Indian Oil Corporation Limited
Barauni Refinery, PO-Barauni Oil Refinery, Dist: Begusarai
Bihar-851114
Notice Inviting Tender (National): Open e-tender
Indian Oil Corporation Limited, a company incorporated in India invites e-tender under two bid (part-I:
Techno commercial bid and part-II: Price bid) from bonafide experienced Manufacturers/Suppliers of sound
financial standing and reputation for the job defined in this tender covering following items. the details of the
tender are given below:-
Description of item Design, Engineering, Manufacture, Fabrication, Assembly
and Inspection, Testing, Supply as per enclosed Technical
Specifications including Auxiliaries and other jobs, Erection,
Supervision and Commissioning assistance Commissioning
and Mandatory spares of Complete Natural Gas
Conditioning Skid at Barauni Refinery.
Tender no. RBRM20F037
Tender ID. 2020_BR_118489_1
Qty 1 LOT
Type of tender Open Tender (National)
Tendered item(s) is critical in nature, so PQC relaxation
for startup & MSEs bidders shall not be applicable as
Type of tender per guidelines.
EMD Amount (in INR) Rs. 965471 (Indian National Rupees Nine Lakhs Sixty
Five Thousand Four Hundred Seventy One Only)
1. Please submit EMD through online mode / offline mode (in form of Bank Guarantee only in case EMD is above Rs. 1.0
lac)(EMD BG should be valid for a minimum period of 7 months from date of opening of technical bid).
Note: For EMD amount less than Rs 1.00 lakh, Bank Guarantee is not acceptable. For details on how to submit EMD
online / offline, please refer “special instruction to bidders” attached separately in this tender.
2. EMD exempted categories: Micro & Small Enterprises (valid as on the date of original bid opening), Start ups
(recognized by DIPP and fulfilling the Startup definition requirement of Government of India as on the date of original bid
opening), Central/State PSUs and JVs of IOCL.
3. Please refer “General Terms and Conditions” also for more details on EMD submission.
4. After Implementation of Insolvency and Bankruptcy Code, 2016 (IBC). Offer from the following type of bidders will not
be considered, (a) Bidder(s) who are undergoing insolvency resolution process or liquidation or bankruptcy
proceeding under Insolvency and Bankruptcy Code, 2016 (Code). (b) Bidder(s) whose insolvency resolution process
or liquidation or bankruptcy proceeding is initiated under the Code at any stage of evaluation of the bid.”
Address of the Issuing Authority Deputy General Manager Materials
Indian Oil Corporation Limited,
PO-Barauni Oil Refinery
Dist : Begusarai, Bihar-851114, India
Phone- +91-6243-275382/5380/5388
[email protected];
[email protected];
[email protected] Important Dates (Download / Upload / Due date)
Doc. Download Start Date & Time 09 June 2020 09 : 00 Hrs (IST)
Doc. Download End Date & Time 08 July 2020 15 : 00 Hrs (IST)
Online Doc. Upload Start Date & Time 22 June 2020 09 : 00 Hrs (IST)
Online Doc. Upload End Date & Time 08 July 2020 17 : 00 Hrs (IST)
Pre Bid Meeting Date & Time 18 June 2020 11 : 00 Hrs (IST)
Due date of opening of Un-priced Bid 09 July 2020 15 : 00 Hrs (IST)
Tender Documents (Non-transferable) can be downloaded from IOCL e-tendering web site:
www.iocletenders.nic.in. Offer shall be submitted ONLY through online mode on above given IOCL e-
tendering website.Bids in physical form sent through fax/e-mail/courier/post will not be acceptable. Any
corrigendum/sale date extension/addendum shall be published on our website: www.iocletenders.nic.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.
Place : Barauni Dy. General Manager (Materials)
3 of 16
PRE-QUALIFICATION CRITERIA:
A) Technical Pre-Qualification Criteria
Vendor is to meet the technical pre-qualification criteria and have to enclose all necessary
documents along with their un-priced bid. Technical evaluation of the vendor shall only be
done if they are meeting the following technical pre-qualification criteria:-
1. Bidder must have an experience of “Design, Manufacturing & Supplying of Flow
Computer (USM) , Pressure Control Station, Scrubber/ Filter Separator/Heat
Exchanger in Refinery/ Petro-Chemicals/ Oil and Gas installation” during any of the last
10 Years ending on last day of the month immediately previous to the month in which last
date of bid submission falls. Copy of the purchase/ work order, duly approved Data sheet/
Drawings along with tax invoices is to be submitted by the bidder in the support of execution
of the job as above mentioned experience.
2. Bidder shall furnish following documents along with the bid to justify meeting the stipulated
qualification criteria.
A. The list of purchase order(s)/ Work Order(s) along with details and complete address of
the client, phone no., fax no., e-mail, name of contact persons, website etc, for whom they
have supplied such material in support of their claims that they are meeting the technical pre-
qualification criteria.
