0% found this document useful (0 votes)
65 views8 pages

Tendernotice 1

tender nit

Uploaded by

jindal.linkers
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
65 views8 pages

Tendernotice 1

tender nit

Uploaded by

jindal.linkers
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

INDIAN OIL CORPORATION LIMITED

(SOUTHERN REGION PIPELINES)


House of Four Frames 6/13, Wheat Croft Road Nungambakkam, Chennai – 600034

Detailed Notice Inviting Tender (NIT)


(TWO BID SYSTEM)

Indian Oil Corporation Limited invites online electronic bids through e-tender portal under two bid
system for the subject work from bonafide Indian contractors fulfilling the qualifying requirements stated
hereunder and in tender documents.

1.0 Basic Tender Details


a. Name of Work Design, supply, installation, testing and commissioning of
Fire and Gas alarm detection system at Chennai and
Chittoor Pumpstations and Annual Maintenance Contract
for a period of five years after defect liability period

b. Tender No SRPL24C023
c. E-tender ID 2024_SRCHN_181164_1

d. Type of tender Open (National)


e. Tender Category Works
f. Reverse Auction Applicable
Please refer clause 35.0 of SIT-Commercial along with e-
tender portal instruction uploaded along with tender
documents.
g. Cost of tender document No Tender fee is applicable for this tender, since the bidders
are required to download the tender documents from e-
tender website
2.0 Requirement/ Tender Details
a. Job completion Work in all respects including “Design, supply, installation,
time/Contract Period testing & commissioning of Fire and Gas alarm detection
system at Chennai and Chittoor Pumpstations” under the
Contract shall be completed within 9 (Nine) months which
shall be inclusive of monsoon period and mobilisation
period and trial runs. The time for completion shall be
reckoned from the date of Letter of Acceptance (LOA).

Annual Maintenance Contract (AMC) shall be for a period


of 5 years from the date of completion of defect liability
period as stipulated in the tender.

Details as per clause 3.9.0 of SCC-technical

b. Type of BoQ Bidder shall quote item rate (excluding GST) and select GST
rate from dropdown. The BoQ total is accordingly inclusive
of GST
Bidder to refer instructions given at Clause 31.0.0 of SIT-
Commercial
Bidder shall also note clause 1.10.0 regarding minimum
AMC charges to be quoted.
c. Site Location /State As per SIT-Technical
d. Brief Scope of Work As per Clause 1.6.0 of SIT-Technical.
Detailed scope of work as per separate chapter.
E Defect Liability Period The defect liability period for shall be 12 (twelve) months
from the date of completion at all sites and acceptance of the
system (after trial run) by the Owner.
Details as per clause 3.13.0 of SCC-Technical

f Goods and Services Tax GST rate is to be quoted/selected by bidder at BoQ and also
submit in commercial Annexure-8.
g Limitation of liability As per Clause 7.0.0-Section-B of SCC Commercial of tender
documents
h Currencies & payment As per Clause 26.0.0 Section-B of SIT Commercial of tender
documents
i Place of Payment All the payments in Indian Rupees shall be released from
the

Indian Oil Corporation Limited, IBM Building, 2nd Floor, A


26, Rani Ramgarh Road, Block A, Industrial Area, Sector 62,
NOIDA
3.0 CRITICAL DATES
a. Start date for download 11.10.2024
of Tender Document
b. Pre-Bid Meeting Not Applicable

c. Online bid Submission 19.10.2024


Start Date & Time
d Online bid Submission 24.10.2024 up to 1430 Hrs
Closing Date & Time
e. Bid Submission Time 14 days
(In no. of Days)
f. Tender Opening 25.10.2024 after 1500 Hrs or convenient date there after
(techno-commercial bid)
Date & Time
g. Bid Validity 4 months from the date of Opening of Techno Commercial
bid
4.0 Eligibility to Participate

a. Nature of Bidders Sole Bidder: Individual (Proprietorship) /Partnership/


eligible/Bidding entity Company
Allowed
b. Purchase Preference PPP MII Preference Applicable
allowed in the tender MSE Preference –Not Applicable (being works tender)

c. Preferential bidding Not Applicable


selection

d. Eligibility of bidders Complete Details as per Clause 7.4.0 and its sub clauses of
from countries that share SIT Section B Commercial
a land border with India
5.0 Qualification Criteria

a. Commercial  Annual turnover (Standalone Financial Statements) of


Qualification Criteria the tenderer during any one of the preceding 3 (three)
financial years shall be at least of the value mentioned
below:
Amount
(in Rs. Lakh)
114.34

 The Bidder should have successfully completed similar


work, as a main or as a sub-contractor, during last seven
years ending on last day of the month, immediately
previous to the month in which the last date of bid
submission falls. Even in case the bid submission is
extended, the date originally consisted as reference date
for experience criteria shall remain unchanged. The
value of completed work for evaluation shall be
considered as under:
(a) One similar completed work (including service tax/
including goods and services tax) costing not less
than the value mentioned below,
Amount
(in Rs. Lakh)
95.29

