Tender Ref. No.: RCC/NR/PSO/ENG/PT-120/22-23 Tender ID: 2022_NRO_156026_1 Consultancy Services for Engineering, Procurement, Construction Management (EPCM) & Allied Services for the Construction of Fuel Storage Tankages and Allied Facilities at IOCL Srinagar AFS; IOCL Leh AFS; Army Locations at Loma and Tangtse. Page 1 Covering Letter Ref : RCC/NR/PSO/ENG/PT-120/22-23 Date of Issue : M/s. _____________________________ Dear Sirs, Sub: Consultancy Services for Engineering, Procurement, Construction Management (EPCM) & Allied Services for the Construction of Fuel Storage Tankages and Allied Facilities at IOCL Srinagar AFS; IOCL Leh AFS; Army Locations at Loma and Tangtse Under IOCL Punjab State Office. TENDER NO. : RCC/NR/PSO/ENG/PT-120/22-23 Sir, 1. We propose to invite Public e-Tender in TWO BID System for the subject work. 2. We request you to submit your best possible bid for the work contained in the tender. 3. Your offer complete in all respects must be uploaded in the prescribed manner on our etendering portal www.iocletenders.nic.in on or before date and time mentioned on IOCL e-tender portal. 4. Bidders are requested to go through the “Bidders Manual Kit” available in the homepage of the e-tendering portal i.e. https://iocletenders.nic.in to have a clear understanding of the steps to be followed for bid submission. The “Bidders Manual Kit” is for general reference only and the Bidders have to abide by the terms and conditions of this tender. 5. Bidders must note that Indian Oil will not be responsible for delay in submission of online tender on or before due date & time of bid submission as mentioned in the NIT. 6. Bidders 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 the tender. 7. Any query with regard to non-issuance of the tender documents or rejection of the tender may be forwarded to contact person mentioned in NIT. 8. Bidders to please note that owing to the COVID pandemic, no physical Pre-Bid Conference shall be held. However, bidders are required to mail their queries in editable format (Copy attached) to contact person mentioned in NIT before due date and time of prebid meeting schedule wherein all the clarifications with regard to Technical/ Commercial conditions shall be given. Bidders may please note that IOCL shall not be under any obligation to respond to queries mailed after the date specified above. 9. Bidders also may note that after the clarifications are given of the above virtual Prebid exercise, no further deviation shall be permitted and decisions taken by IOCL against queries raised and issued as corrigendum shall be binding on all bidders. 10. 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. Tender Ref. No.: RCC/NR/PSO/ENG/PT-120/22-23 Tender ID: 2022_NRO_156026_1 Consultancy Services for Engineering, Procurement, Construction Management (EPCM) & Allied Services for the Construction of Fuel Storage Tankages and Allied Facilities at IOCL Srinagar AFS; IOCL Leh AFS; Army Locations at Loma and Tangtse. Page 2 NOTE: Bidders are advised to visit the E-Tender portal regularly for updates. In case of any corrigendum or bid submission date extension, the same shall be issued in the E-Tender portal only. No separate publication shall be done in newspapers/print media. All parties are requested to start the submission process of bids at least 04 hours prior to the due date & time of bid submission to avoid problem in submitting documents due to last minute rush. Thanking you Yours faithfully For Indian Oil Corporation Limited Chief General Manager (Contract Cell) NRO Note: All Pages/Documents to be signed with Digital Signature with E- Tender Submission ***************************** Tender Ref. No.: RCC/NR/PSO/ENG/PT-120/22-23 Tender ID: 2022_NRO_156026_1 Consultancy Services for Engineering, Procurement, Construction Management (EPCM) & Allied Services for the Construction of Fuel Storage Tankages and Allied Facilities at IOCL Srinagar AFS; IOCL Leh AFS; Army Locations at Loma and Tangtse. Page 3 Annexure-1 PUBLIC TENDER NOTICE INDIAN OIL CORPORATION LIMITED (Marketing Division) REGIONAL CONTRACT CELL, NORTHERN REGION 1, AUROBINDO MARG, YUSUF SARAI, NEW DELHI-110016 NOTICE INVITING e-TENDER Indian Oil Corporation https://iocletenders.gov.in details:- Limited invites electronic bids through its website under two bid system from bona-fide bidders as per following TENDER NO. : RCC/NR/PSO/ENG/PT-120/22-23 NAME OF WORK: Consultancy Services for Engineering, Procurement, Construction Management (EPCM) & Allied Services for the Construction of Fuel Storage Tankages and Allied Facilities at IOCL Srinagar AFS; IOCL Leh AFS; Army Locations at Loma and Tangtse under IOCL Punjab State Office. Download Period: Please refer the IOCL e-tender portal. Bid submission closing date: Please refer the IOCL e-tender portal. Contact Person (s):- Mr. Ankit Kumar Bansal, Manager (Contracts), Northern Regional Office, 1, Sri Aurobindo Marg, Yusuf Sarai, New Delhi - 110016 Contact No.: 011-26518080, Ext: 2330 E Mail: [email protected] Note: - Any Addendum / Corrigendum / Sale date extension