bids for L1 and other parties matching L1 rates as per procedure
for required number of bidders as specified in tender including those proposed to be
TENDER NO.: RCC/ERO/37/2022-23/PT-49
e-Tender ID: 2022_ERO_153350_1
CAPEX Rate Contract under Cat-I (Rs.0-3 Lakhs) for carrying out Maintenance and
Low value Capital Jobs of Civil, Mechanical and Electrical nature at Retail Outlets/ Page
KSKs/ CPs under Bhubaneswar and Sambalpur Divisional Office of Odisha State 11 of 30
Office for 3 years with provision for extension upto 6 months on mutual consent
basis with same rate terms and conditions.

retained on waitlist, if any.

5. The methodology to be followed for finalization of subject tender shall be as under;

 Comparative statement of price quoted (Percentage quoted by the bidder) by the


technically qualified bidders will be prepared separately and they will be arranged
from lowest bidder to the highest bidder (i.e. in ascending order).

 For each Divisional office, the lowest acceptable rate will be arrived at by IOC based
on L-1 with or without negotiation and the same will be offered to all other bidders.
However, required number of parties shall be awarded for which selection shall be
done in the order of their original quote.

 In case, same percentage is quoted by two or more bidders, the


bidder with higher annual turnover during any of the last 3
financial years worked out to 3 decimal places shall be preferred.

 After getting Acceptance/Rejection from bidders to match the offered finalized L-1
rate, contract will be awarded to required number of parties as below;

i. The percentage rate offered is uniformly applicable for all items of work and all
zones in that DO. Bidder shall be allocated one sales zone per DO based
on their ranking and the sales zone preference indicated by them in the
technical bid.

ii. In case of insufficient number of vendors qualifying/accepting the L-1 rate, the
leftout zones shall be allocated to the qualified vendors accepting the L-1 rates,
one zone to each of the empaneled vendors. The allocation shall be done
according to the original position of their quotations i.e. L-1 shall get the first
option of choosing one more additional zone and L-2 thereafter etc.

Any bidder can be allocated maximum of 2 sales zones in any DO.


However, IOC shall reserve the right to allocate any zone to any party
as per requirement.

iii. If any party defaults/fails in a particular zone, zonal contractor/s assigned to any
other zone of the Divisional Office can additionally be entrusted the work.

6. The list of bidders who have accepted L-1 rate, but could not be empaneled, shall be given
the option of remaining on waitlist through a consent. In case an empaneled party backs
out/is removed from the Empanelment for lack of performance or there is a need for
additional contractors at a later date during validity of the Zonal Contract, the next party
on the wait list can be included in the empaneled list subject to approval.
7. Bidders may note that negotiations will not be conducted with the bidders as a matter of
routine. However, Corporation reserves the right to conduct such negotiations.
TENDER NO.: RCC/ERO/37/2022-23/PT-49
e-Tender ID: 2022_ERO_153350_1
CAPEX Rate Contract under Cat-I (Rs.0-3 Lakhs) for carrying out Maintenance and
Low value Capital Jobs of Civil, Mechanical and Electrical nature at Retail Outlets/ Page
KSKs/ CPs under Bhubaneswar and Sambalpur Divisional Office of Odisha State 12 of 30
Office for 3 years with provision for extension upto 6 months on mutual consent
basis with same rate terms and conditions.

Purchase Preference (Linked withLocal Content) (PP-LC) Clause

The classification, Margin of Purchase preference, broad allocation shall be as follows:

S
Description Details
N
1. Supplier Classification:

a. Class-I Local supplier LC >= 50%

b. Class-II Local supplier LC >=20% < 50%

c. Non-Local supplier LC <20%

2. Margin of Purchase preference (PP-LC) 20% (i.e. L1+20%)


Quantum of allocation of work to PPLC-Class I
Supplier will not be less than 50% of the total
requirement. However, in case PPLC Bidder
(PPLC-Class I supplier) does not match L-1 Rate
or non-availability of PPLC Bidders (PPLC Class-I
3. Allocation to PP-LC Class I Local Supplier Supplier) as per nos. required, balance
requirement will be met from other qualified
bidders in order of Ranking subject to matching
L1 Rate.

Note: Purchase Preference shall be admissible only for Class-I Local supplier.
Class-I & Class-II Local suppliers are eligible to
4. Tender Category:
bid in the tender.

1. All Bidders participating in the tender shall submit LC declaration against qualifying as Class I,
Class II. For this purpose, the details shall be submitted as per Declaration Form for availing
purchase preference – Bid Stage (Annexure-J in Declaration excel Sheet by Bidder) and
Certification by the statutory auditor/ Cost auditor/ practicing Chartered Accountant as per format
Annexure-J1.

2. For the purpose of extending Purchase Preference benefits, the latest quote of respective
bidder(s) shall be considered.
3. The modalities for evaluating purchase preference benefits under PP-LC Policy shall be guided by
the policy issued by Govt. of India.

Notes:
i) PP-LC bidder mentioned above means Class-I Local supplier as defined in the PP-LC Policy
issued by MoPNG vide reference No. FP-20013/2/2017-FP-PNG dated 17.11.2020.

ii) Only preferential bidders (PP-LC (Class I)) quoting within the applicable purchase preference
margins and agreeing to match L-1 price shall be considered for preferential benefit.

iii) In cases of Public Tender for works, if the bidder does not provide declaration against being a
TENDER NO.: RCC/ERO/37/2022-23/PT-49
e-Tender ID: 2022_ERO_153350_1
CAPEX Rate Contract under Cat-I (Rs.0-3 Lakhs) for carrying out Maintenance and
Low value Capital Jobs of Civil, Mechanical and Electrical nature at Retail Outlets/ Page
KSKs/ CPs under Bhubaneswar and Sambalpur Divisional Office of Odisha State 13 of 30
Office for 3 years with provision for extension upto 6 months on mutual consent
basis with same rate terms and conditions.

