Download as pdf or txt
Download as pdf or txt
You are on page 1of 17

TENDER NO: HCC/HR-5/PT-98/2022-23

NAME OF WORK: Providing Facility Management Services at Senior


Management Center (SMC), Indian Oil Corporation Ltd., Bandra-Kurla
Complex (BKC), Bandra (East), Mumbai, 400 051

Indian Oil Corporation Limited (MD)


Indian Oil Bhavan
G-9, Ali Yavar Jung Marg
Bandra (East)
Mumbai –400051

TECHNICAL COMMERCIAL BID


PUBLIC TENDER

Tender No.: HCC/HR-5/PT-98/2022-23


E-Tender ID: 2022_MKTHO_156693_1

for

Providing Facility Management Services at Senior Management Center (SMC), Indian Oil
Corporation Ltd., Bandra-Kurla Complex (BKC), Bandra (East), Mumbai, 400 051

Page 1 of 113
TENDER NO: HCC/HR-5/PT-98/2022-23
NAME OF WORK: Providing Facility Management Services at Senior
Management Center (SMC), Indian Oil Corporation Ltd., Bandra-Kurla
Complex (BKC), Bandra (East), Mumbai, 400 051

INDEX

SN DESCRIPTION
1. Definitions and Abbreviations
2. Notice Inviting e-Tender
3 Pre Qualification & Evaluation Criteria
4. List of documents required to be uploaded
5 Important guidelines to Tenderers
6 Special terms and conditions of contract
7 Scope of Work
8 Statement of Credentials
10 Standard declarations
11 List of Board of Director
12 Proforma for declaration for Black listing/ Holiday Listing
13 Proforma for tender not tampered
14 Form of Bank Guarantee for EMD
15 Bank Guarantee Proforma in lieu of Security Deposit
16 Proforma for non-engagement of child labour
17 Form of contract
18 Declaration for bidder regarding submission of multiple bids
20 Format for bank mandate
21 Details of GST
PRICE BID
1 Price schedule – BOQ file

Page 2 of 113
TENDER NO: HCC/HR-5/PT-98/2022-23
NAME OF WORK: Providing Facility Management Services at Senior
Management Center (SMC), Indian Oil Corporation Ltd., Bandra-Kurla
Complex (BKC), Bandra (East), Mumbai, 400 051

DEFINITIONS AND ABBREVIATIONS

The following expressions hereunder and elsewhere in the Contract Documents used, unless
repugnant to the subject or context thereof, shall have the following meanings hereunder
respectively assigned to them.

1. The “Owner" means Indian Oil Corporation Limited (also referred as IOC or IOCL or
IndianOil) incorporated in India having their Registered Office at Indian Oil Bhavan, G-9,
Ali Yavar Jung Marg, Bandra East, Mumbai-400 051 shall include their successors and
assignees for orders placed by Indian Oil Corporation Limited.

2. “Corporation”, “IOC”, “IOCL”, “IndianOil” “Buyer”: Same as owner.

3. "Vendor", “Successful Bidder”, “Service Provider”, “Contractor”, “Seller” “Participant”:


Shall mean Individual, travel agent, Firm or Company (Whether incorporated or not)
selected by the OWNER for the performance of the Contract and shall include its legal
representatives, successors and permitted assigns which submits its offer against this
document.

4. “Tenderer”, “Bidder”: shall mean a corporate body which participates in this Tender
indicating his / her / their interest in offering their services for the works defined in the
scope of this tender.

5. "Supplies”, “Project”, ”Work”: specified job(s) and/ or work(s) of this tender for
delivery and installation of goods or services as mentioned in the tender.

6. "Complete”, “Completed” (in the context of job(s) mentioned in this tender): wherever
used to indicate completeness of the specified job(s) and/ or work(s) of the
goods/services defined in the BoM & the Purchase Order / Work Order. It shall be
deemed as incomplete if any component of the BoM or of the PO/WO are not supplied,
not delivered and / or not installed, if supplied is not operational / not acceptable after
examination and / or testing by IOCL in any respect. The criteria of executed value of
work must be met within the maximum contractual period of 12 months at a stretch

7. The “Contract” shall mean the contract proposed to be awarded by IOCL for
performing the work, to the Bidder selected pursuant to the limited competitive bidding
process subsequent to the completion of Request for Proposal stage.

