IFM For Recedencial IOCL

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 11

TENDER NO: HCC/HR-4/PT-91/2022-23

NAME OF WORK: Providing Facility Management Contract for


Corporation Owned Residential Colony at Andheri (West), Mumbai

NOTICE INVITING E-TENDER

Indian Oil Corporation Limited invites electronic bids through its website https://iocletenders.nic.in
under two-bid system for the work as detailed below from indigenous bidders fulfilling the
qualifying requirements as stated hereunder.
1. TENDER NO. : HCC/HR-4/PT-91/2022-23

2. E-Tender ID : 2022_MKTHO_156296_1

3. NAME OF : Providing Facility Management Contract for Corporation Owned


WORK Residential Colony at Andheri (West), Mumbai

4. LOCATION OF : Indian Oil Nagar, D N Nagar, Andheri (West), Mumbai


WORK
5. ESTIMATED : Rs. 1,57,26,514.74(exclusive of GST) for a period of one year for BOQ1 and
VALUE OF Rs. 18,00,867.90(exclusive of GST) for a period of one year for BOQ2.
TOTAL WORK
6. TENDER FEE : Nil
Bidders are required to download the tender documents free of cost from
IOCL e-tender website (https://iocletenders.nic.in)
7. EARNEST : NIL
MONEY
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 as ANNEXURE-X.

The requirement of submission of Bid Security Declaration shall also


be applicable on bidders who are exempted from payment of EMD
(MSEs as per PPP, Startups, CPSEs and JVs).
The bid shall be summarily rejected if Bid Security Declaration in lieu
of EMD is not uploaded in e-Tendering portal on or before tender
submission date and time.

8. TENDER DOWNLOAD PERIOD FROM e-TENDER PORTAL:


 Starts on : 15.09.2022 at 1600 hrs IST

 Ends on : 10.10.2022 at 1500 hrs IST

9. PRE BID : 22.09.2022 @11:00 HRS. IST


MEETING
TENDER NO: HCC/HR-4/PT-91/2022-23
NAME OF WORK: Providing Facility Management Contract for
Corporation Owned Residential Colony at Andheri (West), Mumbai

There will be Pre Bid meeting on 22.09.2022 @ 11:00 hrs. through the
following Zoom Link.

Join Zoom Meeting

https://zoom.us/j/98449480704?pwd=QjF4YWY5TklUZjFSWVg0WUpVZDBmZz09

Meeting ID: 984 4948 0704

Passcode: 057388

10. SUBMISSION OF TENDER IN e-TENDER PORTAL:


a) Starts on : 29.09.2022 at 1500 hrs IST
b) Ends on : 10.10.2022 at 1500 hrs IST
11. DUE DATE FOR OPENING OF TENDER:
Opening of : 11.10.2022 at 1500 hrs IST
Tender
(Technical Bid
Only)
12. TENDER : Offer shall be valid for 120 Days from the date of opening of technical bid.
VALIDITY In case of requirement, IOCL may seek further extension of the validity of the
offer from the bidders.
13. NUMBER OF : Requirement of parties for the work is as given below:
PARTIES
REQUIRED S. Nature of work No. of Parties Area of work
No. required
1. Providing Facility 1 party As per Scope of
Management Work
Contract for
Corporation
Owned
Residential
Colony at, D N
Nagar, Andheri
(West), Mumbai
14. PERIOD OF : Initially for a period of 1 year.
CONTRACT The contract may be extended by two more years on yearly basis on same
terms and conditions on mutual consent and subject to satisfactory
completion of the job.
TENDER NO: HCC/HR-4/PT-91/2022-23
NAME OF WORK: Providing Facility Management Contract for
Corporation Owned Residential Colony at Andheri (West), Mumbai

15. MODE OF You may please note that this is an e-Tender and can only be downloaded
TENDER and submitted in the manner specified in ‘Special Instructions to bidders for
SUBMISSION participating in e-tender’ attached separately in this tender
16. CONTACT CM (Contracts), 022-26447645,
PERSON Indian Oil Corporation Limited
IndianOil Bhavan
G9, Ali Yavar Jung Marg, Bandra (E)
Mumbai – 400051
email: rajkumark@indianoil.in

