Download as pdf or txt
Download as pdf or txt
You are on page 1of 8

TENDER NO: HCC/ENGG-26/PT-97/2018-19

Construction of Approach road with Pavers/ RCC, Stone


Pitching, drains, Entry/ Exit gates with Entrance Arch, Page 1 of
Furniture Works, Horticulture works, raising of compound 8
wall etc and Structural Works for New Bitumen Terminal
Project at Barauni, Begusarai Dist, Bihar State.

NOTICE INVITING e-TENDER


1. TENDER NO. HCC/ENGG-26/PT-97/2018-19
E-Tender ID: 2019_MKTHO_104444_1
2. NAME OF WORK : Construction of Approach road with Pavers/ RCC, Stone
Pitching, drains, Entry/ Exit gates with Entrance Arch,
Furniture Works, Horticulture works, raising of compound
wall etc and Structural Works for New Bitumen Terminal
Project at Barauni, Begusarai Dist, Bihar State.
3. ESTIMATED VALUE : Rs.414.20 Lakhs including GST@18.00%.
OF WORK
4. PLACE OF WORK : The project site is located adjacent to IOCL Barauni
Marketing Terminal, Barauni, Begusarai Dist, Pin Code –
854114 Bihar.
The works are to be carried out in the premises of the
project site mentioned above as well as inside the Barauni
Refinery for laying the HT Cable.
5. TENDER FEE : Nil since an e-TENDER
6. EARNEST MONEY : Rs. 4,14,200/- (BG/ NEFT/ RTGS)
DEPOSIT
Exemption from submission of EMD:
a. Parties as per MSME Order, 2012 (Having UAM, MSME or
erstwhile NSIC, DIC, KVIC, KVIB, Coir Board,
Directorate of Handicraft & Handloom registered
parties or any other body specified by Ministry of
Micro, Small and Medium Enterprises). In such cases,
the certificate to be submitted by the MSME parties
shall be valid on the date of tender opening.
b. PSUs (Central & State) and JVs of IOCL.
7. TENDER DOWNLOAD PERIOD FROM e-TENDER PORTAL:
a) Starts on : 11.09.2019 @ 16:30 HRS.
b) Ends on : 05.10.2019 @ 15:00 HRS.
8. PRE BID MEETING : 23.09.2019 @ 14:30 HRS at IOCL, Marketing Head Office,
Mumbai - 400051.
9. SUBMISSION OF TENDER INTO e-TENDER PORTAL:
a) Starts on : 27.09.2019 @ 15:00 HRS.
b) Ends on : 04.10.2019@ 15:00 HRS.
10. DUE DATE FOR OPENING OF TENDER:
11. Opening of Tender 07.10.2019@ 11:00 HRS.
(Technical Bid
Only)
12. Work Completion : 5 (Five) Months
TENDER NO: HCC/ENGG-26/PT-97/2018-19
Construction of Approach road with Pavers/ RCC, Stone
Pitching, drains, Entry/ Exit gates with Entrance Arch, Page 2 of
Furniture Works, Horticulture works, raising of compound 8
wall etc and Structural Works for New Bitumen Terminal
Project at Barauni, Begusarai Dist, Bihar State.

