0% found this document useful (0 votes)
108 views13 pages

Tendernotice 1

This document is a notice inviting tender for a zonal contract for capital and revenue works up to 30 lakhs rupees at various Indian Oil facilities in Bihar for a period of two years, with the possibility of extension. It provides details of the tender including the tender number and ID, type of tender and bidding process, description of works, locations, estimated value of 248.63 crores rupees for the various divisional offices, tender fees and earnest money deposit requirements of 30,000 rupees to be paid online, and exemptions for micro and small enterprises.

Uploaded by

Vijay Kumar
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)
108 views13 pages

Tendernotice 1

This document is a notice inviting tender for a zonal contract for capital and revenue works up to 30 lakhs rupees at various Indian Oil facilities in Bihar for a period of two years, with the possibility of extension. It provides details of the tender including the tender number and ID, type of tender and bidding process, description of works, locations, estimated value of 248.63 crores rupees for the various divisional offices, tender fees and earnest money deposit requirements of 30,000 rupees to be paid online, and exemptions for micro and small enterprises.

Uploaded by

Vijay Kumar
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
You are on page 1/ 13

Tender No.

RCC/ERO/37/2019-20/PT-44
Title: Capex/Zonal Contract (Category-II for works up to Rs.30.00 Lacs) for Capital/Revenue
works at Retail Outlets (including KSKs), Consumer Outlets, Depots, Terminals, Lube and LPG
Plants, AFSs, Buildings, CSR etc. in all Retail and IB Divisional Office area under Bihar State Office
for a period of Two (02) years

NOTICE INVITING e-TENDER


Indian Oil Corporation Limited (Marketing Division), Contract Cell Eastern Region office, Kolkata invites Public Tender in
two bid system (Tech-Bid and Price Bid) from reputed technically competent, quality conscious, experienced and
financially sound contractors having experience of similar works and meeting qualifying parameters along with other
details given below :

Tenderers are advised to download Notice Inviting Tender along with other tender documents from the e-tendering
portal https://iocletenders.nic.in. The tender shall be submitted online in soft copy on our e-tendering portal and the
Earnest Money Deposit also has to be submitted online on or before due date & time of tender submission. Tenderers
must also note that before the bid is uploaded, the bid comprising of all attached documents should be digitally signed
using digital signatures as specified in thetender.

Any addendum/Corrigendum /sale date extension in respect of above tender shall be issued on our
website:https://iocletenders.nic.in only and no separate notification shall be issued in the press. Bidder are therefore
requested to regularly visit our website to keen themselves updated.

Tenderer has the option to quote for ONLY one Divisional Office ( i.e. any one of Patna, Muzaffarpur, Begusarai,
Dhanbad or Ranchi Divisional Office). Tenderer has to quote for their desired Divisional office and also to choose 'Not
Quoted (NQ)' option for other Divisional Offices in the Price Bid. In case, any party applies/quotes for more than One
Divisional Office, all the offers of the party shall be summarily rejected. Bidders are requested to be very careful
while quoting.

A ] Tender Schedule

SN Particulars Details
1 Tender No. RCC/ERO/37/2019-20/PT-44
2 Tender ID 2019_ERO_98727_1

3 Type of Tender Open e Tender


4 Type of Bidding Two Bid System
Capex/Zonal Contract (Category-II for works up to Rs 30 Lacs) for
Capital/Revenue works at Retail Outlets (including KSKs and B-Site ROs),
5 Name of Work
Consumer Outlets, Depots, Terminals, Lube and LPG Plants, AFSs,
Buildings,CSR etc. in all Retail and IB DO area under Bihar State Office for a
period of Two (02) years with provision to extend the same for another one
year on mutual consent basis.

