267291

14
  Indian Oil Corporation Limited Bongaigaon Refinery TENDER NOTICE (INDEGENOUS) Tender No. : E6RR14068 Date of Issue: 10.04.2015 Tenders are invited in two bids (Part-I Techno-Commercial Bid and Part II Price Bid) for the supply of following material through e-tendering system:  Sl. No. Description of items QTY, Nos Earnest Money Deposit (EMD) 1 Supply, installation, testing & commissioning of Solar Power Panel - 200KW 1 INR 1.55 Lac Pre-Qualificat ion Criteria (PQC  ) :  I. Proof of execution of completed order(s) of Design supply installation Testing & Commissioning of minimum 100 KW Grid tied Roof Top Solar panel  by the bidder i n the last 5 years ending on 30.04.2015 as per any one of the following options: (1) Copy of one completed order of value not less than Rs. 73.63 Lac. (2) Copy of two completed orders  each of value not less than Rs. 58.90 Lac. (3) Copy of three completed orders  each of value not less than Rs. 44.18 Lac.  II. Annual Turnover should be at least of Rs. 88.35 Lac during any of the last 3 financial years ending on 31.03.2015  Bidder shall furnish along with bid the necessary documentary evidence/proof in support of claim for meeting the above Pre-qualification requirement failing which their offer will be liable for rejecti on. Tender document can be downloaded from IOCL e-tendering website https://iocletenders.gov.in from 18:00 hrs of 10.04.2015 to 15:00 hrs of  06.05.2015. Pre-bid meeting shall be held on 21.04.2015 . Offer shall be submitted on line through said IOCL e-Tendering website from 15.00 hrs of 20.04.2015 up to 15.00 hrs of  06.05.2015 and un-priced part shall be opened at 15:00 hrs of 07.05.2015.  Indian Oil Corporation Ltd. reserves the right to accept/reject the tender without assigning any reason thereof and also to allow purchase preference to MSEs as per the policy of Government of India and to JV companies of IOCL as per guidelines as applicable. IOCL also reserves the right to deduct from the quoted price the extent of royalty inflow net of prevailing taxes/surcharge if any as per the Corporation’s policy.  Indian Oil Corporation Ltd. will not be responsible for any delay in receiving tender or related documents. Note: Any Addendum/Corrige ndum/Sale date extension in respect of this tender shall be issued on our website: https://iocletenders.gov.in  only and no separate notification shall be issued in the press. Bidders are therefore requested to regularly visit our website to keep themselves updated. Place: Dhaligaon Chief Materials Manager IOCL-BGR

Upload: neera-jain

Post on 05-Nov-2015

212 views

Category:

Documents


0 download

DESCRIPTION

tender

TRANSCRIPT

  • Indian Oil Corporation Limited

    Bongaigaon Refinery

    TENDER NOTICE (INDEGENOUS)

    Tender No. : E6RR14068 Date of Issue: 10.04.2015

    Tenders are invited in two bids (Part-I Techno-Commercial Bid and Part II Price Bid) for the

    supply of following material through e-tendering system:

    Sl.

    No.

    Description of items QTY,

    Nos

    Earnest Money

    Deposit (EMD)

    1 Supply, installation, testing & commissioning of Solar Power

    Panel - 200KW 1 INR 1.55 Lac

    Pre-Qualification Criteria (PQC) :

    I. Proof of execution of completed order(s) of Design supply installation Testing & Commissioning of minimum 100 KW Grid tied Roof Top Solar panel by the bidder in the last 5 years ending on 30.04.2015 as per any one of the following options:

    (1) Copy of one completed order of value not less than Rs. 73.63 Lac.

    (2) Copy of two completed orders each of value not less than Rs. 58.90 Lac.

    (3) Copy of three completed orders each of value not less than Rs. 44.18 Lac.