OR
(b) Two similar completed works (including service
tax/including goods and services tax) each costing
not less than the value mentioned below
Amount
(in Rs. Lakh)
76.23

OR
(c) Three similar completed works (including service
tax/including goods and services tax) each costing
not less than the value mentioned below.
Amount
(in Rs. Lakh)
57.17

Bidder shall have experience related to successful execution


of works involving following:

“Supply, installation and commissioning of Fire & Gas


detection system comprising of Fire alarm panels &
various type of Gas/Smoke/Heat detectors in Hydrocarbon
Industry/Manufacturing Industry
Note:
i) The experience of bidding entity only will be
considered.
ii) In case the work order submitted by the Bidder is in
multiple currency/non INR, the same shall be
converted in equivalent INR considering the
conversion rate as on the date of issue of the reference
order(s) based on TT selling exchange rate published
by SBI or RBI/ Other scheduled bank/ Customs
Notified exchange rate/ any other reputed Financial
Institutions. Conversion rates from the above sources
are to be used uniformly for evaluation of all bidders
participating in the tender
iii) The qualification documents shall include copy of
work order (WO) along with Completion certificate,
issued to the Bidder as a main Contractor or as a
subcontractor, clearly specifying WO number.,
description of work, final executed value and actual
completion date. In case, if the value of executed
amount is not specified in the completion certificate,
Bidder shall submit certified copy (by order issuing
authority/ consultant) of final bill/ invoice. Copy of
TDS Certificate is required to be submitted in case
where the tender issuing authority specifically asks
for the same.
Whenever a contractor had worked as a sub-
contractor to main contractor, their experience also
can be considered. In case bidder submits prior
experience as a sub-contractor, the bidder has to
submit a certificate from the end User/ Owner/
Consultant of the owner engaged as EIC (Engineer-In-
Charge) for the execution of the said works.
The bidder has to submit a certificate from the end
user / owner / consultant of the owner acting as EIC
stating that sub-contracting have been approved/
permitted.
CA certificate certifying the executed value of works
shall be submitted along with UDIN no for works
executed as a subcontractor.
iv) In case, the executed value of job is more than work
order value and bidder claims for meeting the PQC
requirement on the basis of executed value then it is
the responsibility of the bidder to submit the
documentary evidence of final executed value (such
as executed value mentioned in completion certificate
etc.) along with his bid.
v) If bidder has submitted a composite work order for
evaluation and the AMC/CAMC /PWAMC/O&M is
going on, after supply and installation part is
completed by the Contractor as per completion
certificate, the same is to be considered as completed
work and the amount towards supply and installation
shall be considered for qualifying the bidder in PQC
towards experience criteria.
vi) Deleted
vii) Deleted
viii) The executed value of completed work
submitted by the bidder shall be considered during
evaluation for experience criteria of PQC
ix) A job executed by a bidder for its own plant/
projects can’t be considered as experience for the
purpose of meeting requirement of BQC of the
enquiry document. However, jobs executed for
Subsidiary/ Fellow subsidiary / Holding company
will be considered as experience for the purpose of
meeting BQC subject to submission of tax paid
invoice(s) duly certified by Statutory Auditor of the
bidder towards payments of statutory tax in support
of the job executed for Subsidiary/ Fellow subsidiary
/ Holding company. Such bidders to submit these
documents in addition to the documents specified
above to meet BQC
x) Bidders are required to ensure that the value of
completed job indicated by them depicts separately
the value of completed job and GST/ Service tax as
applicable. Accordingly, the completion certificate
submitted by the Bidder should separately indicate
the Service tax/ Goods and Services tax amount
included in the value of completed job OR a separate
certificate from the respective client, mentioning the
Service tax/ Goods and Services tax amount if any,
included in the value of completed job under
consideration, should be submitted by the Bidder.
In case Service tax/ Goods and Services tax amount/
component is not specified in the submitted
completion certificate, then it shall be presumed that
the amount mentioned in the certificate is including
Goods and Services tax/ Service tax (whichever is
applicable) and the offer shall be evaluated
accordingly.
xi) For Annual Rate Contracts (ARC) of repetitive
nature, similar ARC job that has been successfully
completed by Bidder for the originally awarded
period of such ARC, shall be considered as completed
works even though such ARC is under execution on
account of extension. However, the original contract
must have been completed within the cut-off date of
completion as mentioned under Clause No. 30.1.2
above and supporting documentary evidence
regarding date of completion and executed value of
work till that cut off date shall be provided by the
Bidder.
xii) If a Bidder has executed a work jointly in consortium
(including an unincorporated JV) , the Bidder shall be
considered eligible subject to the following:
A. The Bidder should meet required technical
experience as NIT read with relevant clause of
Special Instruction to Tenderer– [Section-A
(Technical)] and required commercial
experience as per Clause No. 30.1.2 of Special
Instruction to Tenderer – [Section-B
(Commercial)]
B. The detailed scope of work/ responsibility
matrix of each Member, the percentage/
quantum of payment to be received by each
Member, executed value of the work with the
client shall be evident from any of the
following document(s) duly certified by the
client:
a. MOU Agreement between the consortium
or unincorporated JV partners.
b. Work order issued by the client to the
Consortium/ unincorporated JV.
c. Contract document between the
consortium/ unincorporated JV and
client.
d. Completion certificate issued by the client