Retail Outlets (including KSKs and B-Site ROs), Consumer Outlets, Depots,
6 Locations of the Job Terminals, Lube and LPG Plants, AFSs, Buildings,CSR etc. in all Retail and IB
DO area under Bihar State Office

Estimated value of job for Rs. 24863.00 Lacs


7
two years. (For 5 Retail Divisional Offices and 3 IB Divisional Offices)
Estimated value of works and the requirement of vendors in each DO is as

[Page 1 of 13]
Tender No. RCC/ERO/37/2019-20/PT-44
Title: Capex/Zonal Contract (Category-II for works up to Rs.30.00 Lacs) for Capital/Revenue
works at Retail Outlets (including KSKs), Consumer Outlets, Depots, Terminals, Lube and LPG
Plants, AFSs, Buildings, CSR etc. in all Retail and IB Divisional Office area under Bihar State Office
for a period of Two (02) years

below. The estimated cost is only directional and the successful bidders
cannot claim it as their right. The actual value of works can increase or
decrease at the sole requirement of IOCL.

Total Quantum of jobs for 2 Number of Contractors


Name of DO
SN years (in Lacs) required

1 Patna DO 4828 24

2 Muzaffarpur DO 4865 24

3 Begusarai DO 5710 29

4 Dhanbad DO 4750 24

5 Ranchi DO ( including
4710 24
JSR IB DO)

Total 24863 125

The quantum of work given is only indicative and not to be construed as


the right of the tenderer for obtaining works. Corporation reserves the
right to increase or reduce the quantity.
The total financial value per DO mentioned in the tender shall be equally
divided into number of empanelled contractors per DO for making
respective contract for 2 years period. In the event of extension of
contract, the value of the contract per DO shall be increased by an equal
amount (Financial implication amount of third year to be divided by no of
contractors giving their consent for extension) among the available
contractors.
It is also to be noted that there is no guarantee of execution of full
contract value of respective party. However the corporation reserves the
right to increase/decrease any contract value in partial or full depending
upon the performance of the contractor during the period of contract.
5 Tender Fee NIL

Earnest Money Rs. 30,000.00 (Rupees Thirty Thousand Only).


6
Deposit (EMD)
EMD should be deposited as detailed below :
 Online EMD payment through Net Banking or NEFT / RTGS.
 As the EMD value is less than 1 lac hence EMD in form of Bank Guarantee
is not allowed & acceptable.
For detail about process of payment of online EMD, bidders shall refer
“Special Instructions to the Bidder (SITB)” and “FAQs - Online EMD Facility in
IOCL e-Tendering” documents attached separately along with the tender.

[Page 2 of 13]
Tender No. RCC/ERO/37/2019-20/PT-44
Title: Capex/Zonal Contract (Category-II for works up to Rs.30.00 Lacs) for Capital/Revenue
works at Retail Outlets (including KSKs), Consumer Outlets, Depots, Terminals, Lube and LPG
Plants, AFSs, Buildings, CSR etc. in all Retail and IB Divisional Office area under Bihar State Office
for a period of Two (02) years

Offline EMD payment through Demand Draft (DD), Bankers Cheque (BC)
and Swift Transfer shall not be accepted.

Exemption from submission of EMD:


a) Parties registered with any of the following agencies / bodies as per
Public Procurement Policy for Micro & Small Enterprises (MSE) Order
2012 are exempted categories from payment of EMD provided that the
registration certificate issued by any one of these below mentioned
agencies must be valid as on close date of tender. Bidders, who have
applied for registration or renewal of registration with any of these
agencies / bodies but have not obtained the valid certificate as on close
date of tender are not eligible for exemption.
1. District Industries Centre(DIC)
2. Khadi and Village Industries Commission(KVIC)
3. Khadi and Village IndustriesBoard
4. CoirBoard
5. National Small Industries Corporation(NSIC)
6. Directorate of Handicraft and Handloom
7. Udyog Aadhar Memorandum(UAM)
8. Any other body specified by Ministry of MSME

Note: Against UAM, copy of acknowledgement generated online shall be


acceptable. PSUs (Central & State) and JVs of IOCL are exempted from
submission of EMD.
A copy of the EMD instrument or exemption certificate in case of exempted
categories shall be uploaded along with clear scanned copies of required
documents to substantiate the claim towards their credentials along with
the tender documents in the appropriate link.

Tenderers not paying EMD or not uploading valid exemption certificate or


scan copy of BG on or before due date and time of
tender submission will be summarily rejected.