    II. Annual Turnover should be at least of Rs. 88.35 Lac during any of the last 3 financial years ending on 31.03.2015

    Bidder shall furnish along with bid the necessary documentary evidence/proof in support of claim for

    meeting the above Pre-qualification requirement failing which their offer will be liable for rejection.

    Tender document can be downloaded from IOCL e-tendering website https://iocletenders.gov.in

    from 18:00 hrs of 10.04.2015 to 15:00 hrs of 06.05.2015. Pre-bid meeting shall be held on

    21.04.2015. Offer shall be submitted on line through said IOCL e-Tendering website from 15.00 hrs

    of 20.04.2015 up to 15.00 hrs of 06.05.2015 and un-priced part shall be opened at 15:00 hrs of

    07.05.2015.

    Indian Oil Corporation Ltd. reserves the right to accept/reject the tender without assigning any

    reason thereof and also to allow purchase preference to MSEs as per the policy of Government

    of India and to JV companies of IOCL as per guidelines as applicable. IOCL also reserves the

    right to deduct from the quoted price the extent of royalty inflow net of prevailing

    taxes/surcharge if any as per the Corporations policy.

    Indian Oil Corporation Ltd. will not be responsible for any delay in receiving tender or related

    documents.

    Note: Any Addendum/Corrigendum/Sale date extension in respect of this tender shall be issued

    on our website: https://iocletenders.gov.in only and no separate notification shall be issued in

    the press. Bidders are therefore requested to regularly visit our website to keep themselves

    updated.

    Place: Dhaligaon Chief Materials Manager

    IOCL-BGR

  • INDIAN OIL CORPORATION LIMITED

    (REFINERIES DIVISION)

    BONGAIGAON REFINERY

    MATERIALS (PURCHASE) DEPARTMENT

    E- TENDER NO: E6RR14068

    FOR

    Supply, Installation Testing & Commissioning of 200 KW Grid tied Roof

    Top Solar panel

    DUE ON: 07.05.2015

    (15.00 HRS IST)

    INDIAN OIL CORPORATION LIMITED

    (REFINERIES DIVISION)

    BONGAIGAON REFINERY

    MATERIALS (PURCHASE) DEPARTMENT

    P.O.: Dhaligaon - 783385, Dist.: Chirang, Assam (INDIA)

    Tel: 91-3664-253852;253624 Fax: 91-03664-241218

    Email: [email protected] ; [email protected]

  • E-TENDER ENQUIRY

    Ref: Tender no: E6RR14068

    Sub: Supply, Installation Testing & Commissioning of 200 KW Grid tied

    Roof Top Solar panel

    Dear Sir/Madam,

    IOCL-Bongaigaon Refinery intends to procure the subject material. We would request you to quote

    in line with attached tender documents (refer attached Index) & submit the offer on or before tender

    due date & time as per Notice Inviting Tender (NIT).

    Bids in Physical form sent through Fax / E-mail / Courier / Post will not be acceptable.

    Bidder(s) are advised to quote strictly as per terms and conditions of the tender documents for

    e-bidding and not to stipulate any deviations / exceptions.

    Thanking You,

    Yours Faithfully,

    For & on Behalf of

    IOCL-Bongaigaon Refinery,

    Chief Materials Manager

    MATERIALS (PURCHASE) DEPARTMENT

    BONGAIGAON REFINERY

  • Tender No.: E6RR14068

    INDEX

    Sl.

    No. Description Annexure

    No. of

    Pages File Name

    1 Tender Notice 1 TENDERDOC.PDF

    2 Tender Document

    2.1 Special Instructions to Bidders A 5 do

    2.2

    Addendum to SIB

    (Instructions to Bidders for participation

    in E-Tendering)

    B 2

    do

    2.3 Bid Evaluation Criteria C 2 do

    3

    General Purchase Conditions (GPC)

    along with Performa of Bank Guarantee

    for Performance/EMD

    42

    GPC.pdf

    4 Technical & other details 1 to 6 6 files, Annexure-1 to 6

    (A) UNPRICE BID DOCUMENTS (TECHNICAL COVER) (The following documents must

    be uploaded by bidder duly filled in)