B. Inspection Release Note, Delivery Proof/ Completion Certificate/ Performance Certificate/
Commissioning Report issued by End user against the submitted PO/WO
C. Approved GA drawings of the PO/WO to be submitted against the PQC
D. The bidder’s proposed facility/Workshop for fabrication, Assembly and testing of the NG
Gas Conditioning Skid shall be certified by a IOCL approved TPI and bidder shall furnish a
certificate from the said agency that the proposed Workshop has the capability for
fabrication, Assembly and testing of the NG Gas Conditioning Skid. The said certificate shall
not be older than one year to be reckoned from the start date of download or sale of tender
document.
Similar item is defined as Design, Manufacturing & Supplying of “Flow Computer (USM),
Pressure Control Station, Scrubber/ Filter Separator/Heat Exchanger in Refinery/ Petro-
Chemicals/ Oil and Gas installation”.
B) Financial Criteria
The annual turn over of the bidders during any of the preceding three financial years should
be at least Rs. 67748400)
Any of the following documents may be submitted against financial criteria –
i. Audited Balance sheet & Profit and loss statement
ii. Published annual report
iii. Balance sheet if available in the public domain.
C) Commercial Experience Criteria
For experience, the order(s) of similar items executed by the bidder on FOB / FOR despatch
point basis (i.e. excluding taxes duties, freight, third party inspection charges etc.), during the
last five years ending on the last day of the month immediately preceding the month in which
the last date of bid submission falls, should be considered as under:
a) Three orders executed for “similar item” where executed value of each order is not less than
OR Rs. 33874200)
b) Two orders each executed for “similar item” where executed value of each order is not less
OR than Rs 45165600)
c) Single order of “similar item” where executed value of order is not less than Rs. 56457000)
4 of 16
Similar item is defined as Design, Manufacturing & Supplying of “Flow Computer
(USM), Pressure Control Station, Scrubber/ Filter Separator/Heat Exchanger in
Refinery/ Petro-Chemicals/ Oil and Gas installation”.
“Executed Value” means total basic price including P&F charges only.
* Last date of order execution shall fall in the above mentioned period as indicated in the
commercial pre-qualification criteria.
IMPORTANT NOTES:
1 For foreign orders with currency other than USD, value of order shall be converted in USD
based on the exchange rate as applicable on the purchase order date.
2 Bidder to submit copy of Board of Director details, certificate of Incorporation, Copy of
memorandum and article of association/company registration, executed PO copies and
audited balance sheet and profit & loss statement etc showing constitution of bidders
towards fulfillment of commercial experience & financial criteria along with techno
commercial bid coming under same management. Bidder shall furnish along with the un-
priced bid the necessary documentary evidence / proof in support of claim for meeting the
above PQC requirement.
3 Notwithstanding any other condition / provision in the tender documents, bidders are
required to submit complete documents pertaining to PQC along with their offer.
Failure to meet the PQC will render the bid to be summarily rejected.
IOC reserves the right to complete the evaluation based on the details furnished by the
bidder, with or without seeking any additional supporting documents/ clarifications.
4 For fulfilling the commercial experience criteria bidder shall submit any one of the following
documents:
a) Purchase order copy along with invoice(s) with self certification by the bidder that supplies
against the invoices covering the “similar order” have been executed to the required value.
b) Purchase order copy along with bank certificate indicating payment against the PO.
c) Execution certificate by client with order value.
d) Goods receipt note (GRNs) in case where IOCL is a client.
e) Or any other document is to be submitted by bidder in support of execution.
5 Third Party Inspection:
Bidders must note that pre-dispatch inspection through any IOCL approved Third Party
Inspection Agency (TPIA) will be required at their works before dispatch, if advised for by
IOCL (as per tender). Further, the supplied materials will have to be duly supported by the
Release Notes issued by the TPIA. Bidders must also note that organizing such inspection
shall be in their scope.
TPI Release Note shall accompany supplied materials. Please note that proper stamping /
embossing shall be there to establish traceability of the TPI Release Notes with the supplied
materials.
Third party Inspection shall be from IOCl approved agency only
1. M/S ABS Industrial Verification (India) Pvt. Ltd
2. M/s Bureau Veritas (India) Pvt. Ltd
3. M/S Certification Engineers International Ltd
4. M/S International Certification Services Pvt. Ltd
5. M/S IR Class Systems And Solutions Pvt Ltd
6. M/S Projects And Development India Ltd. (PDIL)
7. M/s SGS India Pvt Ltd
8. M/S Tata Projects Limited
9. M/S TUV SUD South Asia Pvt ltd
5 of 16
10. M/S VCS Quality Services Private Limited
The validity of all the above 10 (ten) numbers TPI agencies will be up to 30.04.2022 or till
the satisfactory performance of the agency whichever is earlier.
6 Delivery Schedule:
Delivery period shall be 8 months from Purchase order/ Letter of Acceptance/ Fax of
Acceptance (as per clause no. 1.14 of Material Requisition, MR for NG Conditioning Skid
Doc no. NGBR-PRJ-MRT-001 dt. 06.06.2020, R1).