Page 3 of 113
TENDER NO: HCC/HR-5/PT-98/2022-23
NAME OF WORK: Providing Facility Management Services at Senior
Management Center (SMC), Indian Oil Corporation Ltd., Bandra-Kurla
Complex (BKC), Bandra (East), Mumbai, 400 051

8. “EMD”, “Earnest Money Deposit”: Money (or equivalent) deposited along with, the
Tender indicating willingness to abide by the rules of the Tendering process and assuring
IOCL the Vendor’s capability to take up the project and complete it in stipulated time.

9. “SD”, “Security Deposit”: Money (or equivalent) deposited with IOCL on placement of
order as a performance guarantee for the quality of the goods and other services to be
rendered during the warranty period.

10. “LOI”, “Letter of Intent”: Letter of intent given by IOCL to the successful bidder of the
tender expressing interest and intention for entering into a contract for carrying out the
job(s) mentioned in the tender.

11. “BoM”, “Bill of Material”: Item or items of the nature of Goods / Services including
Licenses for using them, that are intended to be procured.

12. “Officer-in-charge”: The Officer in charge shall primarily refer to the officer of IOCL to
whom this tender is submitted, or any other officer within IndianOil’s Head Office who has
been designated by him/her from time to time to handle the proceedings of this tender.

13. “PO”, “Purchase Order”, “WO”, “Work Order”: Refers to order placed on the selected
bidder for performing various activities outlined in this tender.

14. “NIT”: means Notice Inviting e-Tender.

15. “GCC”: means General Conditions of Contract.

This document is meant for the exclusive purpose of bidding as per the terms; conditions and
specifications indicated and shall not be transferred, reproduced or otherwise used for
purposes other than for which it is specifically issued.

Page 4 of 113
TENDER NO: HCC/HR-5/PT-98/2022-23
NAME OF WORK: Providing Facility Management Services at Senior
Management Center (SMC), Indian Oil Corporation Ltd., Bandra-Kurla
Complex (BKC), Bandra (East), Mumbai, 400 051

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 : HCC/HR-5/PT-98/2022-23
NO.
2.E-Tender ID 2022_MKTHO_156693_1

3.NAME OF : Providing Facility Management Services at Senior Management Center


WORK (SMC), Indian Oil Corporation Ltd., Bandra-Kurla Complex (BKC), Bandra
(East), Mumbai- 400 051
4.LOCATION Senior Management Center (SMC), Indian Oil Corporation Ltd., Bandra-
OF WORK Kurla Complex (BKC), Bandra (East), Mumbai- 400 051
5.ESTIMATED Rs. 2,31,78,654/- (inclusive of GST) for a period of one year
VALUE OF
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 tender. However, all the bidders shall be required to mandatorily
submit the Bid Security Declaration in lieu of EMD as per the standard
format attached in the tender document.

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 : 23.09.2022 at 1630 HRS.
Page 5 of 113
TENDER NO: HCC/HR-5/PT-98/2022-23
NAME OF WORK: Providing Facility Management Services at Senior
Management Center (SMC), Indian Oil Corporation Ltd., Bandra-Kurla
Complex (BKC), Bandra (East), Mumbai, 400 051

on
 Ends on : 18.10.2022 at 1500 HRS.

9. PRE BID : 30.09.2022 @11:00 HRS. IST


MEETING
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/98021570308?pwd=dzYxZjduZUVPZFg4dTN6TG0xWUFWQT09

Meeting ID: 980 2157 0308

Passcode: 250286

10.SUBMISSION OF TENDER IN e-TENDER PORTAL:


a) Starts : 07.10.2022 at 1500 HRS.
on
b) Ends on : 18.10.2022 at 1500 HRS.
11.DUE DATE FOR OPENING OF TENDER:
Opening of 19.10.2022 at 1500 HRS.
Tender
(Technical
Bid Only)
12.TENDER : Offer shall be valid for 180 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
Services at Senior
Management
Center (SMC),
Indian Oil
Corporation Ltd.,
Bandra-Kurla
Page 6 of 113
TENDER NO: HCC/HR-5/PT-98/2022-23
NAME OF WORK: Providing Facility Management Services at Senior
Management Center (SMC), Indian Oil Corporation Ltd., Bandra-Kurla
Complex (BKC), Bandra (East), Mumbai, 400 051