    1 Techno Commercial Questionnaires

    1 (a)

    Questionnaire of Agreed Terms &

    Conditions (ATC) Sheet-1 1

    Questionary.xls

    1 (b) Pre Qualification Criteria(PQC) &

    bidders confirmations Sheet-2 1

    Questionary.xls

    1 (c) Deviation List (Technical) Sheet-3 1 Questionary.xls

    1 (d) Deviation List (Commercial) Sheet-4 Questionary.xls

    1 (e) Performa of Declaration of Black

    Listing/Holiday listing Sheet-5 1 Questionary.xls

    1 (f) Un-Price Schedule Sheet-6 1 Questionary.xls

    1 (g) Bank mandate format Sheet-7 1 Questionary.xls

    1 (h) Bill of materials & item description - 1 Bill_of_Material.pdf

    (B) PRICE BID DOCUMENT (FINANCE COVER) ( this document must be uploaded by

    bidder duly filled in)

    1 Bill of Quantity 1 Bill_of_Quantity.xls

  • Annexure-A

    Special Instructions to Bidders (SIB)

    1.0 General Instructions: 1.1 Bids should be submitted by the bidder in complete accordance with the Tender

    Document and its attachments.

    1.2 Any effort by Bidder or Bidders Agents, Consultant or representative howsoever described, to influence the owner in any way concerning scrutiny consideration/ evaluation/comparison of the bid or decision concerning the award of the contract shall entail rejection of the Bid.

    1.3 Submission of authentic documents is the prime responsibility of the bidder.

    1.4 Wherever IOCL has concern or apprehension regarding the authenticity / correctness of any document, IOCL reserves the right of getting the documents cross verified from the document issuing authority.

    1.5 Notwithstanding any other condition / provision in the tender documents, in case of

    ambiguity or incomplete documents pertaining to Pre Qualification Criteria (PQC), bidders shall be given only one opportunity with a fixed deadline after bid opening to provide complete and unambiguous documents in support of meeting the PQC. In case the bidder fails to submit any document or submits incomplete documents within the given time, the bidders tender will be rejected.

    1.6 Consortium bids shall not be accepted. 1.7 The responsibility of downloading the tender document including corrigenda, if any, and

    subsequent uploading of offer shall rest with the bidder. 1.8 It is the Bidders responsibility to ensure that a valid DSC has been registered on the

    portal and the same has sufficient validity. 2.0 Submission of Tender: 2.1 Bids should be submitted in two bid system i.e. Unpriced bid and Priced bid.

    2.2 PartI: Un-price Bid complete with all technical and commercial details other than price

    shall be submitted essentially containing the following documents:

    A. Questionnaire of Agreed terms & conditions duly filled all the points (Sheet-1 of Questionaire.xls).

    B. PQC document duly filled in with scanned copy of supporting documents for meeting the Pre Qualification Criteria (Sheet-2 of Questinaire.xls).

    C. Deviation list, if any (Sheet-3 & 4 of Questinaire.xls). D. Proforma of Holiday List to be submitted properly filled (Sheet-5 of

    Questionaire.xls). E. Un-Price Schedule with an indication Quoted or Not quoted against each item.

    Please do not indicate prices in this Un-price Bid (Sheet-6 of Questionaire.xls). F. Scanned Copy of Demand Draft/Bank Guarantee/ECS (as applicable as per tender)

    towards submission of EMD. Bidder to ensure that original DD/ BG to be received by BGR within 7 days from the date of technical bid opening.