13. Bid Validity : 120 Days from the date of Technical Bid opening
Note:
a. In case EMD is submitted by way of BG (from Nationalized/ Scheduled Bank as per
the format enclosed in the tender document), the validity of the same should be 06
(Six) Months from the last date of submission of tender. If needed, validity of BG
should be extended further by the bidder on request from IOCL.
b. In case of Bank Guarantee, bidder shall upload scanned copy of BG as exemption
document. Original BG shall be sent by the bidders /bank to Tender Issuing Authority
as mentioned in the tender & it should reach to Tender Issuing Authority within 7
working days of IOCL from the date of opening of technical bids. For the purpose of
receipt of BG, the time recorded in the receipt/DAK section against receipt shall also
be considered as receipt time. Only those Original BG instruments found matching
with the copy submitted in the e-portal shall be considered as valid. If the original
BG instrument is not received by the due date and time as specified above, the bid
shall be summarily rejected.
c. BG should be submitted only in a sealed envelope of the issuing Bank and should not
be in open condition. If BG towards EMD is submitted in any manner other than
aforesaid, the Tender is liable to be rejected.
d. If the original BG instrument is not received by the due date and time as specified
above, the bid shall be summarily rejected.
e. Scanned copy of the EMD instrument or exemption certificate in case of NSIC or
exempted category must be uploaded in the EMD packet in the e-tender portal.
f. As per Public procurement Policy for Micro & Small Enterprises (MSEs) Order 2012,
MSEs must be registered with any of the following in order to avail the benefits/
preference available vide Public Procurement Policy MSEs Order 2012.
 District Industries Centre (DIC)
 Khadi & Village Industries Commission (KVIC)
 Khadi & Village Industries Board (KVIB)
 Coir Board
 National Small Scale Industries Corporation (NSIC)
 Directorate of Handicraft & Handloom
 Udyog Aadhar Memorandum (UAM)
 Any other body specified by the Ministry of MSME.
Note: Against UAM, acknowledgement copy generated online shall be applicable.
The registration certificate issued from any of the above agencies submitted with the
bid must be valid on the date of tender opening. The MSEs who have applied for
registration or renewal of registration but have not obtained the valid certificate as
on the date of tender opening shall not be eligible for exemption/ preference.
g. Apart from exempted categories, Bidders not submitting original EMD instrument in
the tender box at the above mentioned address on or before due date and time of
bid submission mentioned above shall be rejected outright.
h. Bidders not paying EMD or not submitting valid exemption certificate on or before
TENDER NO: HCC/ENGG-26/PT-97/2018-19
Construction of Approach road with Pavers/ RCC, Stone
Pitching, drains, Entry/ Exit gates with Entrance Arch, Page 3 of
Furniture Works, Horticulture works, raising of compound 8
wall etc and Structural Works for New Bitumen Terminal
Project at Barauni, Begusarai Dist, Bihar State.

tender submission date and time will be summarily rejected.


i. Requests for payment of pending dues towards EMD/ Tender Fee shall not be
entertained.
j. 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.

Tenders in two bid system (a) Technical bid with commercial terms and (b) Price Bid are
invited from reputed, established and financially sound parties for the works specified in the
above NIT.
Parties, meeting the following qualifying parameters as per details mentioned below, only
need apply:
14.0 COMMERCIAL CRITERIA:
14.1 PRE QUALIFICATION CRITERIA (PQC):
DEFINITION OF SIMILAR WORKS: Experience in successful completion of the following
during last 5 years ending 31/08/2019 shall be taken as “similar works” for the
purpose of qualification.
Definition of Similar Works:
“Cement concrete works of minimum 555 Cum for Roads / Driveways, Buildings,
Bridges, Embankment/ Retaining wall with/ without allied works.” (To be read in-
conjunction with notes to definition of similar works).”
Notes to definition of similar works:
a. For the same project finalized against one tender, if separate orders for supplies
and services or variation orders or amendment orders are issued in continuation of
the original purchase/work order, then the total value of works completed against
the supply & installation components of the original work orders, subsequent
variation/ amendment orders put together shall be accepted as one single work
completed.
b. Work carried out at multiple locations through a single Purchase order or multiple
purchase orders finalized against one tender shall be considered as one similar work
for the purpose of qualification.
c. Ongoing contracts (i.e. not successfully completed) shall not be considered
irrespective of the value of works completed up to the period mentioned in the
tender.
d. If the works are completed but the final bill is not settled, value of the work
completed as per the last running account bill shall be considered for which a
provisional completion certificate from the client shall be submitted indicating the
payment released till date.
e. EPC/ BOO/ BOOT Contracts containing the components indicated in similar works
criteria shall also be considered for the purpose of qualification.
f. Bids by 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.
TENDER NO: HCC/ENGG-26/PT-97/2018-19
Construction of Approach road with Pavers/ RCC, Stone
Pitching, drains, Entry/ Exit gates with Entrance Arch, Page 4 of
Furniture Works, Horticulture works, raising of compound 8
wall etc and Structural Works for New Bitumen Terminal
Project at Barauni, Begusarai Dist, Bihar State.