Complex (BKC),
Bandra (East),
Mumbai- 400 051
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.
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
SUBMISSION for 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

Page 7 of 113
TENDER NO: HCC/HR-5/PT-98/2022-23
NAME OF WORK: Providing Facility Management Services at Senior
Management Center (SMC), Indian Oil Corporation Ltd., Bandra-Kurla
Complex (BKC), Bandra (East), Mumbai, 400 051

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 scrutinized with respect to
Bid Security declaration in lieu of EMD and 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 then the cost

17.1 Stage I Pre-qualification criteria:

S.no Pre-Qualifying Requirement Annual Turnover


Parameter
1 Annual Turnover Minimum Annual Rs. 1,39,07,192/-
turnover of any of the
last 3 Financial years i.e.
2019-20, 2020-21 and
2021-22. In case balance
sheet for FY 2021-22 is
not available, the
balance sheet of FY
2018-19 may be
considered
2 Experience of Three similar completed Rs. 69,53,596/-
successfully works, each costing not
completing less than
similar work OR
during last 5 Two similar completed Rs. 92,71,462/-
years ending last works, each costing not
day of the month less than
previous to the OR
one in which One similar completed Rs. 1,15,89,327/-
tender is being works, each costing not
invited less than
3 Definition of Similar Work Experience in successful completion of
“Providing Facility Management services which
Page 8 of 113
TENDER NO: HCC/HR-5/PT-98/2022-23
NAME OF WORK: Providing Facility Management Services at Senior
Management Center (SMC), Indian Oil Corporation Ltd., Bandra-Kurla
Complex (BKC), Bandra (East), Mumbai, 400 051

includes Catering and Housekeeping to


Corporate Guest Houses or commercial
organizations” shall be taken as similar works
for the purpose of qualification

“The criteria of executed value of work must


be met within the maximum contractual
period of 12 months at a stretch.”

Note:- One successfully completed similar work means successfully providing services for a
continuous period of 12 months. For e.g. Providing services from 01.05.17 to 30.04.19 shall be
considered as two completed works. For e.g. Providing services from 01.05.18 to 31.12.19 shall
be considered as one completed work.

AMBIGUITY/ INCOMPLETE DOCUMENTS AGAINST PQC DOCUMENTS:

Notwithstanding any other condition / provision in the tender documents, bidders


are required to submit complete documents pertaining to PQC along with their
offer. Failure to meet the PQC will render the bid to be summarily rejected.

IOC reserves the right to complete the evaluation based on the details furnished
by the bidder, with or without seeking any additional supporting documents /
clarifications.

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 (i.e., 42 marks) and above out of 60 marks in Techno-
Commercial parameters (Stage II) shall only be shortlisted for opening of price bid

17.2.1 Detailed Evaluation Criteria for Technical Parameters (Stage II)

S. Criteria Max Scale of Marking

Page 9 of 113
TENDER NO: HCC/HR-5/PT-98/2022-23
NAME OF WORK: Providing Facility Management Services at Senior
Management Center (SMC), Indian Oil Corporation Ltd., Bandra-Kurla
Complex (BKC), Bandra (East), Mumbai, 400 051

no. Marks

A Past Experience of the Firm 25

(i) Number of similar works completed 10 9 Projects & more- 15 marks


during last 7 years ending last day
of the month previous to the one in 8 projects – 14 marks
which tender is being invited with
7 projects – 12 marks
each work costing INR 100 lacs &
above 6 projects – 10 marks

5 projects – 8 marks

4 projects – 6 marks

3 projects – 4 marks

2 projects – 2 marks

1 project – 1 mark

< 1 project – Nil marks

(ii) Cumulative value of similar works 15 Rs. 9 Cr & more- 15 marks


completed during last 7 years
ending last day of the month Rs. 7 Cr - 12 marks
previous to the one in which tender
Rs. 5 Cr – 9 marks
is being invited with each work
costing INR 100 lacs & above Rs. 3 Cr - 6 marks