    G. BANK Mandate Form duly filled in (Sheet-7 of Questionaire.xls) with cancelled Cheque and copy of PAN card.

    H. Scan copy of CST/VAT registration

  • 2.3 Bidder to note that for fulfilling the commercial experience criteria (PQC) any one of the following documents shall be considered as valid proof for meeting the criteria:

    i) Purchase Order copy along with Invoice(s) with certification that supplies against

    the invoices have been executed (the format of certification is attached at sheet 2

    of Questionary.xls). ii) Purchase Order copy along with Bank Certificate indicating payment against the PO. iii) Execution certificate by client with order value. iv) Goods Receipt Note (GRNs) in case where IOCL is a client.

    2.4 Part-II: Priced bid This part shall be submitted in single copy and shall have only

    Price Schedule (BOQ) with prices duly filled in. The Price Schedule shall be identical to the document at sl no. 2.2 (E) except the Prices shall be dully filled.

    3.0 Tender Opening: 3.1 The Unpriced offers shall be opened on the due date as per Notice Inviting Tender (NIT)

    in our office (IOCL-BGR) and the priced offer of Bidder whose Unpriced offers are found technically suitable shall be opened on a suitable date for which a separate common intimation shall be uploaded in our web site for the technically acceptable bidders.

    3.2 Witnessing of techno-commercial bid & Price bid of the tender shall be online at our

    website. 4.0 Acceptance/Rejection:

    4.1 Offer received with deviation (Technical as well as commercial) is liable for rejection and

    Vendor is requested to submit its offer without any deviation and in line with IOCL tender documents.

    4.2 IOCL reserves the right to accept or reject any tender in Part or full or to abort the

    bidding process without assigning any reason whatsoever. Such decisions by Owner shall bear no liability whatsoever consequent upon such decisions.

    Although normally the lowest responsive bid amongst the bids submitted by tenders and considered by the OWNER to be qualified and competent shall be preferred, the OWNER reserves the right not to accept the lowest bid if in its opinion this would not be in the interests of the OWNER.

    4.3 After opening of un-priced bid, suo-moto price increase is not acceptable. Bids shall be liable for rejection. Also EMD shall be forfeited and action regarding Holiday listing may be taken. However, if there is a suo-moto reduction from the lowest tenderer adjudged on the basis of comparative statement as per price bids before such reduction, the benefit of suo-moto reduction shall be availed of at the time of placement of order on the lowest tenderer.

    5.0 Earnest Money Deposit (EMD): 5.1 Earnest Money Deposit (EMD) in Indian Rupees shall be sent by vendor directly to

    BGR and Scan copy of the same shall be furnished/uploaded along with un-priced part as follows from any Bank, recognized as Scheduled Bank by Reserve Bank of India, in favour of M/s. Indian Oil Corporation Ltd., Bongaigaon Refinery and payable at Dhaligaon.

    (a) If EMD amount is upto Rs. 1, 00,000.00, EMD shall be accepted in the form of a pay order or demand draft or through Electronic Clearance System (ECS). In case of ECS, the details of deposit (Name of the Bank, Transaction details etc.) shall be furnished by the bidder in the technical offer.

  • (b) If EMD amount is more than Rs. 1, 00,000.00, EMD shall be accepted in the form of Demand Draft/Pay Order/ Banker Cheque or Bank Guarantee or through Electronic Clearance System (ECS). In case ECS, the details of the deposit (Name of the Bank, Transaction details etc.) shall be furnished by the bidder in the technical offer.

    (c) Bank Details of BGR is as follows,

    Account No. 30776614607; State Bank of India, BRPL Complex Branch, Dhaligaon Assam, Branch code- 07171; IFC Code- SBIN0007171; Swift Code- SWIFT-SBININBB478.

    6.0 Release of Earnest Money Deposit (EMD): 6.1 EMD of bidders disqualified during techno-commercial bid evaluation shall be released

    immediately after approval of price bid opening. 6.2 EMD of bidders qualified in the techno-commercial bid but unsuccessful in the price bid

    stage shall be released immediately after final approval of the ordering proposal. 6.3 EMD of the successful bidder shall be released after receipt of an acceptable PBG 7.0 Forfeiture of EMD EMD shall be forfeited in the following circumstances: 7.1 In case the bidder alters/modifies/withdraws the bid suo-moto after opening the bids

    (Technical bid in case of two bid system) within the validity period. In such case, the tender submitted by the bidder shall be liable for rejection.