In case, no separate document regarding the


percentage/ quantum of payment to be
received by each Member is not available, the
same shall be considered based on the share
holding pattern of the Joint Venture
Company. Bidder shall submit JV agreement
Details as per clause 30.1.0 of SIT-Commercial.
b. Technical Qualification The Bidder should have successfully completed works
Criteria during last 07 (seven) years involving following:

“ Supply, installation and commissioning of Fire & Gas


detection system comprising of Fire alarm panels &
various type of Gas/Smoke/Heat detectors in Hydrocarbon
Industry/Manufacturing Industry”

The last 07 years are defined as last seven years ending on


last day of the month, immediately before the month in
which the last date of bid submission falls. Even in case the
date of bid submission is extended, the date originally
considered as reference date for experience criteria shall
remain unchanged.

Bidder shall submit the completion certificates along with


contract copy with detailed scope of work to substantiate
the above qualification criteria.

In bidder submits prior experience as a sub-contractor, the


bidder has to submit a certificate from the end User/
Owner/ Consultant of the owner engaged as EIC (Engineer-
In- Charge) for the execution of the said works. The bidder
has to submit a certificate from the end user / owner /
consultant of the owner acting as EIC stating that sub-
contracting have been approved/ permitted.

The performance of past/ ongoing works completed for


IOCL, if any, and performance in past/ ongoing works for
other clients shall have important bearing in evaluating the
tenderers’ technical capability.

Details as per clause 1.9.0 of SIT-Technical


6.0 Others
a. EMD EMD amount is Rs 55,000 /-.
EMD Exemption to MSEs not applicable.

Other details as per clause 29.0.0 of SIT-Commercial.

b. Performance a) For the scope of work excluding AMC:


Security/ISD/SD
ISD shall be 2.5 % of Nominal Contract Value which is
required to be submitted at time of contract signing.
Alternatively, full SD@10% of nominal contract value may
be submitted.

b) For the Comprehensive AMC contract:


1. The contractor for the 1st year, shall furnish a
bank guarantee equal to actual AMC charges as
quoted by the vendor or 5% of the total supply
value of items covered under AMC as mentioned
at Clause no. 1.10.5 of Special Instruction to
Tenderers (Section-A: Technical), whichever is
higher. This is to secure the owner against any
failure by the contractor to support the system
during the AMC period. This BG towards AMC
is to be submitted before release of security
deposit as per clause 3.35.1 a) above.
2. For subsequent years, contractor shall submit the
new AMC BG before the expiry of AMC BG for
the preceding year. Value of AMC BG for 2nd,
3rd, 4th & 5th year shall be correspondingly 5.5%,
6%, 6.5% & 7% of total supply value of items
covered under AMC or equal to actual AMC for
corresponding year, whichever is higher.

c. Concurrent Commitment Not Applicable


requirement
d. Net worth Not Applicable
f. Integrity Pact (In case of Not Applicable
Tenders>10 Crs)
h Advance Not Applicable
Payment/Mobilization
Advance
i Incentive Clause Not Applicable
j Additional BG Not Applicable
i. Helpdesk Contact IOCL E-tender portal
Indian Oil Help Desk: (updated details available at
https://iocletenders.nic.in/)
j. Tender Inviting Deputy General Manager (Materials & Contracts)
Authority (TIA)/
Submission Office Southern Region Pipelines, Indian Oil Corporation Ltd.,
Address (Pipelines Division), House of Four Frames, 6/13, Wheat
Croft Road, Nungambakkam, Chennai – 600034
Contact-Phone No.:+044 28243152/ 28243187/178/184
Email: [email protected]; [email protected];
[email protected]; [email protected]

Other Important Points


1. Physical Bids will not be accepted. 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.
2. The tender documents are non-transferable.
3. IOCL reserves the right of annulment of tender without assigning any reasons whatsoever.
4. The Tenderers shall upload 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 Tenderers.
5. Bidder to note that signed copy of tender documents are not to be uploaded in bid. Instead bidder
shall submit acceptance to tender terms and conditions through commercial Annexure-1.
6. Bidder to refer to “Bidder’s help manual for availing purchase preference benefits in IOCL e-tendering
portal” for guidance on availing purchase preference on the tender portal. It is important to note that
the selection made on the e-tender portal will serve the purpose of safeguarding the position of the H-
1 bidder from elimination in case they fall within the range of purchase preference. After the
conclusion of the Reverse Auction, the purchase preference will be determined solely on the basis of
relevant documentation submitted by the bidder in their bid, without any reference to the selection
made on the e-tender portal.

Signature Not Verified


Digitally signed by UPENDRA KUMAR
GARG
Date: 2024.10.10 19:07:00 IST
Location: Indian Oil Corporation Ltd-IOCL

You might also like