in respect of above tender shall be issued on our website: ‘https: //iocletenders.gov.in’ only and no separate notification shall be issued in the press. Bidders are therefore requested to regularly visit our website to keep them updated. Tender Ref. No.: RCC/NR/PSO/ENG/PT-120/22-23 Tender ID: 2022_NRO_156026_1 Consultancy Services for Engineering, Procurement, Construction Management (EPCM) & Allied Services for the Construction of Fuel Storage Tankages and Allied Facilities at IOCL Srinagar AFS; IOCL Leh AFS; Army Locations at Loma and Tangtse. Page 4 NOTICE INVITING e-TENDER Indian Oil Corporation Limited invites electronic bids through its website https://iocletenders.nic.in under Two Bid Systems (Part A - Technical / Commercial Bid and Part B - Price Bid) from reputed technically competent, quality conscious, experienced and financially sound contractors having experience of similar works and fulfilling the qualifying requirements as stated hereunder: 1. 2. 3. TENDER NO. e-TENDER NO NAME OF WORK : : : 4. 5. ESTIMATED COST PLACE OF WORK : : RCC/NR/PSO/ENG/PT-120/22-23 2022_NRO_156026_1 Consultancy Services for Engineering, Procurement, Construction Management (EPCM) & Allied Services for the Construction of Fuel Storage Tankages and Allied Facilities at (i) IOCL Srinagar AFS; (ii) IOCL Leh AFS; (iii ) Army Location at Loma and (iv) Army Location at Tangtse under IOCL Punjab State Office. Rs 1,27,44,000.00 Including GST @18% The consultancy services is required for construction of fuel storage tankages and allied facilities at following locations: 1. IOCL Srinagar AFS, Srinagar, Jammu & Kashmir 2. IOCL Leh AFS, Leh, Ladakh UT. 3. 14 Corps, Northern Command at Loma, Nyoma, Ladakh UT. 4. 14 Corps, Northern Command at Tangtse, Ladakh UT. 6. 7. TENDER FEE SECURITY DEPOSIT : : Nil since an e-TENDER The Security Deposit amount shall be equivalent to 3% of the work order value exclusive of GST. Successful bidder may also deposit Initial SD equivalent to 1% of total work order value, on which no interest shall be paid. In addition to ISD, the balance SD shall be deducted from the running/final bill @2% of bill value till full SD is recovered. SD can be deposited as per the mode/process given in GCC. 8. EARNEST 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 BID SECURITY DECLARATION in lieu of EMD as per the format attached as Annexure 9. MONEY The requirement of submission of bid security declaration shall also be applicable on bidders who are exempted from payment of EMDs (MSEs as per PPP, Startups, CPSEs & JVs). The bid shall be summarily rejected if Bid Security Declaration in lieu of EMD is not uploaded in etendering portal on or before tender submission date and time. Tender Ref. No.: RCC/NR/PSO/ENG/PT-120/22-23 Tender ID: 2022_NRO_156026_1 Consultancy Services for Engineering, Procurement, Construction Management (EPCM) & Allied Services for the Construction of Fuel Storage Tankages and Allied Facilities at IOCL Srinagar AFS; IOCL Leh AFS; Army Locations at Loma and Tangtse. 9. TENDER DOWNLOAD PERIOD FROM e-TENDER PORTAL: a) Starts on : Please refer IOCL e-tender portal. b) Ends on 10. 11. 14. : Please refer IOCL e-tender portal. PRE BID MEETING : Please refer IOCL e-tender portal. SUBMISSION OF TENDER ON e-TENDER PORTAL: a) Starts on : Please refer IOCL e-tender portal. b) Ends on 12. 13. Page 5 : Please refer IOCL e-tender portal. DUE DATE FOR OPENING OF TENDER: Opening of Tender Please refer IOCL e-tender portal. (Technical Bid Only) Work Completion : A: Preliminary requirements i.e. Pre-project activities & basic engineering as per the tender: 15 Days from Zero date B: Detailed Engineering & Design as per the tender- 60 days from Zero date. C: Tendering Activities for Procurement of Materials/ Equipment/ Major : 90 Days from Zero date D: Services Towards Construction Management as per the tender: For entire period of the projects from Zero date. Zero date will be 10th Day from the date of commencement order or site handing-over whichever is earlier. Each location/site shall be treated separately. Tenders in two bid system (a) Technical bid with commercial terms and (b) Price Bid are invited from reputed, established and financially sound parties for the above work. 15. PRE QUALIFICATION CRITERIA (PQC) AND EVALUATION PROCESS: The qualification & evaluation shall be done in two stages as given ahead. 