    7.2 In case the tender is accepted and the vendor fails to deposit the PBG or to execute the

    contract within the stipulated period. 8.0 EMD is not to be submitted in the following cases: 8.1 Micro & Small Enterprises (MSE) registered with agencies as mentioned at pt. no. (11.0)

    below, only for the items for which the MSE is registered. 8.2 Government organization & Public Sector Undertakings of the Central / State

    Government. 8.3 JV Companies of IOCL 9.0 Tenders liable for rejection:

    Tender is also liable for rejection if the Bidder:

    a) Does not pay the EMD before deadline

    b) Does not fulfill minimum pre qualification criteria as per the Tender Documents

    c) Submits the tender late i.e after the due date and time

    d) Unsolicited tenders

    e) Stipulates the validity period less than what is stated in the Tender Documents.

  • f) Stipulates his own conditions and does not agree to withdraw the deviations, rendering his bid unacceptable.

    g) Does not disclose the full names and addresses of all his partners or Directors as applicable wherever called for in this tender.

    h) Does not submit the required documents / fill in and sign the required annexure, specifications, etc. as specified in the tender.

    i) Does not submit bid in prescribed format making it impossible to evaluate the bid

    j) Indulge in tampering of tender documents

    k) Does not conform to any tender condition which stipulates non-conformance of tender conditions as a rejection criteria.

    10.0 General Points: 10.1 In the event of any irreconcilable conflicts, the hierarchy for acceptance shall be,

    (a) SIB (Special Instructions to Bidders) (b) ATC (Questionnaire on Agreed Terms and Conditions) (c) GPC (General Purchase Conditions)

    The terms & conditions mentioned in SIB shall supersede those mentioned in ATC and terms and conditions mentioned in ATC Questionnaire supersede any condition in contradiction mentioned elsewhere in the tender document.

    10.2 Any Legal dispute shall be within the Jurisdiction of Local Court, Bongaigaon (Assam). 10.3 Cutting and corrections in the bid document should be avoided and if it is unavoidable, it

    should be kept at the bare minimum and it should be neatly cut and re-written without over-writing and use of erasing fluid. All corrections should be duly signed by the bidder. Use of white / erasing fluid is not allowed. IOCL reserves the right to accept or reject the offer either in part or full wherever white / erasing fluid is used.

    10.4 The bidders to quote competitive prices considering the fact that price negotiations, if

    required, to be held with the lowest bidder only. 10.5 Bids will be accepted only through e-tendering portal. Tender issuing authority is not

    responsible for the delay/non downloading of the tender document by the bidder due to any problem in accessing the e-tender website. The tender issuing authority is also not responsible for delay in uploading bids due to problem in the e-tender website.

    11.0 BENEFITS/PREFERENCE FOR MICRO & SMALL ENTERPRISES (MSES):

    11.1 As per Public Procurement Policy for Micro & Small Enterprises (MSEs) Order, 2012 issued vide Gazette Notification dated 23.03.2012 by Ministry of Micro, Small and Medium Enterprises of Govt. of India, MSEs must be registered with any of the following in order to avail the benefits/preference available vide Public Procurement Policy MSEs Order, 2012.

    a. District Industries Centers (DIC)

    b. Khadi and Village Industries Commission (KVIC)

    c. Khadi and Village Industries Board

    d. Coir Board

    e. National Small Industries Corporation (NSIC)

    f. Directorate of Handicraft and Handloom

    g. Any other body specified by Ministry of MSME

  • 11.2 MSEs participating in the tender must submit the certificate of registration with any one of the above agencies indicating the details of the particular tendered item along with their bid.

    The registration certificate issued from any one of the above agencies must be valid as on close date of the tender. The successful bidder should ensure that the same is valid till the end of the contract period.