17. PRE QUALIFICATION & EVALUATION CRITERIA

Evaluation of the bidders shall be done in the following two stages:


a) After opening of the technical bids, the bidders shall be evaluated as per Stage I pre-
qualifying criteria as specified below, based on the documents submitted.
b) Only Bidders shortlisted as per the defined stage I pre-qualifying criteria shall be
evaluated for detailed technical parameters as part of Stage II Evaluation.
c) Evaluation of the Bids will be carried out in two steps: firstly Quality (Score against
technical parameters) and the Cost (score against Price Bid).
17.1 Stage I Pre-qualification criteria:

S.no Pre-Qualifying Requirement Annual Turnover


Parameter
1 Annual Turnover Minimum Annual Rs. 1,11,34,372/-.
turnover of any of the
last 3 Financial years i.e.
2019-20, 2020-21 and
2021-22.
2 Experience of Three similar completed Rs. 55,67,186/-
successfully works, each costing not
completing less than
similar work OR
during last 5 years Two similar completed Rs. 74,22,915/-
ending works, each costing not
31.08.2022. less than
OR
TENDER NO: HCC/HR-4/PT-91/2022-23
NAME OF WORK: Providing Facility Management Contract for
Corporation Owned Residential Colony at Andheri (West), Mumbai

One similar completed Rs. 92,78,644/-


works, each costing not
less than
3 Definition of Similar Work Experience of “Providing Facility Management
Services at residential/commercial premises
involving at least housekeeping & gardening
services in same Work Order. (Exclusive orders
of only housekeeping or gardening or
maintenance works etc will not be treated as
Facility management contracts).”

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


ambiguity or incomplete documents pertaining to Stage I & Stage II qualifications, bidders
shall be given only one opportunity with a fixed deadline under each Stage of qualifications
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 bidders tender will be rejected.

17.2 Stage II Pre-qualification criteria:

a) Only Bidders shortlisted as per the defined pre-qualifying criteria under Stage I shall
be evaluated for detailed Techno-Commercial parameters in Stage II
b) Bidders scoring 70% marks and above out of 100 marks in Techno-Commercial
parameters shall be shortlisted for opening of price bid

Detailed Evaluation Criteria for Technical Parameters (Stage II)

S. Max
Criteria Scale of Marking
no. Marks

A Past Experience of the Firm 35

(i) Number of similar works completed 20 5 Projects & more- 20 marks


during last 7 years ending
31.08.2022 with each work costing 4 projects – 16 marks
INR 1.3 Cr & above
3 projects – 12 marks

2 projects – 8 marks
TENDER NO: HCC/HR-4/PT-91/2022-23
NAME OF WORK: Providing Facility Management Contract for
Corporation Owned Residential Colony at Andheri (West), Mumbai

1 projects – 4 marks

< 1 projects – Nil marks

(ii) Cumulative value of similar works 15 Rs. 7.8 Cr & more- 15 marks
completed during last 7 years
ending 31.08.2022 with each work Rs. 5.2 Cr - 10 marks
costing INR 1.3 Cr & above Rs. 2.6 Cr - 5 marks

Rs. 1.3 Cr - 1 marks

Below Rs. 1.3 Cr – Nil marks

B Financial Credibility 35

(i) Financial turnover in any of the last 20 Rs. 1.3 Cr – 5 Marks


three preceding financial years
ending March/ December (Highest Rs. 2.6 Cr – 10 Marks
turnover of any of the last three
Rs. 5.2 Cr – 15 Marks
years as submitted shall be
considered) Rs. 7.8 Cr – 20 Marks

(ii) Profitability during last three years 15 Net Profit in all 3 years – 15

Net Profit in 2 of 3 years – 10

Net Profit in 1 of 3 years – 5

No Profit in 3 years – Nil

C Local Office in Mumbai 10

(i) Established local office in Mumbai, 5 Less than 1 year – Nil Marks
operational and having GST
registration Last 1 to <= 5 years – 1 Mark

Last>5 to <=10 years – 2 Marks

Last>10 to <=15 years – 3 Marks

Last>15 to <=20 years – 4 Marks

> 20 years – 5 Marks


TENDER NO: HCC/HR-4/PT-91/2022-23
NAME OF WORK: Providing Facility Management Contract for
Corporation Owned Residential Colony at Andheri (West), Mumbai

(ii) Human resources strength of 5 Up to 50 – 1 Mark


personnel on rolls of the Company
in Local/ Home office in India 51 to <= 200 – 2 Marks