15.1 Definition of Similar Works: Similar works for the purpose of qualification under both Stage I and Stage II qualifying criteria shall be considered as experience in successful completion of “Consultancy services involving design & engineering with or without PMC in Hydrocarbon (Oil/ Gas) installations or Refineries or Petrochemical Plants or Chemical Plants or Fertilizer Industries” Note: PMC – Project Management Consultancy Note: Tender Ref. No.: RCC/NR/PSO/ENG/PT-120/22-23 Tender ID: 2022_NRO_156026_1 Consultancy Services for Engineering, Procurement, Construction Management (EPCM) & Allied Services for the Construction of Fuel Storage Tankages and Allied Facilities at IOCL Srinagar AFS; IOCL Leh AFS; Army Locations at Loma and Tangtse. Page 6 a. EPC/ BOO/ BOOT Contracts having Design & Engineering Components shall not be considered. b. For the purpose of experience of similar works, proof of work orders by way of services offered by the parent/ holding company of the bidder or subsidiaries of parent/ holding company of the bidder or subsidiary of the bidder shall also be accepted. The arrangement permitting the Bidder to quote and rely upon experience of the Parent/ Holding Company (or) Subsidiary of the bidder (or) Subsidiaries of the Parent/Holding Company through a binding agreement specific to the tender needs to be recorded and submitted along with the bid. The binding agreement shall also confirm that required technical support would be extended to the bidder to deliver the project obligations. In the absence of a binding agreement, such documents of the parent/ holding company of the bidder or subsidiaries of parent/ holding company of the bidder or subsidiary of the bidder shall not be considered. c. Each work order(s) to be submitted towards pre-qualification criteria must comprise above similar work items, and for qualification purpose the entire executed value of WO (which may contain any other item) shall be considered. Documents required against proof of completion of works: i. In case of Work Order from Indian Government Bodies/Indian PSUs: Copies of Contract Document along with either completion certificates consisting of date of completion & executed value OR duly Certified copy of bill/Invoice required for establishing credentials. ii. In case of Work Order from Private Parties (other than specified in (i)): Certificate from CA certifying value of work done with TDS certificates (where applicable)/ bank statement shall be required in addition to that specified in (i). iii. In case of foreign currency transaction to Indian firms, proof of remittance to India shall also be required. The credentials in foreign currencies shall be converted to INR based on SBI TT selling rate as on the last day of the month previous to the one in which tenders are being invited. iv. The value of completed job as submitted by the prospective bidders shall be compared with values as prescribed above and only completed orders will be considered. There shall be no deductions against taxes. 15.2 15.3 Techno-Commercial 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 submission of EMD instrument 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 stage I pre-qualifying criteria shall be evaluated further for detailed technical parameters under Stage II Evaluation: Stage I Qualification Criteria : SN PARAMETERS I Bidders should have successfully completed similar works during the last 5 (Five) years up to 31.08.2022, should be either of the following: Tender Ref. No.: RCC/NR/PSO/ENG/PT-120/22-23 Tender ID: 2022_NRO_156026_1 Consultancy Services for Engineering, Procurement, Construction Management (EPCM) & Allied Services for the Construction of Fuel Storage Tankages and Allied Facilities at IOCL Srinagar AFS; IOCL Leh AFS; Army Locations at Loma and Tangtse. a) Page 7 Three similar completed works each costing not less than the amount equal to Rs. 38.23 Lakhs OR b) Two similar completed works each costing not less than the amount equal to Rs. 50.98 Lakhs OR c) II One similar completed work costing not less than the amount equal to Rs. 63.72 Lakhs TURNOVER: Annual Turnover during any of the last three preceding financial year, ending 31.03.2022 (i.e. FY 2019-20, 2020-21 and 2021-22) should be at least Rs. 76.46 Lakhs. Document Required for Annual Turnover : Copy of Audited BALANCE SHEET and PROFIT & LOSS account statements of last three preceding financial years (FY 2019-20, 2020-21 and 2021-22) as specified in the NIT. Published annual report is also acceptable. Audited Balance Sheet should carry the Audit Remark by CA along with CA signature and CA Membership Number OR a separate audit report by CA should be submitted. In case of non-availability of audited balance sheet (Profit & Loss Account statement)/published accounts of the immediate preceding year, the audited balance sheet (P&L statement) / published account and the corresponding Annual Turnover Documents of 4th preceding financial year (i.e. FY 2018-19) shall also be 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. In case, 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 full Income Tax Return (only ITR-V is not sufficient) is to be submitted. In this case please submit certificate from a Practicing CA towards the turnover along with copies of its Income Tax Return (complete Income Tax Return along with online generated documents from Income Tax Website) showing the turnover of the FY is to be submitted. Only acknowledgement page submission will not be sufficient as stated herein. The relevant page of ITR showing Gross Receipts/ Gross turnover of respective Assessment Year needs to be compulsorily uploaded. This page should be from the online generated documents from Income Tax website. Note: Provisional