g. 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.
h. Consultant or their subsidiary company or the companies under the management of
consultant are not eligible to quote for the same job for which they are working as
consultant.
i. In case of Work Order from Government Bodies/ PSUs, copies of Contract Document
along with either completion certificates or duly certified copy of invoice/ bill from
client indicating completed value of work done, completion date shall be required.
j. In case of Work Order from Private Parties, a Certificate from a CA certifying value
of work done with TDS certificates / bank statement (wherever applicable) shall be
required in addition to the documents specified in Sl no (h) above.
k. The monetary limits towards value of completed works mentioned for Single/ Two/
Three similar work order(s) indicated in the NIT shall be inclusive of all Taxes.
l. If any of the documents are in language other than English, the same needs to be
translated in English, duly notarized.
m. The tender being at National Level, bid from Foreign entities shall not be accepted.
Also the work orders having carried out the works in India only shall be accepted.
SN MONETARY LIMITS
Parties who have successfully completed “similar works” defined above, only
1.
need to apply:

Three similar completed works each costing not less than the amount equal to
a)
Rs. 124.26 Lacs (OR)

Two similar completed works each costing not less than the amount equal to
b)
Rs 165.68 Lacs (OR)
One similar completed work costing not less than the amount equal to
c)
Rs. 207.10 Lacs.
Note:
a. The monetary limits towards value of completed works mentioned for Single/
Two/ Three similar work order(s) in the NIT shall be inclusive of all taxes,
duties etc.
2. TURNOVER: Annual Turnover during any of the last three preceding financial years,
ending 31st March 2019 as applicable should be at least Rs. 248.52 Lacs.
Note to Turnover Criteria:
1. Definition of Turnover: Total Revenue as per Schedule III of Companies Act, 2013
(Earlier Revised Schedule VI of Companies Act, 1956). 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 submitted.
2. In case of non-availability of Audited balance sheet (Profit & Loss Account
Statement)/ Published accounts of the immediate preceding year, the Audited
TENDER NO: HCC/ENGG-26/PT-97/2018-19
Construction of Approach road with Pavers/ RCC, Stone
Pitching, drains, Entry/ Exit gates with Entrance Arch, Page 5 of
Furniture Works, Horticulture works, raising of compound 8
wall etc and Structural Works for New Bitumen Terminal
Project at Barauni, Begusarai Dist, Bihar State.

balance sheet (P&L Statement)/ Published accounts of 4th Preceding financial year
shall also be acceptable.
3. The balance sheet copy MUST bear the Registration Number of the authorized
Chartered Accountant/Firm and SEAL. This is not applicable for published annual
reports. Published Annual report shall also be acceptable.
4. For Govt /PSU firms, original letter from Company Secretary certifying the
annual turnover for the applicable financial years may also be accepted. Original
letter will have to be produced at the time of verification of documents.
5. Provisional Balance Sheet and P&L account statement shall not be considered for
evaluation, even if the same is uploaded.
6. Audited balance sheet (P&L Statement)/ Published accounts on a calendar year
basis shall also be acceptable.

14.2 PRE QUALIFICATION CRITERIA (PQC): Other Commercial criteria for pre-qualification
Following other criteria shall also be considered for evaluation :
a) PAN No.
b) PF No.
c) GST Registration No.
d) Partnership deed or Certificate of Incorporation with memorandum & articles of
association
e) Power of Attorney / Board resolution (as applicable) in favour of Tender signing
authority

Bidders shall be required to enclose copy of applicable certificates/ declarations/


agreement etc (as applicable) in support of above.