201 to <= 500 – 3 Marks

501 to <= 1000 – 4 Marks

>1000 – 5 Marks

D Technical Experts 10

(i) Total no. of experts having 10 1 to <= 50 – 2 Mark


degree/diploma and on rolls of the
51 to <= 75 – 4 Marks
company (both soft skill or technical
with minimum 3 years of experience 76 to <= 100 – 6 Marks
in respective discipline) 101 to <= 125 – 8 Marks

>125 – 10 Marks

F Quality Certifications 10 ISO <5 years – 2 Marks


ISO > 5 years – 4 Marks
OHSAS 18001 – 4 marks
Any other National/International
accreditation certificate – 2 Marks
Total 100

Notes:

1. Marking on A (i) & (ii) shall be based on copies of submitted Contract Document and
completion certificates. In case of Work Orders from Private Parties, relevant TDS
certificates / account statement shall be submitted additionally. In case of projects
executed outside the country, proof of remittance shall also be submitted. For A (ii),
proration of actual value (intermediate scoring) shall be done; For e.g. in case Cumulative
value of completed works > Rs 1.3 Cr is Rs 1.95 Cr, score shall be [1 + (1.95-1.3)/1.3 x
(5-1)] = 3. For Cumulative value of Rs 3.9 Cr, score shall be [5 + (3.9-2.6)/(5.2-2.6) x (10-
5)]= 7.5. Similar rationale shall be applied for each slab.

2. Marking for B (i) & (ii) shall be based on Audited Financial Statement or Published
accounts. Additionally a certificate from external auditor on above calculations
TENDER NO: HCC/HR-4/PT-91/2022-23
NAME OF WORK: Providing Facility Management Contract for
Corporation Owned Residential Colony at Andheri (West), Mumbai

corroborating figures from Audited Financial Statement or Published accounts/ Annual


report shall also be provided. Proration shall be done for B (i) similar to that for A (ii).

Definitions:
Turnover: For the purpose of marking, Revenue from Operations as per Schedule III of
Companies act, 2013 (Earlier revised Schedule VI of Companies Act,1956) shall be
considered as Turnover.
For B (ii), in case Balance Sheet/Profit & Loss Account statement for only 1 or 2 years is
submitted, Nil marks shall be considered for years for which required details are not
submitted.

3. Marking on C(i) shall be based on the original Certificate of incorporation or Certificate of


Registration. For C(ii), Certification from HR head/CEO/Country Head/Director/Owner on
strength of personnel as on 31.03.2022 duly vetted by an external auditor shall be
submitted

4. Marking for D(i), Certification from HR head/CEO/Country Head/Director/Owner on


strength of personnel as on 31.03.2022 duly vetted by an external auditor shall be
submitted. In case of PSUs (Central & State), a certificate from an officer in rank of GM or
above shall suffice.

For C (ii) & D (i), Manpower on the rolls of the bidder’s organization alone shall be considered
for evaluation.

Evaluation of Bid & Selection Procedure


a) The quotes of all the shortlisted bidders will be discounted with appropriate weightage
related to least price/least quote. Thus, price bid marks of a bidder will be relative to the
lowest price bid of the shortlisted bidders after techno-commercial evaluation.
No counter conditions should be included in price bid. Conditional price bid shall be
summarily rejected.

b) Weightage of Technical Bid will be 60% and that of Price Bid is 40% (Weightage of BOQ1
is 36% and BOQ2 is 4%)

c) Total combined score shall be arrived by weighing the quality and cost scores and adding
them (based on the weighted score for quality and cost) as per the formula mentioned
below:
TENDER NO: HCC/HR-4/PT-91/2022-23
NAME OF WORK: Providing Facility Management Contract for
Corporation Owned Residential Colony at Andheri (West), Mumbai

SA = TA / Thigh x (0.60) + BOQ1low / BOQ1A x (0.36) + BOQ2low /BOQ2A x (0.04)

Where,

SA = Combined score of Bidder A

TA = Techno-commercial score of Bidder A

Thigh = Highest Techno-commercial score

BOQ1A = Evaluated Bid price of A against BOQ1

BOQ2A = Evaluated Bid price of A against BOQ2

BOQ1low = Lowest of all evaluated prices among responsive bids against BOQ1

BOQ2low = Lowest of all evaluated prices among responsive bids against BOQ2

d) The bidder with highest total (combined) score will be ranked as H-1 followed by the
proposals securing lesser marks a H-2, H-3 etc. The bidder securing the highest marks
shall be recommended for award of contract.

e) In case, combined techno-commercial & price bid score of two bidders are identical, then
the bidder scoring higher Price bid score (for both BOQs) would be considered as the
successful bidder

f) In case of identical Techno-commercial & Price bid scores, revised price implication as
discount on the earlier quoted price shall be obtained. In the event of further tie, the party
with the highest turnover in any of the last three financial years shall be considered as the
successful bidder.

