Iocl Maintaince 0 To 3 09.08.2022
Iocl Maintaince 0 To 3 09.08.2022
Iocl Maintaince 0 To 3 09.08.2022
: 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.
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.
Annexure-1
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.
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.
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.
Tenderer not fulfilling all the above Pre-Qualifying Criteria need not apply.
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.
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.
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.
Provisional Balance Sheet and P&L account statement shall not be considered for
evaluation, even if the same is uploaded.
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:
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.
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.
Technical Qualification:
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.
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:
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.
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.
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.
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.
S
Description Details
N
1. Supplier Classification:
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:
ANNEXURE-J
5. I confirm that I am aware of the implication of the above undertaking and our liability on account of
wrong declaration.
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
Sr.
Parameter To declare (Yes/ No)
No.
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.
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:
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) 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.
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.
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.
Annexure-2
1.0 GENERAL:
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:
c) The completion certificate to indicate Work Order number & date, Description
of works, date of completion & final completed value of work.
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) 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.
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.
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.
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
i) Undertaking for Business Transaction status in the Declaration Excel Sheet named
Declarations_Public_Tender_49 as per Annexure-G).
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)
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
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.
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.
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.
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.
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.
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.