Class I or Class II Bidder (even after opportunity(s), the bid shall be rejected as being from a
non-eligible bidder.

iv)Wherever preference to MSEs is not applicable, i.e., in case of work contract, MSE bidder shall
be treated as Non Preferential Bidder.

4. Sanctions:

IOCL shall impose sanction on manufacturers / Service providers not fulfilling LC of Goods /
Services in accordance with value mentioned in the certificate of LC.
a) The sanctions may be in the form of written warning, financial penalty and blacklisting.
b) In the event that a manufacturer or supplier of goods and/or provider of services does not fulfill
his obligation after the expiration of the period specified in such warning, IOCL can initiate action
for blacklisting such manufacturer/supplier/service provider.
c) A manufacturer and/or supplier of Goods and/or provider of services who has been awarded
the contract after availing the Purchase Preference is found to have violated the LC provision, in
the execution of the procurement contract of goods and/or services shall be subject to financial
penalty. The financial penalty shall be over and above the PBG value prescribed in the contract
and shall not be more than an amount equal to 10% of the contract price.

5. Annexures: Following Annexures are incorporated in tender documents which are to be submitted
by the bidders:

a) Declaration Form for availing purchase preference – Bid Stage (Annexure-J


in Declaration excel Sheet by Bidder)

b) Where the Tender value is INR 10 Crore or above: The Declaration/


Undertaking submitted by the bidder shall be supported by a
certificate from the statutory auditor or cost auditor of the
company (in case of companies) or from a practicing cost
accountant or practicing chartered accountant (in respect of
other than companies) giving the percentage of local content as per
format in Annexure-J1.

c) Calculation of Local Contents (to be submitted after award & during


execution)
TENDER NO.: RCC/ERO/37/2022-23/PT-49
e-Tender ID: 2022_ERO_153350_1
CAPEX Rate Contract under Cat-I (Rs.0-3 Lakhs) for carrying out Maintenance and
Low value Capital Jobs of Civil, Mechanical and Electrical nature at Retail Outlets/ Page
KSKs/ CPs under Bhubaneswar and Sambalpur Divisional Office of Odisha State 14 of 30
Office for 3 years with provision for extension upto 6 months on mutual consent
basis with same rate terms and conditions.

ANNEXURE-J

DECLARATION FORM FOR AVAILING PURCHASE PREFERENCE – BID STAGE


To be submitted in the format as per Annex-J of attached Excel Sheet named
Declarations_Public_Tender_49

E-Tender No: RCC/ERO/37/2022-23/PT-49


E-Tender ID: 2022_ERO_153350_1

I………………………..., Son/ Daughter of………………………., do solemnly affirm and state as under:

1. That I am the………………………………………………... (Designation of the authorized signatory) of


……………………………and I am duly authorized to furnish this undertaking declaration on behalf
of………………………………….
2. That …………………………. has submitted its bid against bidding document of E-Tender No:
RCC/ERO/37/2022-23/PT-49.
3. That the Company is fully aware of the provisions of Purchase Preference (Linked with Local Content)
(PP-LC) Policy, enclosed in the above bidding document.
4. We hereby confirm that our offer is achieving the minimum local content target as mentioned below
in line with PP-LC Policy:

Sr. Bidder to declare (Yes/


Parameter
No. No)

1 >=50% as Class-I Local supplier.

2 >=20% &<50% as Class-II Local supplier.

5. I confirm that I am aware of the implication of the above undertaking and our liability on account of
wrong declaration.

Signature of Authorized Signatory and Date:


(With Seal/ Stamp)

Note: The above Declaration shall be signed/ certified by the authorized signatory of the bidder having
the Power of Attorney for signing the bid.
TENDER NO.: RCC/ERO/37/2022-23/PT-49
e-Tender ID: 2022_ERO_153350_1
CAPEX Rate Contract under Cat-I (Rs.0-3 Lakhs) for carrying out Maintenance and
Low value Capital Jobs of Civil, Mechanical and Electrical nature at Retail Outlets/ Page
KSKs/ CPs under Bhubaneswar and Sambalpur Divisional Office of Odisha State 15 of 30
Office for 3 years with provision for extension upto 6 months on mutual consent
basis with same rate terms and conditions.

ANNEXURE-J1

Certification by the statutory auditor/ Cost auditor/ practicing Chartered Accountant

E-Tender No: RCC/ERO/37/2022-23/PT-49


E-Tender ID: 2022_ERO_153350_1

We…………………………………………………..., having our registered office


address……………………………………………and Membership Number……………………………certify that we are
statutory auditor / cost auditor / practicing CA not being an employee / Director and not having any
interest of the Company M/s…………………………. having its registered office at……………………………...
We have understood the provisions of Purchase Preference {Linked with Local Content) 2020 (PPLC)
Policy, enclosed in the above bidding document.
We hereby certify that offer is achieving the claimed local content target as mentioned below in line with
PP-LC Policy:

Sr.
Parameter To declare (Yes/ No)
No.

1 >=50% as Class-I Local supplier.

2 >=20% &<50% as Class-II Local supplier.