Sample calculation of Combined Technical Bid and Price Bid Evaluation for evaluation for a
sample tender where Weightage of 30% for price bid and 70% for technical bid has been provided
with cut-off marks as 70 in Technical Bid, combined ‘Score (S)’ is arrived at based on the following
formula:

SN Bidde Tech. Price Bid Relative Combined Techno-Commercial &


r Score (in Lacs) Price Bid Price Bid Score
Score
(T) (C) 70% x 30% x Column (iv)
(lowest/C x column + Column
100) (i) Column (v)
(iii)
TENDER NO: HCC/HR-4/PT-91/2022-23
NAME OF WORK: Providing Facility Management Contract for
Corporation Owned Residential Colony at Andheri (West), Mumbai

(i) (ii) (iii) (iv) (v)

1 A 88 600 75 61.6 22.5 84.1

2 B 80 500 90 56 27 83

3 C 76 450 100 53.2 30 83.2

4 D 65 NA NA NA NA NA

Bidder ‘D’ did not qualify Techno-Commercial evaluation as it did not meet the minimum
qualifying marks of 70. Bidders B & C were not the highest combined scorer (i.e. Techno-
Commercial Score + Price Bid Score), thus not given precedence. Bidder A is highest combined
scorer, thus H-1 bidder and would be given precedence for further negotiation and award.

The above table is for sample calculation only.

5. Qualification w.r.t. PP-LC (Purchase Preference linked with Local content : PPLC is not
applicable since this is QCBS tender. The bid submitted by bidder other than ‘Class-I
local supplier’ or ‘Class-II local supplier’ shall be technically disqualified.

6. No Purchase preference is applicable to MSE or Startup.


TENDER NO: HCC/HR-4/PT-91/2022-23
NAME OF WORK: Providing Facility Management Contract for
Corporation Owned Residential Colony at Andheri (West), Mumbai

OTHER POINTS:

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

2) Each tenderer can submit only one bid:


It is clarified that if any person submits more than one bid, either individually or in any
combination of persons (individual capacity, proprietor, affiliates, partnership, association of
persons, Company) , then all such multiple bids shall be liable for rejection.
(a) A person shall for this purpose mean to include proprietor, any partner, association of
persons, affiliate and company.
(b) A company shall for this purpose include any artificial person whether constituted
under the laws of Indian or of any other country.
(c) A person shall be deemed to have bid in a partnership format or in association of
persons format if he is a partner of the firm which as submitted the bid or is a member of
any association of persons which has submitted a bid.
(d) A person shall be deemed to have bid in a Company format if, the person holds more
than 10% (ten percent) of the voting share capital of the company which has submitted a
bid, or is a Director of the Company which has submitted a bid, or holds more than 10%
(ten percent) of voting share capital and/or is a Director of a holding Company which has
submitted the bid
e) Bids from Consortium or MOU parties shall not be accepted.
f) All bidders must submit a self-declaration (in the format attached in this document at
Annexure P that they have submitted one bid only

3) Any Addendum/ Corrigendum/ Sale Date Extension in respect of the tender shall be issued
on our website https://iocletenders.nic.in only & no separate notification shall be issued in
the press. Bidders are therefore requested to regularly visit our website to keep themselves
updated.

4) All bidders must login and visit their DASHBOARD on regular basis to get the timely updates
related to any communication sent in the form of e-mail/SMS by system
TENDER NO: HCC/HR-4/PT-91/2022-23
NAME OF WORK: Providing Facility Management Contract for
Corporation Owned Residential Colony at Andheri (West), Mumbai

5) Legal dispute, if any, arising during the evaluation of the tender shall be within Mumbai
jurisdiction

6) Please visit our website https://iocletenders.nic.in for further details of this tender.

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

Signature Not Verified


Digitally signed by RAJ KUMAR KESHRI
Date: 2022.09.15 10:11:34 IST
Location: Indian Oil Corporation Ltd-IOCL

You might also like