Startup Recognized by DIPP.


As per PP Act 2012, Startups are also eligible for exemption from payment
of EMD.

Definition of Startup shall be in line with that published vide gazette


notification No DL/33004/99 dated 11.04.018 i.e. an entity shall be
considered as a startup:

Up to a period of seven years from the date of incorporation / registration,


if it is incorporated as a private limited company (as defined in the
companies Act, 2013) or registered as a partnership firm (registered under
section 59 of the partnership act, 1932) or a liability partnership (under the
limited liability partnership (under the limited Liability Partnership Act,
2008) in India. In these case of Startups in the biotechnology sector, the

[Page 3 of 13]
Tender No. RCC/ERO/37/2019-20/PT-44
Title: Capex/Zonal Contract (Category-II for works up to Rs.30.00 Lacs) for Capital/Revenue
works at Retail Outlets (including KSKs), Consumer Outlets, Depots, Terminals, Lube and LPG
Plants, AFSs, Buildings, CSR etc. in all Retail and IB Divisional Office area under Bihar State Office
for a period of Two (02) years

period shall be up to ten years from date of its incorporation/ registration.

Turnover of the entity for any of the financial years since incorporation/
registration has not exceed Rs. 25 Crore.

Entity is working towards innovation, development or improvement of


products or processes or services, or if it is a scalable business model with a
high potential of employment generation of wealth creation.

Provided that an entity formed by splitting up or reconstruction of an


existing business shall not be considered as “startup”.

It may be noted that this is a works contract and therefore purchase/price


preference for MSEs & Start-ups will not be applicable for this tender.

7 Mode of Payment of EMD Online EMD payment through Net Banking or NEFT / RTGS.
Download of Tender Documents
8 a) Starts on 10.06.2019 @ 14:00 hrs IST
9
b) Closes on 05.07.2019 @ 14:00 hrs IST
Clarification, if any
9 a) Starts on 11.06.2019 @ 14:00 hrs IST
b) Closes on 19.06.2019 @ 14:00 hrs IST

10 Pre-bid Meeting 20.06.2019 @ 11:00 hrs at the below mentioned address:

Contract Cell, Indian Oil Corporation Ltd. (MD), 9th Floor Central Wing,
Indian Oil Bhavan, 2 Gariahat Road (South), Dhakuria, Kolkata - 700068

Note : Bidders may inspect the sites to have the complete idea/
information pertaining to the entire scope of works before attending the
Pre-Bid meeting. Bidders need to provide the list of clarifications required,
if any, along with Para/clause no. of the tender document, two days before
the pre-bid meeting in writing or thru mail. 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 are requested to attend the Pre Bid
conference at their own cost.
Uploading / Submission of Tender Documents
11 a) Starts on 25.06.2019 @ 14:00 hrs IST
b) Closes on 05.07.2019 @ 14:00 hrs IST
Technical Bid Opening Date &
12 08.07.2019 @ 11:00 hrs or any time thereafter.
Time

[Page 4 of 13]
Tender No. RCC/ERO/37/2019-20/PT-44
Title: Capex/Zonal Contract (Category-II for works up to Rs.30.00 Lacs) for Capital/Revenue
works at Retail Outlets (including KSKs), Consumer Outlets, Depots, Terminals, Lube and LPG
Plants, AFSs, Buildings, CSR etc. in all Retail and IB Divisional Office area under Bihar State Office
for a period of Two (02) years

Separate intimation will be given as follows:


a) Documents verification with originals shall be carried out after opening
of price bid and matching L1 rate (finalized with or without negotiation
as the case may be) as per procedure for selecting required number of
bidders as specified in the tender including those proposed to be
retained on waitlist if any.
b) Successful bidders shall be required to present their original documents
Original Documents (only documents against pre-qualification (PQ) criteria shall be verified
13 with originals) to the tender inviting authority within a period of seven
Verification
days from the date of intimation to the bidders.
c) If any of the short listed bidders (subsequent to matching lowest
acceptable rates) fails to get the documents verified or is found to have
submitted forged / false credentials, such bidders shall not be
considered and action shall be taken for forfeiture of EMD/ holiday
listing as applicable.