(Statutory Auditor / Cost Auditor/ Practicing Chartered Accountant)


(With Seal/ Stamp)

Note:
i) The bidder claiming the PP-LC benefit shall be required to furnish the above undertaking (as per
Annexure- J1) stating the bidder meets the mandatory minimum LC requirement and such
undertaking shall become a part of the contract.

ii) Where the Tender value is INR 10 Crore or above: The undertaking submitted by the bidder shall be
supported by a certificate from the statutory auditor or cost auditor of the company (in case of
companies) or from a practicing cost accountant or practicing chartered accountant (in respect of
other than companies) giving the percentage of local content as per above format.

iii) The above Certification by the statutory auditor/ Cost auditor/ practicing Chartered Accountant shall
be obtained from:
i) An independent Chartered Accountant, not being an employee of the firm, in case of a
Proprietorship firm.
TENDER NO.: RCC/ERO/37/2022-23/PT-49
e-Tender ID: 2022_ERO_153350_1
CAPEX Rate Contract under Cat-I (Rs.0-3 Lakhs) for carrying out Maintenance and
Low value Capital Jobs of Civil, Mechanical and Electrical nature at Retail Outlets/ Page
KSKs/ CPs under Bhubaneswar and Sambalpur Divisional Office of Odisha State 16 of 30
Office for 3 years with provision for extension upto 6 months on mutual consent
basis with same rate terms and conditions.

ii) An independent Chartered Accountant, not being an employee of the firm, in case of a
Partnership firm.
iii) Statutory auditors in case of a Company/ Co-Operative Society. However, where statutory
auditors are not mandatory as per laws of the country where bidder is registered, an
independent chartered accountant, not being an Employee of the bidder's organization.
iv) However, in case of foreign bidder, certificate from the statutory auditor or cost auditor of their
own office or subsidiary in India giving the percentage of local content is also acceptable. In case
office or subsidiary in India does not exist or Indian office/ subsidiary is not required to appoint
statutory auditor or cost auditor, certificate from practicing cost accountant or practicing
chartered accountant giving the percentage of local content is also acceptable.

CALCULATION OF LOCAL CONTENT TO BE SUBMITTED AFTER AWARD & DURING EXECUTION

1.0 Each supplier shall provide the necessary local content documentation to the statutory auditor/
cost auditor / practicing CA as applicable which shall review and determine that local content
requirements have been met, and issue a local content certificate to that effect on behalf of the
bidder, stating the percentage of local content in the good or service measured. The auditor shall
keep all necessary information obtained from suppliers for measurement of local Content
confidential.
2.0 The local content certificate shall be submitted along with each invoice raised. The % of local
content may vary with each invoice while maintaining the overall % of local content for the total
work / purchase of the pro rata local content requirement. In case it is not satisfied cumulatively
in the invoices raised up to that stage, the supplier shall indicate how the local content
requirement would be met in the subsequent stages.
3.0 Where currency quoted by the bidder is other than Indian Rupee, exchange rate prevailing on the
date of notice inviting tender (NIT) shall be considered for the calculation of Local Content.
TENDER NO.: RCC/ERO/37/2022-23/PT-49
e-Tender ID: 2022_ERO_153350_1
CAPEX Rate Contract under Cat-I (Rs.0-3 Lakhs) for carrying out Maintenance and
Low value Capital Jobs of Civil, Mechanical and Electrical nature at Retail Outlets/ Page
KSKs/ CPs under Bhubaneswar and Sambalpur Divisional Office of Odisha State 17 of 30
Office for 3 years with provision for extension upto 6 months on mutual consent
basis with same rate terms and conditions.

OTHER POINTS:

1. Each tenderer can submit only one bid.

It is clarified that a person shall be deemed to have submitted multiple bids if he


submits more than one bid either individually or in any combination of person
(individual capacity, proprietor, affiliates, partnership, association of persons,
Company). All such multiple bids shall be liable for rejection.
(a) A person shall for this purpose mean an individual, proprietor, any partner,
association of persons, affiliate and company.
(b) A company shall for this purpose include any artificial person whether constituted
under the laws of Indian or of any other country.
(c) A person shall be deemed to have bid in a partnership format or in association of
persons format if he is a partner of the firm which as submitted the bid or is a member
of any association of persons which has submitted a bid.
(d) A person shall be deemed to have bid in a Company format if, the person holds more
than 10% (ten percent) of the voting share capital of the company which has
submitted a bid, or is a Director of the Company which has submitted a bid, or holds
more than 10% (ten percent) of voting share capital and/or is a Director of a holding
Company which has submitted the bid.
(e) Affiliates of a firm are not permitted to make separate bids directly or indirectly. Two
or more parties who are affiliates of one another can decide which affiliate will make
the bid. Only one affiliate may submit a bid. If two or more affiliates submit more than
one bid , then all such bids shall be liable for rejection.
2. Consultants or their subsidiary company or companies under the management of
consultant, are not eligible to quote for the execution of the same job for which they
are working as consultant.
3. Bids from Consortium or MOU parties shall not be accepted.
4. The bid of the party will also be rejected on the following grounds:

i. Tenderer not meeting tender qualifying parameter norms specified / not submitting pre
qualifying and Other 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.

Invalid Tenders:

A Tender is invalid and will be summarily rejected in the following circumstances:


a) Does not fulfill minimum qualification criteria prescribed in the Tender Documents
b) Submits the tender after due date and time
c) Is holiday listed or blacklisted
TENDER NO.: RCC/ERO/37/2022-23/PT-49
e-Tender ID: 2022_ERO_153350_1
CAPEX Rate Contract under Cat-I (Rs.0-3 Lakhs) for carrying out Maintenance and
Low value Capital Jobs of Civil, Mechanical and Electrical nature at Retail Outlets/ Page
KSKs/ CPs under Bhubaneswar and Sambalpur Divisional Office of Odisha State 18 of 30
Office for 3 years with provision for extension upto 6 months on mutual consent
basis with same rate terms and conditions.

d) Use of White / erasing fluid in Rates for physical bids


e) Does not submit complete price bid in line with bid requirements

Tender is also liable for rejection,if the tenderer:

a) Stipulates the validity period less than what is stated in the Tender Form. However, if the
Party agrees to extend the validity as required, the tender can be accepted.
b) Stipulates his own conditions.
c) Does not disclose the constitution of the firm with full names and addresses of all his
partners / Directors.
d) Does not fill in and sign the tender form as well as the schedule of rates, annexure,
specifications, etc.
e) Does not have PF Code / Number from the Regional Provident Fund Commissioner.
f) if the tenders are partly quoted
g) if the tenders contain unacceptable terms and conditions
h) if the tender is not according to our format
i) In case of suo Moto reduction in the prices offered by the tenderer.
j) Revised price bid during validity period without being asked for.