    11.3 The MSEs who have applied for registration or renewal of registration with any of the above agencies/bodies, but have not obtained the valid certificate as on close date of the tender, are not eligible for exemption/preference.

    11.4 The MSEs registered with above mentioned agencies/bodies are exempted from

    payment of Earnest Money Deposit (EMD).

    11.5 Price Preference Subject to meeting terms and conditions stated in the tender document including but not limiting to prequalification criteria, twenty percent of the total quantity of the tender is earmarked for MSEs registered with above mentioned agencies/bodies for the tendered item. Where the tendered quantity can be split, MSEs quoting a price within a price band of L1 + 15 percent shall be allowed to supply up to 20 percent of total tendered quantity provided they match L1 price. In case the tendered quantity cannot be split, MSE shall be allowed to supply total tendered quantity provided their quoted price is within a price band of L1 + 15 percent and they match the L1 price. In case of more than one such MSEs are in the price band of L1 + 15% and matches the L1 price, the supply may be shared proportionately.

    11.6 Out of the twenty percent target of annual procurement from micro and small enterprises four percent shall be earmarked for procurement from micro and small enterprises owned by Scheduled Caste & Scheduled Tribe entrepreneurs. In the event of failure of such MSEs to participate in the tender process or meet the tender requirements and L1 price four percent sub-target so earmarked shall be met from other MSEs.

    11.7 To qualify for entitlement as SC/ST owned MSE, the SC/ST certificate issued by District Authority must be submitted by the bidder in addition to certificate of registration with any one of the agencies mentioned in paragraph (I) above. The bidder shall be responsible to furnish necessary documentary evidence for enabling IOCL to ascertain that the MSE is owned by SC/ST. MSE owned by SC/ST is defined as:

    a. In case of proprietary MSE, proprietor(s) shall be SC /ST

    b. In case of partnership MSE, The SC/ST partners shall be holding at least 51% shares in the enterprise.

    c. In case of Private Limited Companies, at least 51% share shall be held by SC/ST promoters.

    12.0 Evaluation Criteria:

    12.1 Evaluation shall be done as per Bid Evaluation Criteria.

    .

  • Annexure-B

    Addendum to SIB Indian Oil Corporation Ltd. has developed a secured and user friendly e-Tendering system through

    National Informatics Center (NIC), which enables Vendors / Bidders to Search, View, Download

    tenders directly and also, enables them to participate & submit online bids on the e-Tendering

    site https://iocletenders.gov.in in a secured and transparent manner maintaining confidentially

    and security throughout the tendering process.

    Bidders are advised to download Notice Inviting Tender along with other tender documents from

    the e-Tendering portal https://iocletenders.gov.in free of cost using their digital signature &

    registered used ID. The tender should be submitted online on our e-Tendering portal only. EMD /

    any other document(s) as per Tender (to be submitted in original) should be submitted before the

    due date and time failing which the bid may be rejected.

    Vendor should have a legally valid Class 3 Digital Certificate as per Indian IT Act from the licensed

    Certifying Authorities operating under the Root Certifying Authority of India (RCAI), Controller of

    Certifying Authorities (CCA) of India (For details regarding Digital Certificate Provider please refer

    to Point 8 of Information about DSC on the home page). All interested bidders are requested to

    register themselves using the link Online Bidder Enrollment on the home page and enroll their

    digital certificate during their first login attempt.

    It is advised to take extreme precaution while mapping digital certificate to a particular

    user profile. Once a digital certificate is enrolled to a user account, it cannot be used for

    any other registration in the system.

    Bidders are requested to read following conditions in conjunctions with various conditions,

    wherever applicable appearing with this bid invitation for e-Tendering.

    The conditions mentioned herein under shall supersede and shall prevail over the contradicting

    conditions (if any) mentioned elsewhere in the tender documents.