14 Validity of Offer 180 days from the date of opening of the technical-bid.
2 (Two) Years from the date of start of contract with provision for extension
15 Period of Rate Contract
for 1 (one) more year on mutual consent.
Sanjit Kumar Biswas, Chief Manager ( Contract) ER
16 Name of contact person for
Contract Cell, Indian Oil Corporation Ltd. (MD) , 9th Floor, Central Wing,
issues related to tender
Indian Oil Bhavan, 2 Gariahat Road (South), Dhakuria, Kolkata - 700068.
Email : sanjitkbiswas@indianoil.in
Phone - 033 24145581
Sanjay Kumar, DGM(E), BSO
17 Name of contact person for
Bihar State Office, Engineering Department,
issues related to works
5th Floor Lok Nayak Jai Prakash Bhavan
Dak Bungalow Crossing, Patna - 800001
Email : sanjayk1@indianoil.in
Phone - 763296517
Names of the Independent Mr. B. P. Rao, Former CMD, BHEL
18
External Monitors for this Ms. M. C. Borwankar, IPS (Retd.)
tender Mr. Suresh N. Patel, Former MD & CEO, Andhra Bank

B] Pre-Qualification (PQ) Criteria


1) Similar Work Criteria
Single WO Value of Similar Work in last 5 Years up to 31.05.2019 – Value of completed work Rs.10.00 lacs
(minimum).

Definition of Similar Work – The party should have completed a single similar work of Rs. 10.00 Lacs (
including GST/ST ) of Civil / Mechanical works in any of last 5 years upto 31.05.2019.

Similar work shall mean civil /mechanical work in Oil / Petro chemical industry. Additionally, the contractor
should also have carried out underground / above ground tank installation for Petroleum /Petro chemical
industry.

[Page 5 of 13]
Tender No. RCC/ERO/37/2019-20/PT-44
Title: Capex/Zonal Contract (Category-II for works up to Rs.30.00 Lacs) for Capital/Revenue
works at Retail Outlets (including KSKs), Consumer Outlets, Depots, Terminals, Lube and LPG
Plants, AFSs, Buildings, CSR etc. in all Retail and IB Divisional Office area under Bihar State Office
for a period of Two (02) years

Such similar work should have been carried out by the party directly in their name and subcontracting work
will not be considered.
Completion of any work should fall within time frame as specified above for acceptance of any work order
under similar work criterion. Completion date shall be the deciding factor to conclude whether the job has
been executed during the qualifying period or not, even if work is commenced before specified time frame.
Value of actually executed work shall be considered for evaluation as single work order amount as
qualifying parameter.

2) Annual Turn Over

The party should have average Annual Turnover in last 3 Financial Years of Rs. 60.00 lacs (minimum).

For this party has to submit copy of audited balance sheets and Profit & loss statement of the last three
financial years i.e. 2016-17, 2017-18 & 2018-19.

In case audited balance sheet of 2018-19 is not available, turnover of 2015-16 shall be considered instead
to ascertain the average turnover.

In case, the tenderer fails to submit balance sheet in support of its turnover for any of the years due to any
reason, the turnover for that year will be treated as zero and the average turnover shall be calculated
considering summation of turnover of remaining years divided by3.

Turnover for this purpose should be as per audited Balance Sheet of the tenderer. 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.

Total Revenue as per Schedule III of Companies act, 2013 (Earlier revised Schedule VI of Companies Act,
1956) shall be considered as Turnover.
Audited Balance Sheet / Published accounts on a calendar year basis shall also be acceptable shall also be
acceptable. (The balance sheet copy MUST bear the Registration Number of the authorized Chartered
Accountant and its SEAL. This is not applicable for published annual reports)
Note :
i) Tenderer not fulfilling PQ criteria mentioned above need not apply.
ii) Notwithstanding any other condition/ provision in the tender documents, in case of ambiguity or
incomplete documents pertaining to PQC, bidders shall be given only 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 bidders tender will be rejected.