Balance Sheet and P&L account statement will not be considered for evaluation, even if the same is uploaded Tender Ref. No.: RCC/NR/PSO/ENG/PT-120/22-23 Tender ID: 2022_NRO_156026_1 Consultancy Services for Engineering, Procurement, Construction Management (EPCM) & Allied Services for the Construction of Fuel Storage Tankages and Allied Facilities at IOCL Srinagar AFS; IOCL Leh AFS; Army Locations at Loma and Tangtse. III Page 8 Definition of Turnover: Total Revenue as per Schedule III of Companies act, 2013 (Earlier revised Schedule VI of Companies Act, 1956) shall be considered as Turnover. FOLLOWING OTHER IMPORTANT DOCUMENT ARE REQUIRED TO BE SUBMITTED ALONG WITH THE TENDER FOR COMMERCIAL EVALUATION. NON SUBMISSION OF THE FOLLOWING SHALL LEAD TO REJECTION OF BID AS PER CORPORATION GUIDELINES: Sr No i. ii. Other Mandatory Documents PAN PF Registration Certificate Documents to be Submitted Scanned copy to be submitted. Scan copy of Valid PF registration no. copy to be submitted. In case a bidder is not covered under the PF Registration Rule due to the number of employees working under him being less than the threshold limit of 20 then, then Contractor should submit INDEMNITY BOND UNDERTAKINGS PERFORMA ‘B’ (FOR PF) as per given format, giving the reference of tender no. iii. GST Registration Certificate (GSTIN no.) The party should submit valid GSTIN number. iv. Partnership Deed or Certificate of Incorporation with Memorandum & articles of Association v. Power of Attorney (POA) (on nonjudicial stamp paper of appropriate value duly notarized) /Board Resolution in favour of tender signing Authority Scan copy to be submitted. In case the bidder is sole proprietor, he will upload undertaking certifying that he is sole proprietor as per given format. Authority of the person uploading the bids with his DSC (Digital Signature Certificate) 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 Proprietary Concern of If the bid is submitted by the proprietor, no POA is required. However, he will have to upload undertaking certifying that he is sole proprietor, as per format given in the tender. Tender Ref. No.: RCC/NR/PSO/ENG/PT-120/22-23 Tender ID: 2022_NRO_156026_1 Consultancy Services for Engineering, Procurement, Construction Management (EPCM) & Allied Services for the Construction of Fuel Storage Tankages and Allied Facilities at IOCL Srinagar AFS; IOCL Leh AFS; Army Locations at Loma and Tangtse. In case Company of In case Partnership Firm/LLP of Page 9 If the bid is submitted by person other than proprietor, POA authorising the person to submit bid on behalf of the concern is to be submitted. 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. POA along with Deed of Partnership / LLP Agreement. In case of CoOperative Society vi. Declarations for non-tampering of tender vii. Declarations for “Holiday Listing” viii. Declarations “A,B,C,&D” Copy of resolution passed as per Society Rules authorizing the person submitting the bid on behalf of the Society. To be given on Letterhead as per format given in the tender To be given on Letterhead as per format given in the tender To be given on Letterhead as per format given in the tender ix. Declaration against bidders having origin in countries sharing land border with India. To be given on Letterhead as per the format attached x. Undertakings for Acceptance of Tender Terms and Conditions in Lieu of tender documents. To be given on Letterhead as per format attached separately. Bidders shall upload this document against submission of complete set of technical bid documents as a token of their acceptance. .4 Tender Ref. No.: RCC/NR/PSO/ENG/PT-120/22-23 Tender ID: 2022_NRO_156026_1 Consultancy Services for Engineering, Procurement, Construction Management (EPCM) & Allied Services for the Construction of Fuel Storage Tankages and Allied Facilities at IOCL Srinagar AFS; IOCL Leh AFS; Army Locations at Loma and Tangtse. xi. Undertaking related to insolvency & bankruptcy code, 2016. ie : Declaration on NCLT / NCLAT /DRT /DRAT/ Court Receivership/ Liquidation Page 10 To be given on Letterhead as per format given in the tender and should be signed by the bidder's authorized representative on their firm’s letterhead who is signing the Bid and scanned copy to be uploaded All the above credentials shall be in the name of the bidder and declarations against them shall also be required to be provided on letter head. 15.4 Stage II Evaluation Criteria: 15.4.1 Only Bidders shortlisted as per the defined Stage I pre-qualifying criteria shall be evaluated further for detailed technical parameters under Stage II Evaluation. 15.4.2 Bidders scoring 70 marks and above out of 100 marks in Stage-II Techno-Commercial parameters shall be shortlisted. The price bids of those technical bidders scoring 70 marks and above shall only be opened. 