    1.0 Procedure to submit On-line Bids

    For this purpose, Vendors/Bidders are advised to read the instructions available in the homepage

    of the portal where detailed procedure for submission of bids is available under the section

    Bidders Manual Kit.

    2.0 System Generated Communication(s) The alerts / reminders in the form of SMS / e-Mail are given to bidders by the system at various

    stages of tender as mentioned below:

    o Reminder for Registered Digital Certificate Expiry before 30 days;

    o Issuance of Limited Tenders to the selected bidders;

    o Change in Password;

    o Bids uploaded but Freeze button not clicked;

    o On issuance of Corrigendum if the tender is downloaded from DSC Registered Account/

    made it favorite;

  • o Posting of any Techno-Commercial Query by the department;

    o Date and Time for Opening of Price Bid to all technically accepted bidders ;

    o AOC to successful bidder(s).

    Please note, communication alerts in the form of e-Mail/SMS will be sent to the bidder if and only

    if

    His/her e-Mail/Mobile No. registered in the portal is correct and latest.

    In addition to the above communication, the information is updated in portal under Pending

    section of Dashboard like:

    a) Limited Tender(s) to be made as favorite;

    b) TQ/CQ to be responded;

    c) Bids to be frozen;

    All bidders must login and visit their DASHBOARD section on regular basis to get the timely

    updates related to the pending activities as mentioned above at their end to act timely even if

    they have missed any communication sent in the form of e-Mail / SMS by system.

    3.0 Tender Search All tenders available on the website can be searched by using the Search Active Tenders menu

    under Bidders profile. Use any of the searching criteria to search your tender. For a refined

    search, enter Work Title under Keywords and click Submit. The intended tender(s) should be

    checked and saved as Favorite by clicking on the check box. The bid submission process will

    start by clicking the menu My Tenders.

    4.0 My Documents Provision of My Documents is available to bidders for uploading frequently required documents

    in advance.

    However, Uploading of any document in My Documents does not imply that the same is

    submitted along with any tender.

    5.0 Price Bid

    Price Bid (BOQ) as given in the tender must be downloaded and saved at bidders local PC / Laptop

    without any change. Bidders shall fill the required details/prices in BOQ, save it and upload the

    filled-in BOQ in the portal.

    6.0 Tampering of Documents The following shall be considered as Tampering of documents:

    o Submission of Scanned copy or Photocopy of Price bid (BOQ);

    o Submission of any file other than original Price Bid (BOQ);

    o Insertion of additional sheet(s);

    o Change in content or context of the original file;

    o Protection of Workbook over and above Sheet Protection done by IOCL.

    Such bids will be summarily rejected at the time of evaluation.

  • 7.0 Uploading and Confirmation Bid along with all the copies of documents should be submitted in the electronic form only

    through Indian Oil e-Tendering system. Bidder has to ensure that their bid submission is complete

    in all respect by clicking on the FREEZE BID SUBMISSION button. Any revision or amendment in

    bid shall be possible after bid submission only upto the due date and time of submission of

    tender. Bidder in turn will receive an acknowledgement against his/her bid submission. Successful

    submission of bid can also be verified under My Bids section.

    8.0 Help Desk Bidders may contact the following resource persons for any assistance required in this regard.

    Mr. Ravi Kolkata 08981665512 Mr. Deepak Mumbai 09820177883

    Mr. Shashi Noida 08130634323 Mr. Lalit Mumbai 09004536892

    Mr. Sawan Noida 08130269544 Mr. Manu Gurgaon 01242861244

    Mr. Vikrant New Delhi 01242861318 Mr. Ankit Gurgaon 01242861317

    HelpDesk Tel. No. : +91-22-26447708 HelpDesk Email-id : [email protected] [email protected] Business Hours: Mon Fri, 09:00 to 16:00 Hrs India Time (IST) (GMT + 5:30 Hrs)

    9.0 Special Note

    Bids can only be submitted / resubmitted before the last date and time of submission as per

    tender.