7 Reverse Auction
Reverse auction (RA) shall be conducted for this tender. Refer detailed procedure attached
with the tender. RA shall be conducted on total landed cost of the L-1 bidder considering all
taxes and duties (strictly as per BoQ). After reverse auction is completed, the successful
bidder shall be asked to provide price breakup of total quoted rates, if required. However,
conducting the reverse auction shall be at the sole discretion of IOCL.
Since reverse auction to be held against this tender, bidders are requested to submit
their bids on zero commercial deviation basis. No commercial deviation is allowed for
this tender. Loading on payment terms and PBG are not applicable this tender. Bidders
have to accept tender payment terms and PBG clause.
8 Performance Bank Guarantee:
PBG is applicable for the subject tender for 10% total order value. PBG for the main
equipment / package shall be taken within 15 days of order placement and shall be valid till
warrantee period plus 3 months for claim lodgement.
In Addition to above, SC/ST MSE vendors are also eligible for 50 % discount in PBG
amount to be submitted, in case of award.
9 Price Schedule: Bidders to quote price on Lumpsum Basis as per clause no. 1.20 of MR for
NG Conditioning Skid Doc no. NGBR-PRJ-MRT-001 dt. 06.06.2020, R1. Bill of Material as
per technical spec./ MR.
10 Technical requirement (As per Technical Spec/ MR/ RFQ): Attached as per tender
11 Ordering shall be done on overall lowest basis.
12 Tender is non-splittable for the purpose of extending purchase preference benefit to MSE
bidders as per MSE purchase preference.
13 PQC relaxation: PQC relaxation is not applicable to MSE’s in this tender as tendered item is
Critical in nature for the purpose of MSE purchase preference.
14 Payment Terms: Shall be as per clause no. 1.17 of MR for NG Conditioning Skid Doc no.
NGBR-PRJ-MRT-001 dt. 06.06.2020, R1.
a. 5% payment of total PO value shall be made after code-1 approval of all the drawings of
NG Conditioning Skid and on submission of Advanced Bank Guarantee (ABG) of equivalent
amount i.e. 5% of order value, valid up to delivery period plus three months.
b. 15% payment of total order value shall be made after receipt of all materials (Plates,
flanges, pipe, structures etc.) at vendor’s work site, submission of all lab tests reports of
plate, pipe, flanges etc. duly witnessed by TPI to IOCL and on submission of Advanced Bank
Guarantee (ABG) of equivalent amount i.e. 15% of order value, valid up to delivery period
plus three months.
c. 60 % payment of PO value shall be made after receipt and acceptance of complete
material (NG Conditioning Skid) at BR site within 30 days.
d. 20 % payment of total PO valve shall be made after successful installation &
commissioning of NG Conditioning Skid at Barauni Refinery site or after 12 months from the
date of receipt, acceptance of complete material and arrangement of supervision for ercetion
& commissioning at BR site, whichever is earlier.
6 of 16
d. 20 % payment of total PO valve shall be made after successful installation &
commissioning of NG Conditioning Skid at Barauni Refinery site or after 12 months from the
date of receipt, acceptance of complete material and arrangement of supervision for ercetion
& commissioning at BR site, whichever is earlier.
Note: Bidder has to completely adhere to the Payment terms and conditions as mentioned
above and submit their unconditional acceptance to the same. In case vendor does not
agree to IOCL payment terms & conditions, loading shall be applicable as per tender.
15 Integrity Pact Agreement Applicable and mandatory clause.
All the prospective bidders willing to participate in the subject tender shall have to
necessarily sign the IPA in order to be eligible to participate in this tender. Necessary
document shall be submitted along with the bid. In case the bidder does not sign the IPA,
their offers shall be disqualified/ rejected.
16 Pre Bid meeting
Bidder shall attend the pre-bid discussion (telephonically/ video conferencing/ site visit) at
their own cost at IOCL, Barauni Refinery as intimated to them. No technical queries shall be
entertained after Pre-Bid discussion. Bidders are requested to submit pre bid queries to
IOCL at least 2 days before the Pre Bid Meeting. Refer details in clause no. 1.12 of MR for
NG Conditioning Skid Doc no. NGBR-PRJ-MRT-001 dt. 06.06.2020, R1.
17 Other Points: Offers from the following type of bidders shall not be considered:
(a) Bidder(s) who are undergoing insolvency resolution process or liquidation or bankruptcy
proceeding under Insolvency and Bankruptcy, Code 2016
(b) Bidder(s) whose insolvency resolution process or liquidation or bankruptcy proceeding is
initiated under the Code at any stage of evaluation of the bid.
18 GENERAL CONDITIONS OF CONTRACT (GCC) & SPECIAL CONDITIONS OF
CONTRACT (SCC) shall be applicable in addition to IOCL GPC.
IOCL GPC, GCC & SCC shall be applicable in this tender as attached separately.
Signature Not Verified
Digitally signed by SUSHIL GURIA
Date: 2020.06.09 14:58:58 IST
Location: Indian Oil Corporation Ltd-IOCL
7 of 16