14.3 Non PQC Documents: - The following Declarations to be submitted:


i) Undertaking by Tenderers in lieu of tender documents
ii) Declaration for Blacklisting / Holiday listing
iii) GST Declarations

Bidders shall be required to enclose copy of applicable certificates/ declarations/


agreement etc (as applicable) in support of above.
15.0 Evaluation Criteria:
a. Upon receipt of the bids, the documents submitted by all the parties shall be
scrutinized with respect to submission of EMD, PQC, other necessary documents,
acceptance to all terms & conditions as per the tender. Price bids of only those parties
who satisfy the above mentioned requirements shall be considered for opening.
b. After opening of price bids, the Bidder with lowest rate (L1) shall be arrived on the basis
of net landed cost for the purpose of award of work with or without negotiations.
c. Evaluation criteria in case of tie i.e. identical rates quoted by more than one party shall
be as below;
TENDER NO: HCC/ENGG-26/PT-97/2018-19
Construction of Approach road with Pavers/ RCC, Stone
Pitching, drains, Entry/ Exit gates with Entrance Arch, Page 6 of
Furniture Works, Horticulture works, raising of compound 8
wall etc and Structural Works for New Bitumen Terminal
Project at Barauni, Begusarai Dist, Bihar State.

i. In case of tie between two or more bidders at L-1 position, all the L-1 bidders for
that Group shall have to submit discount bid in terms of percentage discount over
previous quoted amount in a sealed envelope. Above exercise shall be an offline
activity outside the e-portal.
ii. The sealed envelopes shall be opened after taking the revised price bid and the
bidders will be advised to witness the opening of sealed envelopes.
iii. In case there is a tie again, the bidder with the highest turnover worked out to
three decimal points in any of the last three years as submitted against Turnover
criteria shall be considered as L1 bidder.

d. No price or purchase preference shall be provided to MSEs, Startups, NSIC, PSUs (State &
Central) & JVs of IOCL, since the subject works is an indivisible work contracts by
nature.
e. To enable IOCL to avail Input Tax Credit (ITC) (if applicable), the contractor/supplier
shall furnish/submit any and all certificates, documents and declarations as required by
IOCL to avail the ITC with respect to the Taxes reimbursed by IOCL on materials sold to
IOCL. In case, IOCL is eligible to avail Input TAX Credit (ITC), the same shall be reduced
from the delivered price to arrive at the net landed cost.
f. The Bidders are advised to submit their offers strictly as per the terms and conditions
and specifications contained in the tender document and impose conditions/ counter
conditions. Conditional tenders received subsequent to the pre bid meeting shall be
liable for rejection.
g. Ambiguity/ Incomplete documents against PQC Documents:
i. In case of ambiguity or incomplete documents pertaining to PQC, bidders shall be
given one opportunity with a fixed deadline after bid opening to provide complete &
unambiguous documents in support of meeting the PQ criteria. In case the bidder
fails to submit any document or submits incomplete documents within the given
time, the bids of such bidders shall be rejected.
ii. Documents other than those submitted originally with the Technical Bid shall also be
acceptable as reply against TQ/CQ provided the following conditions are met:
1. No additional opportunity other than the allowed one opportunity shall be
provided.
2. Selection if based on the additional documents must comply with the
requirements originally specified in the tender against PQ criteria.
3. The above restriction of one opportunity shall apply to PQC documents only.
16.0 Other Points:
1. The tenders will be summarily rejected if requisite EMD or EMD exemption
document is not submitted as mentioned in NIT.
2. The offers shall be scrutinized and evaluated based on the qualifying parameters
mentioned above and on the basis of the uploaded documents in e-tender portal.
3. 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.
TENDER NO: HCC/ENGG-26/PT-97/2018-19
Construction of Approach road with Pavers/ RCC, Stone
Pitching, drains, Entry/ Exit gates with Entrance Arch, Page 7 of
Furniture Works, Horticulture works, raising of compound 8
wall etc and Structural Works for New Bitumen Terminal
Project at Barauni, Begusarai Dist, Bihar State.