Undertaking related to Insolvency & Bankruptcy code 2016 is applicable for which
all bidders to upload the Declaration as per Annexure attached.

Offers from the following type of bidders shall not be considered:

a) If the bidder is undergoing insolvency resolution process or liquidation or bankruptcy


proceeding under insolvency and bankruptcy code, 2016(code) or any other
applicable law (in case where code is not applicable),
b) Insolvency resolution process or liquidation or bankruptcy proceeding is initiated
under the code or any other applicable law (in case where code is not
applicable)against/by the bidder at any stage of evaluation of the bid.
 In the event, insolvency resolution process or liquidation or bankruptcy proceeding is
initiated under the code or any other applicable law(in cases where code is not
applicable) against/by the bidder, after submission of its bid but any stage of
evaluation of the bid, it will be the responsibility of the bidder to inform IOCL within
15 days from the date of order of insolvency resolution process or liquidation or
bankruptcy proceeding passed by the adjudicating authority namely, National
Company Law Tribunal (NCLT) OR Debt recovery tribunal(DRT) under the code or any
other applicable law(in cases where code is not applicable).
 If bidder refuses or fails to share the information regarding their status of insolvency
resolution process or liquidation or bankruptcy proceeding as sought here in above, in
their bid or at any later stage,as applicable, their offer is liable to be rejected by IOCL
and without prejudice to any other remedy or action available with IOCL,IOCL shall
forfeit the earnest money deposit provided by the bidder, is any form whatsoever.
 IOCL reserves the right to cancel/terminate the contract without any liability on the
part of IOCL immediately on the commencement of insolvency resolution process or
liquidation or bankruptcy proceeding of any party under the contract.
 In case where the bid of the L-1 bidder is rejected on the aforesaid grounds during
the period between price bid opening and award of contract, then the bid of the next
higher eligible bidder will be considered for further processing.
TENDER NO.: RCC/ERO/37/2022-23/PT-49
e-Tender ID: 2022_ERO_153350_1
CAPEX Rate Contract under Cat-I (Rs.0-3 Lakhs) for carrying out Maintenance and
Low value Capital Jobs of Civil, Mechanical and Electrical nature at Retail Outlets/ Page
KSKs/ CPs under Bhubaneswar and Sambalpur Divisional Office of Odisha State 19 of 30
Office for 3 years with provision for extension upto 6 months on mutual consent
basis with same rate terms and conditions.

 If bidder fails to share or misrepresents the information regarding their status of


insolvency resolution process or liquidation or bankruptcy proceeding as sought
hereinabove and the bidder’s bid result in a contract, IOCL, without prejudice to any
other remedy or action available with IOCL, shall be within its rights to terminate the
resultant contract.
 A declaration/undertaking shall be submitted by the bidder in the attached format
along with the techno-commercial bid

Business transaction status of Bidders:


Tenderers who have transferred their ownership rights either in whole or in part to
another entity or under process of transfer shall intimate the same to IOCL in their
letter head while submitting the bid. IOCL reserves its right to reject the tender of
any entity, which has transferred its ownership rights in whole or in part or which is
in process of transfer without assigning any reason for such rejection.
a) If the tenderer refuses or fails to share the information regarding their
status of any kind of business transfer process/restructuring etc, in their
tender or at any later stage, as applicable, their tender is liable to be
rejected by IOCL and without prejudice to any other remedy or action
available with IOCL, IOCL shall forfeit the Earnest Money Deposit provided
by the tenderer, in any form whatsoever.
For above, Bidder to give undertaking as per Annexure-G of Declaration Excel
Sheet whether he/she has transferred his/her ownership rights either in whole
or in part to another entity or under process of transfer.
All Bidders must have Type II or above Digital Signature Certificate and have
to register themselves in the above website in order download the tender and
Bid for the same.

5.0 INSTRUCTIONTOBIDDER/STC
A. Clause with respect to countries with land border with India:

1) Any bidder from a country which shares a land border with India will be
eligible to bid in this tender only if the bidder is registered with the
Competent Authority. Copy of the registration certificate is to be
submitted along with the bid.
2) The Competent Authority for the purpose of registration shall be the
Registration Committee constituted by the Department for Promotion of
Industry and Internal Trade (DPIIT).
3) Registration should be valid at the time of submission of bids and at the
time of acceptance of bids. If the bidder was validly registered at the time
of acceptance/ placement of order, registration shall not be a relevant
consideration during contract execution.
4) However, the bidders from those countries (even if sharing a land border
with India) to which the Government of India has extended lines of credit
or in which the Government of India is engaged in developmental projects
may participate in this tender and they shall not require any separate
registration for the participation.
TENDER NO.: RCC/ERO/37/2022-23/PT-49
e-Tender ID: 2022_ERO_153350_1
CAPEX Rate Contract under Cat-I (Rs.0-3 Lakhs) for carrying out Maintenance and
Low value Capital Jobs of Civil, Mechanical and Electrical nature at Retail Outlets/ Page
KSKs/ CPs under Bhubaneswar and Sambalpur Divisional Office of Odisha State 20 of 30
Office for 3 years with provision for extension upto 6 months on mutual consent
basis with same rate terms and conditions.