15.4.3 Stage II Evaluation of Techno-Commercial Bid shall be based on parameters mentioned below: SN A (i) CRITERIA Past Experience of the firm Number of similar works of value Rs. 108.00 Lakhs & above completed in the last 10 years ending last day of the month previous to the one in which tenders is being invited i.e 31.08.2022 (ii) Cumulative value of similar works completed in the last 10 years ending last day of the month previous to the one in which tenders is being invited i.e 31.08.2022 and each work costing 108.00 Lakhs & above. MAX MARKS SCALE OF MARKING 30 15 5 Projects & more-15 marks 4 projects – 12.5 Marks 3 projects– 10 Marks 2 Projects – 7.5 Marks 1 Projects – 5 marks 15 Rs 648.00 Lakhs & More – 15 Marks Rs 432.00 Lakhs– 10 marks Rs 216.00 Lakhs – 5 Marks Rs 108.00 Lakhs – 1 Mark Below Rs 108.00 Lakhs – Nil Marks Note: a. For A (ii), proportion of actual value (intermediate score) shall be done. For e.g. in case Cumulative value of completed works > Rs 108 Lakhs is Rs 150 Tender Ref. No.: RCC/NR/PSO/ENG/PT-120/22-23 Tender ID: 2022_NRO_156026_1 Consultancy Services for Engineering, Procurement, Construction Management (EPCM) & Allied Services for the Construction of Fuel Storage Tankages and Allied Facilities at IOCL Srinagar AFS; IOCL Leh AFS; Army Locations at Loma and Tangtse. SN CRITERIA MAX MARKS Page 11 SCALE OF MARKING Lakhs, score shall be [1 + {(150-108)/(216-108)} x(5-1)] = 2.55. For Cumulative value of Rs 500 Lakhs, score shall be [10 + {(500-432)/ (648-432}*(15-10)] = 11.57. Similar rationale shall be applied for each slab. b. For the purpose of A (i), A (ii), the similar work would be as described under section 15.1. B i Financial Creditability Financial turnover of the bidder in any of the last three preceding financial years ending 31.03.2022. Highest turnover of any of the last three year shall be considered. 25 20 Rs 648.00 Lakhs & More – 20 Marks Rs 432.00 Lakhs– 15 marks Rs 216.00 Lakhs – 10 Marks Rs 108.00 Lakhs – 5 Mark Below Rs 108.00 Lakhs – Nil Marks ii Profitability During Last Three Financial Year Ending 31.03.2022 Net Profit in All Three Years – 5 Marks 5 Net Profit in 2 of 3 Years-3 Marks Net Profit in 1 one 3 Years-1 Marks No profit in All Three Years– Nil Marks Notes: a. For purpose of turnover, all notes mentioned under section 15.3 (II) shall apply. b. Proration of scoring (intermediate turnover figures) shall be done for (i) above as per the illustration given under section A. C i Home Office / Local Office in India Established local office in India, operational and were having Service Tax Registration No/GST Registration No. 10 5 > 20 years = 5 Marks > 15 to < 20 years = 4 Marks > 10 to < 15years = 3 Marks > 5 to < 10 years = 2 Marks > 1 to < 5 years = 1 Marks Less than 1 year = Nil Marks ii Human resources strength of personnel on rolls of the Bidder in Local / Home office in India. 5 >1000 = 5 marks 501 to < 1000 = 4 marks 201 to < 500 = 3 marks 51 to < 200 = 2 marks Up to 50 = 1 marks B Tender Ref. No.: RCC/NR/PSO/ENG/PT-120/22-23 Tender ID: 2022_NRO_156026_1 Consultancy Services for Engineering, Procurement, Construction Management (EPCM) & Allied Services for the Construction of Fuel Storage Tankages and Allied Facilities at IOCL Srinagar AFS; IOCL Leh AFS; Army Locations at Loma and Tangtse. SN CRITERIA MAX MARKS Page 12 SCALE OF MARKING Notes: a. Marking on C (i) shall be based on the date of original Certificate of Incorporation of the Company (Bidder). The period of operation shall be calculated as on the original scheduled date of technical bid opening. b. For C (ii), Certification from HR head / CEO/ Country Head/ Director on human resource 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. c. The figures applicable to the bidder only shall be considered & figures of parent/ holding/ subsidiary companies shall not be considered for computation of scores under the head. D Technical Experts 10 (i) Total no of technical experts having Bachelor degree in Engineering and on rolls of the company 5 > 125 = 5 marks 101 to < 125 = 4 marks 76 to < 100 = 3 marks 51 to < 75 = 2 marks 1 to < 50 = 1 mark (ii) Total no. of technical experts having Masters degree or above in Engineering discipline such as M Tech, ME, M Sc. (Engg), PhD and on rolls of the company 5 > 25 = 5 marks 21 to < 25 = 4 marks 13 to < 20 = 3 marks 6 to < 12 = 2 marks Up to 5 = 1 mark Notes: a. The figures applicable to the bidder only shall be considered & figures of parent/ holding/ subsidiary companies shall not be considered for computation of scores under the head. b. Scoring on D (i) & (ii) shall be based on Certification from HR head / CEO/ Country Head/ Director on strength of personnel as on 31.03.2022 duly vetted by an external auditor. In case of PSUs (Central & State), a certificate from an officer in rank of GM or above shall suffice. E Staffing for the Contract: Confirmation to Post the Following Key Personnel during project duration (i) Project Manager with past Experience of more than 10 years 15 6 > 15 years – 6 Marks > 12 & up to 15 years – 4 Marks > 10 & up to 12 years – 2 Marks Tender Ref. No.: RCC/NR/PSO/ENG/PT-120/22-23 Tender ID: 2022_NRO_156026_1 Consultancy Services for Engineering, Procurement, Construction Management (EPCM) & Allied Services for the Construction of Fuel Storage Tankages and Allied