[Page 6 of 13]
Tender No. RCC/ERO/37/2019-20/PT-44
Title: Capex/Zonal Contract (Category-II for works up to Rs.30.00 Lacs) for Capital/Revenue
works at Retail Outlets (including KSKs), Consumer Outlets, Depots, Terminals, Lube and LPG
Plants, AFSs, Buildings, CSR etc. in all Retail and IB Divisional Office area under Bihar State Office
for a period of Two (02) years

C] Rejection Criterion of Tender:


The bid of the party will be rejected on the following grounds:
1) If requisite EMD or EMD exemption document is not uploaded on e-tendering portal as mentioned in
NIT.

2) Each tenderer can submit only one bid.


It is clarified that a person shall be deemed to have submitted multiple bids if he submits more than one
bid either individually or in any combination of person (individual capacity, proprietor, affiliates,
partnership, association of persons, Company). All such multiple bids shall be liable for rejection.
(a) A person shall for this purpose mean an individual, 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) Affiliates of a firm are not permitted to make separate bids directly or indirectly. Two or more parties
who are affiliates of one another can decide which affiliate will make the bid. Only one affiliate may
submit a bid. If two or more affiliates submit more than one bid , then all such bids shall be liable for
rejection.

3) Consultants or their subsidiary company or companies under the management of consultant, are not
eligible to quote for the execution of the same job for which they are working as consultant.

4) Bids from Consortium or MOU parties shall not be accepted.

5) The bid of the party will also be rejected on the following grounds:
a) Tenderer not meeting tender qualifying parameter norms specified / not submitting pre qualifying and
mandatory documents as per NIT.

b) Non-withdrawal of conditions imposed in tender document & conditions imposed during negotiations.

c) A bidder who offers unsolicited reduction in the price offer whether before or after the opening of the
price part of the tender(s)/bid(s) shall be liable to have his/its/their bid(s) rejected. Bidders may,

[Page 7 of 13]
Tender No. RCC/ERO/37/2019-20/PT-44
Title: Capex/Zonal Contract (Category-II for works up to Rs.30.00 Lacs) for Capital/Revenue
works at Retail Outlets (including KSKs), Consumer Outlets, Depots, Terminals, Lube and LPG
Plants, AFSs, Buildings, CSR etc. in all Retail and IB Divisional Office area under Bihar State Office
for a period of Two (02) years

however, at any stage offer a reduction if such reduction is solicited or if the OWNER gives the Bidder an
opportunity to offer such reduction.

d) Tenderer submitting fabricated/ false/ forged documents for the tender.

e) Tenderer put on holiday list during the pendency of this tender.

D] Selection Criteria applicable for all Divisional Offices:

The methodology to be followed for finalization of the subject Category-II Capex / Zonal Tender shall be
as under:

a) Any party can submit the bid for any one DO only and shall be empanelled for that DO in which
party has quoted. Parties quoting for more than one DO shall be summarily rejected. For this
purpose, Declaration E is mandatory.

In case any party has not submitted declaration as per Annexure A regarding their participation
for only one DO, their price bid shall not be opened.

In case any party has submitted declaration regarding their participation for only one DO, but the
party has actually submitted their quote for more than one DO, Or, the party has submitted price
bid for any DO other than the one for which declaration has been submitted by the bidder, their
bid shall be rejected.

iv) In case of rejection of any L1 party due to the above, L2 party shall be considered L1 for that
DO and ranking of other bidders shall be considered accordingly.

b) Bidder shall be required to quote percentage variation (+\-) applicable uniformly to all items of
Schedule of Rate (SOR).

c) Price bids of the technically qualified parties will only be opened.

d) In case of tie between two or more bidders at L-1 position, all the L-1 bidders shall be asked to
submit discount bid in terms of percentage discount over previous quoted amount in a sealed
envelope.

e) The above exercise of discount bid and submission of Turnover shall currently be an offline
activity outside e-portal.

f) In case there is a tie again after discount bid, bidder with the highest turnover worked out to
three decimal points in any of the last three years shall be considered as L1 bidder. In event of
bidder submitting turnover documents for only one or two years, L1 shall be decided on the
basis of the turnovers submitted by assigning nil value for Turn Over not submitted.