5) “Bidder” (including the term ‘tenderer’, ‘consultant’ or ‘service provider’ in


certain contexts) means any person or firm or company, including any
member of a consortium or joint venture (that is an association of several
persons, or firms or companies), every artificial juridical person not falling
in any of the descriptions of bidders stated hereinbefore, including any
agency branch or office controlled by such person, participating in this
tender.
6) Bidder from a country which shares a land border with India for the
purpose of this Order means:
I. Any entity incorporated, established or registered in such a country; or
II. A subsidiary of an entity incorporated, established or registered in such a
country; or
III. An entity substantially controlled through entities incorporated,
established or registered in such a country; or
IV. An entity whose “beneficial owner” is situated in such a country; or
V. An Indian (or other) agent of such an entity; or
VI. A natural person who is a citizen of such a country; or
VII. A consortium or joint venture where any member of the consortium or
joint venture falls under any of the above.

7) “Beneficial Owner” in the above paragraph will be as under:


i. In case of a company or Limited Liability Partnership, the beneficial owner
is the natural person(s), who, whether acting alone or together, or through
one or more juridical person(s), has a controlling ownership interest or who
exercises control through other means

Explanation –
a) “Controlling ownership interest” means ownership of, or entitlement
to, more than twenty five percent of shares or capital or profits of the
company;
b) “Control” shall include the right to appoint the majority of the
directors or to control the management or policy decisions, including by
virtue of their shareholding or management rights or shareholders
agreements or voting agreements.
ii. In case of partnership firm, the beneficial owner is the natural
person(s) who, whether acting alone or together, or through one or more
juridical person, has ownership of entitlement to more than fifteen
percent of capital or profits of the partnership;
iii. In case of an unincorporated association or body of individuals, the
beneficial owner is the natural person(s), who, whether acting alone or
together, or through one or more juridical person, has ownership of or
TENDER NO.: RCC/ERO/37/2022-23/PT-49
e-Tender ID: 2022_ERO_153350_1
CAPEX Rate Contract under Cat-I (Rs.0-3 Lakhs) for carrying out Maintenance and
Low value Capital Jobs of Civil, Mechanical and Electrical nature at Retail Outlets/ Page
KSKs/ CPs under Bhubaneswar and Sambalpur Divisional Office of Odisha State 21 of 30
Office for 3 years with provision for extension upto 6 months on mutual consent
basis with same rate terms and conditions.

entitlement to more than fifteen percent of the property or capital or


profits of such association or body of individuals;
iv. Where no natural person is identified under (i) or (ii) or (iii) above,
the beneficial owner is the relevant natural person who holds the position
of senior managing official;
v. In case of a trust, the identification of beneficial owner(s) shall
include identification of the author of the trust, the trustee, the
beneficiaries with fifteen percent or more interest in the trust and any
other natural person exercising ultimate effective control over the trust
through a chain of control or ownership.
8) “Agent” is a person employed to do any act for another, or to
represent another in dealings with third persons.
9) The successful bidder shall not be allowed to sub-contract works to
any contractor from a country which shares a land border with India
unless such contractor is registered with the Competent Authority.
10) Bidders shall submit a certificate as per the attached Annexure
regarding their compliance to the above conditions. If such certificate
given by a bidder whose bid is accepted is found to be false, this would
be a ground for immediate termination and further legal action in
accordance with law.
B. Clause: Planning and Designing in purview of Vulnerability
Atlas of India:
1) Vulnerability Atlas of India (VAI) is a comprehensive document which
provides existing hazard scenario for the entire country and presents the
digitized State/UT – wise hazard, maps with respect to earthquakes,
winds and floods for district-wise identification of vulnerable areas. It also
includes additional digitized maps for thunderstorms, cyclones and
landslides. The main purpose of this Atlas is its use for disaster
preparedness and mitigation at policy planning and project formulation
stage.
2) This Atlas is one of its kind single point source for the various
stakeholders including policy makers, administrators, municipal
commissioners, urban managers, engineers, architects, planners, public
etc. to ascertain proneness of any city/location/site to multi-hazard which
includes earthquakes, winds, floods, thunderstorms, cyclones and
landslides. While project formulation, approvals and implementation of
various urban housing, buildings and infrastructures schemes, this Atlas
provides necessary information for risk analysis and hazard assessment.
3) The Vulnerability Atlas of India has been prepared by Building Materials
and Technology Promotion Council under Ministry of Housing and Urban
Affairs, Government of India and available at their website
www.bmtpc.org.
4) It is mandatory for the bidders to refer Vulnerability Atlas of India for
multi-hazard risk assessment and include the relevant hazard proneness
TENDER NO.: RCC/ERO/37/2022-23/PT-49
e-Tender ID: 2022_ERO_153350_1
CAPEX Rate Contract under Cat-I (Rs.0-3 Lakhs) for carrying out Maintenance and
Low value Capital Jobs of Civil, Mechanical and Electrical nature at Retail Outlets/ Page
KSKs/ CPs under Bhubaneswar and Sambalpur Divisional Office of Odisha State 22 of 30
Office for 3 years with provision for extension upto 6 months on mutual consent
basis with same rate terms and conditions.

specific to project location while planning and designing the project in


terms of:
5) Seismic zone (II to V) for earthquakes,
6) Wind velocity (Basix Wind Velocity: 55,50,47,44,39 & 33 m/s)
7) Area liable to floods and Probable max. surge height
8) Thunderstorms history
9) Number of cyclonic storms / severe cyclonic storms and max sustained
wind specific to coastal region
10) Landslides incidences with Annual rainfall normal
11) District wise Portable Max. Precipitation.

Corporation reserves the right to revise/extend any Date/Time from


scheduled timelines of published tender.