Facilities at IOCL Srinagar AFS; IOCL Leh AFS; Army Locations at Loma and Tangtse. SN (ii) (iii) CRITERIA Resident Construction Manager (RCM)/Incharge with degree in Civil/Mechanical Engg/Electrical/Instrumentation with past experience of more than 8 years Lead Discipline Engineer of all disciplines including at least 1 expert from HSE domain with past experience of more than 3 years MAX MARKS 4 Page 13 SCALE OF MARKING > 12 years – 4 Marks 10-12 Years – 3 Marks 8-10 Years – 2 Marks 5 3-5 Years – 0.5 Marks >5 Years – 1 Marks ( For each discipline i.e. Civil, Mechanical, Electrical, Civil, Instrumentation & HSE) Notes: F a. The experience criterion is based on personnel having graduate degree in Engineering. In case of personnel holding diploma qualification, mark shall be allocated considering additional experience requirement by 2 years. In case of dual degree of Diploma and Engineering and experience post engineering degree not meeting the requirements under engineering head, total experience shall be considered under diploma head. b. All personnel offered as part of the bid shall be submitted along with the respective CVs supported by Degree Certificates. The CVs shall be signed by the respective Engineers. The team proposed to be deployed shall remain unchanged during contract period. Under unavoidable circumstances, the change will be permitted with prior written consent from Indian Oil. The replacement shall have equivalent experience as offered by the bidder during the tender evaluation. c. Overall experience of the personnel offered certified by HR head / CEO/ Country Head/ Director as on 31.03.2022 duly vetted by an external auditor shall be considered. Experience of the personnel outside India & other Organizations shall also be considered. Experience in years shall be the cumulative working period experience. d. In case of PSUs (Central & State), a certificate from an officer in rank of GM or above shall suffice. e. Manpower mentioned under E (i) & E (ii) above on the rolls of the bidder’s Organization shall only be considered for this purpose. f. Experience shall also include the period of working experience prior to a person joining on the rolls of bidder’s Organization. g. Against item E (ii), profile of 1 Engineer in each mentioned discipline shall be submitted. Quality Certifications 10 ISO > 5 years – 4 Marks ISO < 5 Years- 2 Marks OHSAS 18001 – 2 marks Tender Ref. No.: RCC/NR/PSO/ENG/PT-120/22-23 Tender ID: 2022_NRO_156026_1 Consultancy Services for Engineering, Procurement, Construction Management (EPCM) & Allied Services for the Construction of Fuel Storage Tankages and Allied Facilities at IOCL Srinagar AFS; IOCL Leh AFS; Army Locations at Loma and Tangtse. SN CRITERIA MAX MARKS Page 14 SCALE OF MARKING SA 8000 – 2 mark Any Other International Accreditation Certificate- 2 Marks TOTAL 100 Common Note: IOCL reserves the right to communicate to the client(s)/ concerned Organizations directly & obtain cross-references regarding the declarations/ certifications submitted by the bidders. 15.4.4 Evaluation of Price Bid 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. b) No counter conditions should be included in price bid. Conditional price bid shall be summarily rejected. 15.4.5 Combined Techno-Commercial and Price Bid Evaluation: a. A combined score rounded off to 2 decimals will be arrived at after considering weightages of 30% for price bid and 70% for techno-commercial scores. b. The bidder with the highest combined score will be declared successful and shall be given precedence for award of the contract. c. In case of identical combined score for more than 1 bidder, then the bidder with lowest price would be given precedence. d. In case of identical Techno-Commercial & Price Bid scores, then the Bidder having higher average annual turnover worked out to 3 decimal points (without rounding off) in the last three financial years ending 31.03.2022 shall be given precedence. If Annual Turnover is not submitted and/ or mentioned “Nil” by a Bidder for a particular year, it shall be considered as ZERO for computing average. e. Combined technical and price bid evaluation will be done for all the bidders for whom price bids have been opened as per Combined Quality Cum Cost Based System (CQCCBS) Methodology as detailed below: A combined “Score (S)” will be arrived at after considering weightages 30% for price bid and 70 % for techno-commercial scores, according to the following formula: Combined score of Bidder A, S = 70 % x Tech score of A + 30 % x (Lowest Price Bid / Price Bid of A) x 100 On the basis of the above combined weighted score, the bidder shall be ranked in terms of the total combined score obtained. The bidder with the highest combined score shall be given precedence. The bid evaluation process has been illustrated below: Tender Ref. No.: RCC/NR/PSO/ENG/PT-120/22-23 Tender ID: 2022_NRO_156026_1 Consultancy Services for Engineering, Procurement, Construction Management (EPCM) & Allied Services for the Construction of Fuel Storage Tankages and Allied Facilities at IOCL Srinagar AFS; IOCL Leh AFS; Army Locations at Loma and Tangtse. SN Bidder Tech. Score Price bid (in lacs) (T) (C) (i) (ii) Relative price bid score(lowest/ (ii) x 100) Combined technocommercial & price bid score 70 % x (i) 30 % x (iii) (iii) (iv) (v) Page 15 Bidder Rank (iv) + (v) 1. A (T1) 88 600 (L3) 75 61.60 22.50 84.10 1 2. B (T2) 80 500 (L2) 90 56.00 27.00 83.00 3 3. C (T3) 76 450 (L1) 100 53.20 30.00 83.20 2 4. D(T4) 64 NA NA NA NA NA NA f. Bidder ‘D’ did not qualify Techno-Commercial evaluation as it did not meet the minimum qualifying marks of 65. 