4. Legal dispute, if any, arising during the evaluation of the tender shall be within
the jurisdiction of local courts situated at Mumbai and after placement of LOA,
the jurisdiction of local courts at Mumbai will be applicable.
5. Bidders may note that the following are attached separately and uploaded in the
e-tendering portal:
a. Special Instructions to bidders for participating in e-tendering.
b. FAQ’s –online EMD facility in IOCL e-tendering &
c. Format for Acceptance of Tender Terms and Conditions.
6. L1 Bidder will have to present original documents for verification to the tender
inviting authority, within 7 days from date of intimation.
7. 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. You may please note that
since this is an e-Tender, tender documents can only be downloaded and bidding
documents can only be submitted in the manner specified in ‘Special Instructions
to bidders for participating in e-tender’ attached separately in this tender.
8. Tender Document can be downloaded from https://iocletenders.nic.in and on line
bids are required to be submitted with Digital signatures on the system.
9. IOCL reserves the right of cancellation of the tender without assigning any reasons
whatsoever.
10. IOC shall not be bound to accept the lowest tender and reserves right to accept
any tender. Decision of IOCL, in this connection shall be final.
11. Canvassing for information or submission of forged or false documents /
information by any Bidder shall make the offer invalid. In addition, action shall
also be taken by IOCL for forfeiture of EMD as well as putting the Bidder on Holiday
list.
12. No suo – motto reduction in prices quoted by the bidder shall be permitted after
opening of the bids. If any bidder unilaterally reduces the prices quoted by them
after opening of bids, the bid of such bidder will be summarily rejected.
13. 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. Bidders will have to attend to the office of the Corporation for
negotiations/ clarifications required in respect of their bids without any
commitment on the part of the Corporation. In case of negotiation, the Bidder
should send the confirmation of such negotiation so as to reach the office of the
Corporation within 7 days from the date of negotiations failing which the
Corporation reserves the right to ignore the bid.
14. Affiliates of a firm are not permitted to make separate bids directly or indirectly.
2 or more Parties who are affiliates of one another can decide which affiliate will
make a bid. Only one affiliate may submit a bid. If two or more affiliates submit
a bid, then all of them are liable for disqualification.
TENDER NO: HCC/ENGG-26/PT-97/2018-19
Construction of Approach road with Pavers/ RCC, Stone
Pitching, drains, Entry/ Exit gates with Entrance Arch, Page 8 of
Furniture Works, Horticulture works, raising of compound 8
wall etc and Structural Works for New Bitumen Terminal
Project at Barauni, Begusarai Dist, Bihar State.

15. It will be treated that a person shall be deemed to have submitted more than one
bid if a person bids in an individual or proprietorship format and/or in a
partnership or association of persons format and/or in a Company format.
a. A company shall for this purpose include any artificial person whether
constituted under the laws of Indian or of any other country.
b. 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.
c. 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.
16. Bids by 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.
17. 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.
18. Consultant or their subsidiary company or the companies under the management of
consultant are not eligible to quote for the same job for which they are working as
consultant.
19. In case of credentials in foreign currencies, the same will be converted to INR
based on SBI TT selling rate as on the last day of the month previous to the one in
which the tender was invited.
20. The language of all the documents to be in the Tender shall be in English. For all
documents in other than English, translated document through a Sworn/ Certified
Translators shall be submitted as part of the bid documents at no extra cost to
IOCL.
21. The tender being at National Level, bid from Foreign entities shall not be
accepted.
22. 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.
23. Corporation reserves the right to revise/extend any date/time from Scheduled
Timelines of Published Tender.

*******************

Signature Not Verified


Digitally signed by Praveen Kumar
Date: 2019.09.11 15:10:17 IST
Location: IndianOil e-Tendering Portal

You might also like