Chief General Manager(ContractCell)

Eastern Regional Contract Cell,


IndianOil Corporation Ltd.(MD),
9thFloor,Indian Oil Bhavan,
Gariahat Road (South),Dhakuria,
Kolkata–700068
TENDER NO.: RCC/ERO/37/2022-23/PT-49
e-Tender ID: 2022_ERO_153350_1
CAPEX Rate Contract under Cat-I (Rs.0-3 Lakhs) for carrying out Maintenance and
Low value Capital Jobs of Civil, Mechanical and Electrical nature at Retail Outlets/ Page
KSKs/ CPs under Bhubaneswar and Sambalpur Divisional Office of Odisha State 23 of 30
Office for 3 years with provision for extension upto 6 months on mutual consent
basis with same rate terms and conditions.

Annexure-2

LIST OF DOCUMENTS REQUIRED TO BE UPLOADED

1.0 GENERAL:

Following points to be noted by the bidder and quote accordingly;

a) All required documents are to be submitted only with technical/commercial bid.

b) No other extra documents should be attached with the technical/commercial bid.

c) No documents/conditions should be attached with the price bid.

d) Corporation reserves the right for outright rejection of conditional bids.

e) Non-submission of all required documents or incomplete submission of any


documents may result in rejection of the tender.

2.0 DOCUMENTS FOR EMD/PQC:

Following documents to be uploaded in the Technical/ Commercial Bid packet for


consideration of the offer (In the absence of these documents, the tender is liable for
rejection):

2.1 Bid Security Declaration in lieu of EMD

2.2 Similar Work Criteria: Work Order(s) for similar works in support of qualifying
parameters, of value as specified in NIT & work completion certificate(s) to
prove successful completion of works.

Note:

a) Subcontracting PO's shall not be acceptable under similar works.

b) Cumulative value of Callups against Rate Contracts shall not be considered


against monetary value for similar work. Only individual callup value shall be
considered.

c) The completion certificate to indicate Work Order number & date, Description
of works, date of completion & final completed value of work.

d) In case of Work order from Government Bodies/ PSUs – copies of contract


document along-with either Completion Certificates OR duly certified copy of
bills/ invoices.
TENDER NO.: RCC/ERO/37/2022-23/PT-49
e-Tender ID: 2022_ERO_153350_1
CAPEX Rate Contract under Cat-I (Rs.0-3 Lakhs) for carrying out Maintenance and
Low value Capital Jobs of Civil, Mechanical and Electrical nature at Retail Outlets/ Page
KSKs/ CPs under Bhubaneswar and Sambalpur Divisional Office of Odisha State 24 of 30
Office for 3 years with provision for extension upto 6 months on mutual consent
basis with same rate terms and conditions.

e) In case of Work Orders from Private Parties – Certificate from CA certifying


value of work done with TDS certificates (where applicable)/ bank statement
shall be required in addition to that specified in (d). TDS certificates / Bank
Statements shall be used as corroborative evidence only.

f) In case of foreign currency transaction to Indian firms, proof of remittance


shall also be required. For the works carried out abroad and payments
received by the Bidder in foreign currency, exchange rate as per SBI TT
Selling rate as on 30.06.2022.

g) The work completion date shall necessarily be within the period of 5 years
mentioned under qualifying criteria as specified in NIT.

h) The work orders for similar works shall necessarily be in the name of bidder.
The work order(s) in the name of JV partner, Collaboration firms, parent /
Group Company etc., shall not be considered as valid document under similar
work criteria.

i) JVs registered under the Indian Companies Act as on date of submission of


bid are permitted. In such cases, all credentials to be submitted for
qualification in the tender shall be in the name of JV.

j) In case of rate contracts submitted, the value of single executed value of


work against a call up order placed for work being carried out with the
respective completion certificate will be considered as one work, and not the
rate contract value.

k) Notwithstanding any other condition/ provision in the tender


documents, bidders are required to submit complete documents
pertaining to PQC along with their offer. Failure to meet the PQC will
render the bid to be summarily rejected.
IOC reserves the right to complete the evaluation based on the details
furnished by the bidder, with or without seeking any additional
supporting documents / clarifications.

2.3 Annual Turnover:

i) The Annual turnover will be assessed based on Audited balance sheet and
profit and loss account of the last 3 financial years (duly certified by
chartered accountant with Membership no. of CA) 2019-20, 2020-21, 2021-
22.(Please upload copies of Annual Report and Audited Balance sheets and
Profit & Loss Account with complete schedules for the last three financial
years, i.e., (2019-20, 2020-21, 2021-22).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.

In case of non-availability of Audited Balance Sheet (Profit and loss account


statement)/Published accounts of the immediate preceding year (2021-22), the
TENDER NO.: RCC/ERO/37/2022-23/PT-49
e-Tender ID: 2022_ERO_153350_1
CAPEX Rate Contract under Cat-I (Rs.0-3 Lakhs) for carrying out Maintenance and
Low value Capital Jobs of Civil, Mechanical and Electrical nature at Retail Outlets/ Page
KSKs/ CPs under Bhubaneswar and Sambalpur Divisional Office of Odisha State 25 of 30
Office for 3 years with provision for extension upto 6 months on mutual consent
basis with same rate terms and conditions.

Audited Balance Sheet (P&L Statement)/Published account of 4th preceding financial


year (2018-19) shall also be acceptable.

ii) Income tax assessment or acknowledged copy of Income tax returns for past
3 financial years viz., 2019-20, 2020-21, 2021-22 (Assessment years
2020-21, 2021-22 & 2022- 23).