Rs. 1 Cr - 3 marks

Below Rs. 1 Cr – Nil marks

B Financial Credibility 15

(i) Financial turnover in any of the last 10 Rs. 1.2 Cr – 3 Marks


three preceding financial years
Rs. 3.6 Cr – 6 Marks
(2019-20, 2020-21 & 2021-22)
ending March/ December (Highest Rs. 7.2 Cr or above– 10 Marks
turnover of any of the last three
years as submitted shall be
considered). In case balance sheet

Page 10 of 113
TENDER NO: HCC/HR-5/PT-98/2022-23
NAME OF WORK: Providing Facility Management Services at Senior
Management Center (SMC), Indian Oil Corporation Ltd., Bandra-Kurla
Complex (BKC), Bandra (East), Mumbai, 400 051

for FY 2021-22 is not available, the


balance sheet of FY 2018-19 may
be considered

(ii) Profitability during last three years 5 Net Profit in all 3 years – 5

Net Profit in 2 of 3 years – 3

Net Profit in 1 of 3 years – 1

No Profit in 3 years – Nil

C Quality Certifications 11

(i) Valid ISO 9001 (Quality 3 ISO <=3 years – 2 Marks


Management System) ISO > 3 years – 3 Marks
No Certificate- Nil
Scope: Providing Facility
management/ housekeeping/ Guest
House maintenance services

(ii) Valid ISO 22000 (Food Safety 3 ISO <=3 years – 2 Marks
Management System) ISO > 3 years – 3 Marks
No Certificate- Nil
Scope: Providing Catering services

(iii) Valid ISO 45001 (Occupational 3 ISO <=3 years – 2 Marks


Health & Safety Management ISO > 3 years – 3 Marks
System) No Certificate- Nil

Scope: Providing Facility


management/ housekeeping/ Guest
House maintenance services

(iv) Any other Valid National/ 2 Certificate <=3 years – 1 Marks


International accreditation Certificate > 3 years – 2 Marks
certificates No Certificate- Nil

Scope: Providing Facility


management/ housekeeping/ Guest
House maintenance services

Page 11 of 113
TENDER NO: HCC/HR-5/PT-98/2022-23
NAME OF WORK: Providing Facility Management Services at Senior
Management Center (SMC), Indian Oil Corporation Ltd., Bandra-Kurla
Complex (BKC), Bandra (East), Mumbai, 400 051

D Certificate of Shop & Establishment 2 Available- 2 Marks


Act
Not Available- Nil

E License under Food Safety & 7 License <= 3 years - 3 Marks


Standards Act, 2006 for Caterer
Business
License > 3 years – 7 Marks

Total 60

Notes:

1. X= Rs. 1 Cr. where X is value of each completed similar work under stage II

2. 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- Certificate from CA
certifying value of work done with TDS certificates (where applicable)/ bank statement
shall be required in addition to that specified earlier. TDS certificates / Bank statements
shall be used as corroborative evidence only. 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 X is Rs 1.5 X, score shall be [3 + (1.5X-X)/(3X-X) x (6-3)] = 3.75. For
Cumulative value of Rs 4X, score shall be [6 + (4X-3X)/(5X-3X) x (9-6)]= 7.5. Similar
rationale shall be applied for each slab.(X= 1 Cr)

3. Marking for B (i) & (ii) shall be based on Audited Financial Statement or Published
accounts. Additionally a certificate from external auditor on above calculations
corroborating figures from Audited Financial Statement or Published accounts/ Annual
report shall also be provided. 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. 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.
Page 12 of 113
TENDER NO: HCC/HR-5/PT-98/2022-23
NAME OF WORK: Providing Facility Management Services at Senior
Management Center (SMC), Indian Oil Corporation Ltd., Bandra-Kurla
Complex (BKC), Bandra (East), Mumbai, 400 051

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.