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 and would be given precedence for further negotiation and award. g. The Corporation reserves the right to accept any tender in whole or in part or reserves the right of cancellation of the tender without assigning any reasons whatsoever. Decision of IOCL, in this connection shall be final & binding on all bidders. 15.4.6 Affiliates are not permitted to make separate bids directly or indirectly. 2 or more Parties who are affiliates of one another can decide which affiliate will make a bid. Only one affiliate may submit a bid. If two or more affiliates submit a bid, then any one or all of them are liable for disqualification. (a) It is clarified that a person shall be deemed to have submitted more than one bid if a person bids in an individual or proprietorship format and/or in a partnership or association of persons format and/or in a Company format. (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 has 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. 15.4.7 Bids from MOUs/ Consortium parties shall not be accepted. 15.4.8 JVs registered under the Indian Companies Act as on date of submission of bid are permitted. In such case, all credentials to be submitted for qualification in the tender shall be in the name of JV. 15.4.9 We intend to engage only one consultant for this job, therefore, Purchase preference as per MSME Order, 2012 shall not be provided in this tender for MSEs. 15.4.10 Other Salient Points: Tender Ref. No.: RCC/NR/PSO/ENG/PT-120/22-23 Tender ID: 2022_NRO_156026_1 Consultancy Services for Engineering, Procurement, Construction Management (EPCM) & Allied Services for the Construction of Fuel Storage Tankages and Allied Facilities at IOCL Srinagar AFS; IOCL Leh AFS; Army Locations at Loma and Tangtse. Page 16 a. The tenders will be summarily rejected if requisite Bid security Declaration in Lieu of EMD is not submitted as mentioned in NIT. b. The offers shall be scrutinized and evaluated based on the qualifying parameters and “Other Important Documents” mentioned above and on the basis of the uploaded documents in e-tender portal. c. The Bidders shall upload legible scanned copy of necessary documents in support of required qualification and experience along with their offer as per instruction given in the Special Instructions to Bidders. d. 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 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. e. Legal dispute, if any, arising during the evaluation of the tender or after placement of LOA shall be as per following : i. Up to placement of LOA : The court having geographical jurisdiction at New Delhi ii. After placement of LOA : The court having geographical jurisdiction at Chandigarh (UT) f. Bidders may note that the following are attached separately and uploaded in the etendering portal: Special Instructions to bidders for participating in e-tendering. FAQ’s –online EMD facility in IOCL e-tendering & Format for Acceptance of Tender Terms and Conditions. g. The successful Bidder will have to present original documents for verification to the tender inviting authority, within 7 days from date of intimation. h. Physical/ Manual Bids shall not be accepted. Bids shall be accepted only though eTendering portal. No manual bid shall be permitted along with electronic bids. In case of receipt of manual bids apart from specifically requested offline documents in the tender, same shall be returned to the bidder. Additional documents received through email shall also be ignored for the purpose of evaluation, unless specifically advised by the Tender Issuing Authority. i. Tender Document can be downloaded from https://iocletenders.gov.in and on line bids are required to be submitted with Digital signatures on the system. j. Bidders are advised to visit the E Tender portal regularly for updates. In case of any corrigendum or sale date extension, the same shall be issued in the E Tender portal only. No separate publication shall be done in newspapers/print media. k. The Corporation reserves the right to accept any tender in whole or in part or reserves the right of cancellation of the tender without assigning any reasons whatsoever. l. IOC shall not be bound to accept the lowest tender and reserves right to accept any tender. Decision of IOCL, in this connection shall be final. Tender Ref. No.: RCC/NR/PSO/ENG/PT-120/22-23 Tender ID: 2022_NRO_156026_1 Consultancy Services for Engineering, Procurement, Construction Management (EPCM) & Allied Services for the Construction of Fuel Storage Tankages and Allied Facilities at IOCL Srinagar AFS; IOCL Leh AFS; Army Locations at Loma and Tangtse. Page 17 m. Canvassing for information or submission of forged or false documents / information by any Bidder shall make the offer invalid. In addition, action shall also be taken by IOCL for forfeiture of EMD as well as putting the Bidder on Holiday list. n. No suo – motto reduction in prices quoted by the bidder shall be permitted after opening of the bids. If any bidder unilaterally reduces the prices quoted by them after opening of bids, the bid of such bidder will be summarily rejected. o. Bidders may note that negotiations will not be conducted with the bidders as a matter of routine. However, Corporation reserves the right to conduct such negotiations. Bidders will have to attend to the office of the Corporation for negotiations/ clarifications required in respect of their bids without any commitment on the part of the Corporation. In case of negotiation, the Bidder should send the confirmation of such negotiation so as to reach the office of the Corporation within 7 days from the date of negotiations failing which the Corporation reserves the right to ignore the bid. p. All Bidders must have Type II or above Digital Signature Certificate and have to register themselves in the above website in order to download the tender and Bid for the same. q. The language of all the documents to be in the Tender shall be in English. For all documents in other than English, translated document through a Sworn/ Certified Translators shall be submitted as part of the bid documents at no extra cost to IOCL. r. All parties are requested to start the submission process at least 4 hours prior to the submission end date to avoid problem in submitting documents due to last minute rush. s. Corporation reserves the right to revise/extend any date/time from scheduled timelines of published tenders 16 DOCUMENT VERIFICATION: i. Document verification with originals shall be carried out only for the successful Overall L1 bidder. The technical qualification of the bidders shall be based on the document submitted by bidders in the tender. ii. As the documents are being submitted by the bidders in tenders, the responsibility of authenticity of documents shall be with bidders. iii. Only documents against Pre Qualification criteria shall be verified with originals. iv. In case it is observed that the L1 party has submitted forged documents, besides cancellation of tender, necessary action for holidays listing of the party in line with guidelines shall be carried out including forfeiture of EMD. v. However, statutory documents may be verified from online portal. vi. The bidders shall be required to present their original documents to tender inviting authority within a period of 7 days from date of opening of Price bids or date of intimation as specified in the tender. vii. Recommendations for award of work / contract shall be made only after verification of documents with originals of the successful bidder (L1 only). Tender Ref. No.: RCC/NR/PSO/ENG/PT-120/22-23 Tender ID: 2022_NRO_156026_1 Consultancy Services for Engineering, Procurement, Construction Management (EPCM) & Allied Services for the Construction of Fuel Storage Tankages and Allied Facilities at IOCL Srinagar AFS; IOCL Leh AFS; Army Locations at Loma and Tangtse. Page 18 17 DECLARATION FOR E-TENDER. The bidder shall upload an undertaking for acceptance of all Terms & Conditions of Tender including all corrigendum/addendum issued, pre bid meeting minutes (if any) etc. as a token of their acceptance. The Format of undertaking is given in the tender documents. The undertaking needs to be printed on the letter head of the bidder and scanned copy of the undertaking duly filled up and signed by the bidder’s authorized representative with seal needs to be uploaded online. However, documents which necessarily have to be submitted in originals (if any) and any other documents specifically mentioned in the tender documents have to be submitted offline. 18 Ambiguity/ Incomplete documents against PQC Documents: i. 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. j. Documents other than those submitted originally with the Technical Bid shall also be acceptable as reply against TQ/CQ provided the following conditions are met: k. Selection if based on the additional documents must comply with the requirements originally specified in the tender against PQ criteria. The above restriction of one opportunity shall apply to PQC documents only Indian Oil reserves the right to accept or reject any or all tenders at any time, at their sole discretion without assigning any reason whatsoever. In such a situation, IOCL will not be liable to pay any cost incurred by the bidder for the Tender. Thanking you, Chief General Manager (Contract Cell) Northern Regional Office Indian Oil Corporation Limited Signature Not Verified Digitally signed by ANKIT KUMAR BANSAL Date: 2022.09.08 15:45:17 IST Location: Indian Oil Corporation Ltd-IOCL