[Page 8 of 13]
Tender No. RCC/ERO/37/2019-20/PT-44
Title: Capex/Zonal Contract (Category-II for works up to Rs.30.00 Lacs) for Capital/Revenue
works at Retail Outlets (including KSKs), Consumer Outlets, Depots, Terminals, Lube and LPG
Plants, AFSs, Buildings, CSR etc. in all Retail and IB Divisional Office area under Bihar State Office
for a period of Two (02) years

g) The L-1 rate shall mean the Lowest Acceptable Rate quoted by the L-1 party with or without
negotiation as per Corporation policy.

h) List of parties shall be prepared on the basis of the quote in ascending order for each DO
separately.

i) Now L1 rate shall be offered to the parties in descending order in merit list of each DO
separately.

j) Thereafter, the L-1 rate ( Lowest accepted rate with or without negotiation as finalized by
IOCL) shall be offered to all the technically qualified parties for accepting the same. A merit list
of parties (who has accepted the offered rate by IOCL) will be prepared based on ascending
order of original offers received. Selection from the merit list will be made in order of merit till
required number of parties is achieved. The entire exercise shall be done separately for each
DO.

k) In case of tie among non-L1 bidders, 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
given higher bid ranking.

l) The list of vendors who have accepted L-1 rate but could not be empanelled, shall be given the
option of remaining on waitlist through a consent for retaining their EMD with IOCL.

m) Two (02) parties per DO shall be kept in waitlist.

n) In case number of selected vendors are less than our requirement in any particular DO,
Corporation will have the right to allot entire works of that DO to the available empanelled
parties as mentioned above.

D] List of Documents required to be uploaded

I] Documents for Pre Qualifying Criteria:

SN Description
1 Work Order(s) indicating items of work in support of Qualifying Work Order(s) value as per NIT
& it’s completion certificate to prove completion of works.

Note: In case of Work Order from Government Bodies/ PSUs - Copies of Contract Document
along with either completion certificates OR duly Certified copy of bill/Invoice.
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 additionally.
In case of foreign currency transaction to Indian firms, proof of remittance shall also be
required.

[Page 9 of 13]
Tender No. RCC/ERO/37/2019-20/PT-44
Title: Capex/Zonal Contract (Category-II for works up to Rs.30.00 Lacs) for Capital/Revenue
works at Retail Outlets (including KSKs), Consumer Outlets, Depots, Terminals, Lube and LPG
Plants, AFSs, Buildings, CSR etc. in all Retail and IB Divisional Office area under Bihar State Office
for a period of Two (02) years

In case, against the similar work execution experience, bidder has submitted the SAP work
orders of IOC, the verification of work orders may be done from SAP for determining the final
value of the works and completion date.

2 Copy of Audited BALANCE SHEET and PROFIT & LOSS account statements of last three preceding
financial years as specified in the NIT. Published annual report is also acceptable.

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.

Note: Provisional Balance Sheet and P&L account statement will not be considered for
evaluation, even if the same is uploaded.

II] Other Mandatory Documents:


SN Description
1 PAN CARD.
2 PF Registration Certificate
3 Partnership deed or Certificate of Incorporation with Memorandum & Articles of Association

4 Power of Attorney

Authority of the person uploading the bids with his DSC shall be required to be submitted in
the bids. Document required showing the authority of the person uploading & submitting the
bid with his Digital Signature Certificate shall be as given in the following table.

In case of Proprietary Concern • If the bid is submitted by the proprietor, no POA


required. However, he will upload undertaking
certifying that he is sole proprietor.
• If the bid is submitted by person other than
proprietor, POA authorizing the person to submit
bid on behalf of the concern.

[Page 10 of 13]
Tender No. RCC/ERO/37/2019-20/PT-44
Title: Capex/Zonal Contract (Category-II for works up to Rs.30.00 Lacs) for Capital/Revenue
works at Retail Outlets (including KSKs), Consumer Outlets, Depots, Terminals, Lube and LPG
Plants, AFSs, Buildings, CSR etc. in all Retail and IB Divisional Office area under Bihar State Office
for a period of Two (02) years

In case of Company • Certified copy of Board Resolution authorising the


person submitting the bid on behalf of the
company.
OR
• POA and the supporting Board Resolution
authorising the person submitting the bid on
behalf of the company.