    The system time (IST) displayed on e-Tendering web page shall be considered as the reference

    time for all transactions and no other time shall be taken into cognizance.

    Bidders are advised in their own interest to ensure that bids are uploaded and submitted

    successfully in e-Tendering system well before the closing date and time of bid.

    No physical bid shall be accepted except the documents as specified in tender.

    IndianOil does not take any responsibility in case bidder fails to upload the documents in the

    portal within specified time.

    Bidders are requested to provide correct/latest e-Mail address and Mobile No. for

    receiving updates related to e-tender from time to time.

    for and on behalf,

    Tender Inviting Authority,

    Indian Oil Corporation Limited

  • Annexure-C BID EVALUATION CRITERIA

    1.0 Technical: Bids shall be evaluated as per Criteria for acceptance & Technical specification. 2.0 Loading for Taxes and Duties: i) Excise Duty: As quoted by the vendor (with excise tariff no.) wherever applicable extra.

    ii) Sales Tax / VAT: As quoted by the vendor wherever applicable extra. For the purpose of evaluation of offers, Cenvat benefit on account of admissible Excise duty/ Service tax (on service items / freight) shall be considered for determining lowest offer. Bidder to confirm that all the relevant documents shall be furnished for availing Cenvat benefit along with supply.

    When vendor does not mention Taxes & Duties, the same shall be considered as Borne by vendor

    3.0 Loading for Transportation: Bidders are requested to furnish firm freight charges. In case bidder does not furnish the same and mentions Freight to pay, freight loading shall be done considering the higher of the following two options:

    i) Fixed percentage / absolute value as per BGRs existing contract with the transporter for co-ordination, collection and road transportation to and from vendors works to BGR, Dhaligaon.

    ii) Maximum prorated (on the basis of distance) freight quoted by any other bidder against the tender.

    When a bidder does not mention anything about the freight component, the same shall be considered as nil 4.0 Loading for Transit Insurance:

    i) In case insurance charges are extra and to be covered by BGR, a nominal loading of 0.5% shall be done for evaluation.

    ii) In case the bidder quotes the insurance charges inclusive, its bid shall still be loaded by this amount for evaluation purpose.

    5.0 Performance Bank Guarantee (PBG): In case bidder does not agree to submit PBG as per tender requirement, their offer shall be loaded with 10% of their basis cost of material. In case PBG is agreed for less than 10%, loading shall be for the differential amount. 6.0 Inspection charges:

    When vendor does not quote inspection charges in spite of having been stipulated in the tender document to indicate inspection charges, the same shall be considered as nil.

    7.0 Entry Tax: wherever applicable shall be loaded extra. 8.0 Components/spares/accessories: If a vendor does not quote for some components/spares/accessories specifically indicated in the tender for consideration along with the main equipment, the same shall be considered as free supply.

  • 9.0 Payment Terms: In case the bidder take deviation to the specified payment term, loading for interest implication at 1% higher than IOCs cash credit account rate applicable on the date of issuance of tender document shall be loaded. 10.0 Specific discount: Specific discount if any given shall be considered. Conditional discount like for prompt payment etc. shall not be considered for evaluation. 11.0 Price adjustment clause on account of delay in delivery:

    The difference between the quantum as per GPC and that offered by the bidder shall loaded. For non acceptance of the clause or for accepting as Liquidated Damage, loading of 5% shall be done. In case the bidder accept the clause as per IOCL GPC but with maximum limit as 5% of undelivered order value and not on total order value, then price loading @ 2.5% shall be done.

    12.0 Royality Inflow:

    In case of any benefit to IOC R&D for the usage of IOC R&D formulations by the bidder in the form of royality, such royality inflow net of prevailing taxes/ surcharges, should be deducted from the quoted price as specified in the tender document.

    13.0 Final evaluation for comparison will be on item wise Landed cost (Net of Cenvat) at Bongaigaon Refinery basis considering supply, Installation & commissioning and AMC Price.

    ---------------------------------