4. For C (i), (ii), (iii) & (iv) & E “valid” certificate means the certificate should be in force till
the last day of the month previous to the one in which tender is being invited. Also, the
bidder should upload certificate of previous years if any.
5. Definition of Similar works for stage II shall be same as defined for Stage I.
Evaluation of Bid
a) The financial proposals of only technically qualified bidders (who score at least 42 marks
in technical bid out of 60 i.e. total marks of Stage II) will be opened.
b) 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.

c) Weightage of Technical Bid will be 60% and that of Price Bid is 40%

d) 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:
SA = TA / Thigh x (60) + BOQlow / BOQA x (40)

Where,

SA = Combined score of Bidder A

TA = Techno-commercial score of Bidder A

Thigh = Highest Techno-commercial score

BOQA = Evaluated Bid price of A against BOQ

BOQlow = Lowest of all evaluated prices among responsive bids against BOQ

e) 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
combined marks and ranked H-1 will be invited for negotiations, if required and shall be
recommended for award of contract.

Page 13 of 113
TENDER NO: HCC/HR-5/PT-98/2022-23
NAME OF WORK: Providing Facility Management Services at Senior
Management Center (SMC), Indian Oil Corporation Ltd., Bandra-Kurla
Complex (BKC), Bandra (East), Mumbai, 400 051

f) In case, combined techno-commercial & price bid score of two bidders is identical, then
the bidder scoring higher Price bid score would be considered as the successful bidder

g) 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 such
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, combined ‘Score (S)’ is arrived
at based on the following formula:

SN Bidder Tech. Relative T Price Relative Combined Techno-Commercial &


Score Bid Score Bid (in Price Bid Price Bid Score
Lacs) Score
(T) 70% x 30% x Column (iv) +
(T/T High (C) (lowest/C x column Column (v)
x 100) 100) (ii) Column
(iv)

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

1 A 88 100 600 75 70 22.5 92.5

2 B 80 90.91 500 90 63.64 27 90.64

3 C 76 86.36 450 100 60.45 30 90.45

4 D 65 NA 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
(If applicable) and award.

Page 14 of 113
TENDER NO: HCC/HR-5/PT-98/2022-23
NAME OF WORK: Providing Facility Management Services at Senior
Management Center (SMC), Indian Oil Corporation Ltd., Bandra-Kurla
Complex (BKC), Bandra (East), Mumbai, 400 051

h) Only Class I & Class II locale supplier as defined in the tender document shall be
eligible to bid in this tender and suitable declarations as per the format provided in the
tender to be submitted by the bidder for claiming the status of locale supplier.

i) Upon receipt of the bids, the documents submitted by Class I and Class II locale
supplier parties shall be scrutinized with respect to submission of EMD/ Bid Security
Declaration in lieu of EMD, PQC (both stage I & II), other necessary documents,
acceptance to all terms & conditions as per the tender.

j) To assist in the scrutiny, evaluation, and comparison of bids, IOCL may, at their
discretion, request clarifications on the bid from the bidder including submission of
additional documents.

k) Negotiations shall not be conducted with the bidders as a matter of routine. However,
Corporation reserves the right to conduct negotiations. Tenderers will have to attend the
Office of INDIAN OIL CORPORATION LIMITED as informed by Tender Issuing Authority
for negotiations/clarifications at their own cost as required in respect of their quotation
without any commitment from INDIAN OIL CORPORATION LIMITED.

l) The Bidders are advised to submit their offers strictly as per the terms and conditions
and specifications contained in the tender document and not impose forth conditions/
counter conditions. Conditional tenders received subsequent to the pre bid meeting shall
be liable for rejection. The Corporation reserves the right to accept any tender in whole
or reject any or all tenders without assigning any reasons.

m) Price Bid score shall be calculated based on Net landed cost to Corporation.

Page 15 of 113
TENDER NO: HCC/HR-5/PT-98/2022-23
NAME OF WORK: Providing Facility Management Services at Senior
Management Center (SMC), Indian Oil Corporation Ltd., Bandra-Kurla
Complex (BKC), Bandra (East), Mumbai, 400 051

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

Page 16 of 113
TENDER NO: HCC/HR-5/PT-98/2022-23
NAME OF WORK: Providing Facility Management Services at Senior
Management Center (SMC), Indian Oil Corporation Ltd., Bandra-Kurla
Complex (BKC), Bandra (East), Mumbai, 400 051

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
Page 17
Date: 2022.09.23 10:16:46 ISTof 113
Location: Indian Oil Corporation Ltd-IOCL

You might also like