In case of Partnership Firm/LLP POA along with Deed of Partnership / LLP Agreement.
In case of Co-Operative Society Copy of resolution passed as per Society Rules.
5 Undertakings and Declarations Acceptance of Tender Terms and Conditions as attached with
the tender document. Bidders shall upload this document instead of complete set of technical
bid documents as a token of their acceptance.

6 Declaration for Selection of Divisional Office

7 Undertakings and Declarations “Holiday Listing”

8 Undertakings and Declarations “ A,B,C,&D”

9 Undertakings and Declarations for non tampering

10 Integrity Agreement

III] Other Documents:


Following copy of documents are to be submitted by the successful bidder prior to placement of work
order.
SN Description
1 ESIC Certificate and the indemnity bond as per the format attached with the tender.

2 GST Registration Certificate.

3 Safety declaration

4 Undertaking for non engagement of child labour

5 Contract Agreement

6 Bank Mandate

7 Any other declarations in line with Tender documents

[Page 11 of 13]
Tender No. RCC/ERO/37/2019-20/PT-44
Title: Capex/Zonal Contract (Category-II for works up to Rs.30.00 Lacs) for Capital/Revenue
works at Retail Outlets (including KSKs), Consumer Outlets, Depots, Terminals, Lube and LPG
Plants, AFSs, Buildings, CSR etc. in all Retail and IB Divisional Office area under Bihar State Office
for a period of Two (02) years

E] Others Points :
1) 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.

2) 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.

3) Legal dispute, if any, arising during the evaluation of the tender shall be within the jurisdiction
of local courts.
a) For disputes up to stage of LOA - Kolkata High Court
b) For disputes during execution stage - Patna High Court.

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

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

F] Special Note :
It has been observed that many a times bidders do mistake/wrong on following issues/points.
Bidders are requested to pay special attention and should be careful on following issues while
submitting the bids -
a) While submitting the declaration of black listing/Holiday Listing, the format is not filled up
properly. It is observed many a times that "Nil" word is not filled up properly and some time
date & place not mentioned. Please submit the declaration of black listing/Holiday Listing on
your letter head duly filled up, signed and stamped.

b) While submitting declaration in A, B, C & D format, it is observed many a times that "Not
applicable" or "Nil" not mentioned properly wherever required. Please fill up the each format
properly and upload.

c) While submitting the declaration for non-tempering of data, it is observed many a times that
"Witness details" at last page are not provided. Please fill up the format properly and upload.

[Page 12 of 13]
Tender No. RCC/ERO/37/2019-20/PT-44
Title: Capex/Zonal Contract (Category-II for works up to Rs.30.00 Lacs) for Capital/Revenue
works at Retail Outlets (including KSKs), Consumer Outlets, Depots, Terminals, Lube and LPG
Plants, AFSs, Buildings, CSR etc. in all Retail and IB Divisional Office area under Bihar State Office
for a period of Two (02) years

d) Submission of declaration for "Sole Proprietorship of Farm" in case of Proprietorship of farm is


mandatory.

e) Many a times Provisional GSTN is submitted instead of Permanent GSTN. Please submit always
permanent GSTN.

f) Many a times it is observed that bidder's name is not matching in various documents as
submitted. In that case you have to justify the reason for the mismatching of the name and
actions taken by you to rectify the same. Also necessary affidavit to be submitted.

g) Power of attorney always should be in name of DSC holder who upload the Tender documents in
e-tender portal. Power of attorney should be signed by all directors or all partners in case of
Company or partnership farm.

Tender Inviting Authority

Indian Oil Corporation Limited (MD)


Regional Contract Cell, Eastern Region

Signature Not Verified


Digitally signed by SANJIT KUMAR BISWAS
Date: 2019.06.10 11:44:29 IST [Page 13 of 13]
Location: IndianOil e-Tendering Portal

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy