Telechargé par KRC Project

Tendernotice 1 (2)

publicité
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
Téléchargement