Note:

a) The P&L account statements uploaded by the bidder need to meet the
value as specified in NIT for annual turnover criteria.
b) In the absence or non- submission of balance sheet and profit and loss
statements for any particular year, the turnover for that year shall be
taken as ‘ZERO’. The highest turnover among the P&L account statements
uploaded by the bidder need to meet the value as specified in NIT for
annual turnover criteria.

c) Provisional Balance Sheet and P&L account statement will not be


considered for evaluation, even if the same is uploaded.

d) Turnover for this purpose should be as per audited Balance Sheet of the
bidder. However, if the bidder 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 bidder along
with copies of its Income Tax Return should be obtained.

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


also be acceptable. i.e. Calendar Year 2019, 2020 & 2021

f) Definition of Turnover: The total contract/sales receipts, other income


etc., excluding the closing stock amount.

3.0 Other Mandatory Documents:Following documents to be uploaded in the


Technical/ Commercial Bid packet;

a) Copy of document pertaining to the following shall also be considered for


commercial evaluation;
i. PAN card
ii. PF Registration Certificate
iii. Goods & Services Tax Registration Certificate (GSTIN)
iv. In case Bidder is :
(i) Proprietary Firm – Self attested Declaration on Letter head with PAN
& GST numbers.
(ii) Partnership Firm – Registration Certificate of Partnership firm
and Partnership Deed.
(iii) Pvt. Ltd. / Public Ltd. Company - Certificate of Incorporation and
Article of Association.
TENDER NO.: RCC/ERO/37/2022-23/PT-49
e-Tender ID: 2022_ERO_153350_1
CAPEX Rate Contract under Cat-I (Rs.0-3 Lakhs) for carrying out Maintenance and
Low value Capital Jobs of Civil, Mechanical and Electrical nature at Retail Outlets/ Page
KSKs/ CPs under Bhubaneswar and Sambalpur Divisional Office of Odisha State 26 of 30
Office for 3 years with provision for extension upto 6 months on mutual consent
basis with same rate terms and conditions.

v. Power of Attorney / Board resolution (as applicable) in favour of Tender


Signing authority

Power of Attorney:
Authority of the person uploading the bids with his DSC shall be required
to be submitted in the bids. Document required showing the authority of
the person uploading & submitting the bid with his Digital Signature
Certificate shall be as given in the following table.
In case of  If the bid is submitted by the proprietor, no POA
Proprietary Concern required. However, he will upload undertaking
certifying that he is sole proprietor.
 If the bid is submitted by person other than
proprietor, POA authorizing the person to submit bid
on behalf of the concern.
In case of Company  Certified copy of Board Resolution authorizing the
person submitting the bid on behalf of the company.
OR
 POA and the supporting Board Resolution authorizing
the person submitting the bid on behalf of the
company.
In case of POA along with Deed of Partnership / LLP Agreement.
Partnership
Firm/LLP
In case of Co- Copy of resolution passed as per Society Rules.
Operative
Society

b) “Bid Security Declaration in lieu of EMD” to be submitted in the Declaration Excel


Sheet named Declarations_Public_Tender_49 (as per Annexure-K)

c) The “Undertaking towards documents submission” to be submitted in the


Declaration Excel Sheet named Declarations_Public_Tender_49 as token of
acceptance of all terms and conditions, tender specifications etc in lieu of
resubmission of the tender document (as per Annexure-A)

d) Declaration on NCLT/NCLAT/DRT/DRAT/Court Receivership/Liquidation ( (in the


Declaration Excel Sheet named Declarations_Public_Tender_49 as per
Annexure-B)

e) Land Border Declaration (in the Declaration Excel Sheet named


Declarations_Public_Tender_49 as per Annexure-C)

f) Declarations for non-tampering of tender in the Declaration Excel Sheet named


Declarations_Public_Tender_49 as per Annexure-D).

g) Declarations for “Holiday Listing” in the Declaration Excel Sheet named


Declarations_Public_Tender_49 as per Annexure-E).

h) Declarations “A, B, C & D” in the Declaration Excel Sheet named


TENDER NO.: RCC/ERO/37/2022-23/PT-49
e-Tender ID: 2022_ERO_153350_1
CAPEX Rate Contract under Cat-I (Rs.0-3 Lakhs) for carrying out Maintenance and
Low value Capital Jobs of Civil, Mechanical and Electrical nature at Retail Outlets/ Page
KSKs/ CPs under Bhubaneswar and Sambalpur Divisional Office of Odisha State 27 of 30
Office for 3 years with provision for extension upto 6 months on mutual consent
basis with same rate terms and conditions.

Declarations_Public_Tender_49 as per Annexure-F).

i) Undertaking for Business Transaction status in the Declaration Excel Sheet named
Declarations_Public_Tender_49 as per Annexure-G).

j) Particular of Bidder Firm in the Declaration Excel Sheet named


Declarations_Public_Tender_XX as per Annexure-H).

k) Undertaking No Multiple Bidding in the Declaration Excel Sheet named


Declarations_Public_Tender_49 as per Annexure-I.

l) Self - Declaration on Purchase Preference Linked with Local Content in the Declaration Excel
Sheet named Declarations_Public_Tender_49 as per Annexure-J

m) PPLC- Certification by the statutory auditor/ Cost auditor/ practicing Chartered Accountant-
(in addition to the Annex-J self declaration). Scanned copy to be uploaded as per Annex-J1.

n) Covering letter of Integrity Pact duly filled signed and stamped. Scanned copy to be uploaded as per
as per Annexure-L)

o) Integrity Pact Agreement duly filled, signed & stamped . Scanned copy to be uploaded as per
Annexure-M)

4.0 OTHER DOCUMENTS:

Following copy of documents to be submitted at the time of placement of


Work order/ contract;

a) ESIC and the indemnity bond as per the format attached with the tender
Certificate
b) Indemnity bond for PF as per the format attached with the tender
c) Undertaking for non-engagement of child labour
d) Safety Declaration
e) Form of Contract Agreement-
f) Format for consent letter for payment through Electronic Mode
g) Declaration
h) Performance Warranty of LED lighting
TENDER NO.: RCC/ERO/37/2022-23/PT-49
e-Tender ID: 2022_ERO_153350_1
CAPEX Rate Contract under Cat-I (Rs.0-3 Lakhs) for carrying out Maintenance and
Low value Capital Jobs of Civil, Mechanical and Electrical nature at Retail Outlets/ Page
KSKs/ CPs under Bhubaneswar and Sambalpur Divisional Office of Odisha State 28 of 30
Office for 3 years with provision for extension upto 6 months on mutual consent
basis with same rate terms and conditions.

Annexure-3

IMPORTANT GUIDELINES TO BIDDERS

1) Bidders are requested to carefully study all the documents / annexures and
understand the conditions, specifications etc before quoting their rates. Offers
should strictly be in accordance with the tender terms & conditions and our
specifications. Indian Oil reserves the right to cancel the tender without
assigning any reason.

2) Bidders are requested to go through the “Special Instruction to the Bidders


(SITB)” provided in the IOCL e-Tendering site https://iocletenders.nic.in before
participating in the e-Tender.

3) It is mandatory for every bidder to provide all the information as set out in the
tender document irrespective of their earlier association with IOCL. Any
conditional / incomplete offer or failure to follow above instructions may lead to
disqualification.

4) The Bidders shall upload legible scanned copy of necessary documents in


support of required qualification and experience along with their offer as per
instruction given in the Special Instructions to Bidders.

5) Physical/ Manual Bids shall not be accepted. Bids shall be accepted only
though e- Tendering portal. No manual bid shall be permitted along with
electronic bids. In case of receipt of manual bids apart from specifically
requested offline documents in the tender, same shall be returned to the bidder.
Additional documents received through email shall also be ignored for the
purpose of evaluation, unless specifically advised by the Tender Issuing
Authority.

6) It shall be understood that every endeavor has been made to avoid errors
which can materially affect the basis of the tender and the successful bidder
shall take upon himself and provide for risk of any error which may
subsequently be discovered and shall make no subsequent claim on account
thereof.

7) Bidders are advised not to send or upload un-necessary / unsolicited


documents. The same will not be evaluated.

8) Bids should be submitted as under :


TENDER NO.: RCC/ERO/37/2022-23/PT-49
e-Tender ID: 2022_ERO_153350_1
CAPEX Rate Contract under Cat-I (Rs.0-3 Lakhs) for carrying out Maintenance and
Low value Capital Jobs of Civil, Mechanical and Electrical nature at Retail Outlets/ Page
KSKs/ CPs under Bhubaneswar and Sambalpur Divisional Office of Odisha State 29 of 30
Office for 3 years with provision for extension upto 6 months on mutual consent
basis with same rate terms and conditions.

Part–I: Technical Bid complete with all technical and commercial details and
documentsotherthanpriceshallbesubmittedessentiallycontainingthedocumentsin‘
ListofdocumentstobeuploadedbytheBidder”

Part-II: “Price Bid “This part shall have only Price Schedule (BOQ) with prices
duly filled in. Prices shall be filled in the price bid format (excelsheet)provided
with the tender documents(i.e.uploadedinthewebsite byI OCL).

9) Tenders to note that price must be quoted only in the price schedule (BOQ)
document. Disclosure of any price or rate in any manner other than in the price
bid will lead to disqualification of the bid.

10) Any query with regard to rejection of the tender may be forwarded to Sri
Dipanjan Barai, Chief Manager (Contract Cell), IOCL, Contact No:7797260606,
E-mail: dipanjanbarai@indianoil.in.

11) Notwithstanding the sub divisions of the tender document into several sections
and volumes, every part of each shall be deemed to be supplementary of every
other part and shall be read with and into the contract so far as it may be
practicable to do so.

12) Clarifications with respect to tender shall be obtained from IOCL.

13) Canvassing of information or submission of forged or false documents /


information by any bidder shall make their offer invalid.

14) The bidder should quote % of the Rates. The % age rates quoted is uniformly
applicable to all items of work, given in the schedule of Rates.

15) On acceptance of offer, the successful bidder will have to execute an


agreement with the Corporation covering all aspects of the Contract,
immediately before commencement of work. The bidder should hence acquaint
themselves with the provisions of agreement before quoting.

16) After communication of the Corporation's acceptance of the bidder’s offer, if the
successful bidder fails to return the duplicate copy of the LOA and / or Work
order and the agreement duly signed in token of their acceptance and
submission of Initial Security Deposit, within 15 days of date of Work order, the
work order will be cancelled by the Corporation, without any further reference to
TENDER NO.: RCC/ERO/37/2022-23/PT-49
e-Tender ID: 2022_ERO_153350_1
CAPEX Rate Contract under Cat-I (Rs.0-3 Lakhs) for carrying out Maintenance and
Low value Capital Jobs of Civil, Mechanical and Electrical nature at Retail Outlets/ Page
KSKs/ CPs under Bhubaneswar and Sambalpur Divisional Office of Odisha State 30 of 30
Office for 3 years with provision for extension upto 6 months on mutual consent
basis with same rate terms and conditions.

the successful bidder. Such bidder is also liable to be put on Holiday List by
IOCL.

Chief General Manager(ContractCell)

Eastern Regional Contract


Cell,IndianOilCorporationLtd.(MD),
9thFloor,IndianOilBhavan,
GariahatRoad(South),Dhakuria,
Kolkata–700068

Signature Not Verified


Digitally signed by DIPANJAN BARAI
Date: 2022.07.14 23:42:15 IST
Location: Indian Oil Corporation Ltd-IOCL

You might also like