Name of Work Tender No.
ARC agency for carrying out Leak Detection and Repair (LDAR) 9060C25B64
program at Panipat Refinery, PX-PTA and Panipat Naphtha Cracker
(PNC).
Pre Qualification Criteria
Below mentioned Pre-Qualification Criteria (PQC) shall have to compulsorily be met by all the Intending
bidders. PQC mentioned elsewhere in the tender document shall be ignored.
1. Tender No. 9060C25B64
2a Name of Work “ARC agency for carrying out Leak Detection and Repair
(LDAR) program at Panipat Refinery, PX-PTA and Panipat
Naphtha Cracker (PNC)."RPRC257192
2b Type of contract Service contract
2c Time Schedule / Duration of Contract 24 (Twenty Four) Months from the date of site handing over.
Site will be handed over within 10 (Ten) Days of issue of
GeM Contract/NOA/LOA which ever is placed first.
Note: Since the nature of job is “Critical”, Therefore, No Relaxation on PQC ground is allowed to Startup-
India registered bidders and MSE bidders.
3. Earnest Money Deposit (EMD) INR 6,600.00/-
MSEs with valid Udyam Registration Certificate, Startups
(recognized by Department of Industrial Policy & Promotion,
Ministry of Commerce & Industry, Govt of India), Government
organizations, Central/State PSUs and JVs of IOCL are
exempted from submission of EMD. Bidders claim such
exemption need to submit necessary documentary proof of their
eligibility along with their techno-commercial bid. The certificate
must be valid on the bid submission date. In absence of same
their offer is liable for rejection. Suo motto submission of
certificate after the due date of bid submission will not be
considered for EMD exemption.
(i) Bidders can submit the EMD with payment online through
RTGS / internet banking either through ePay One (details given
in Instructions to Bidders) OR as per following details:
Beneficiary Name: Panipat Refinery Indian Oil Corporation Ltd
Account No: 10432167067
IFSC Code: SBIN0008706
Bank Name: State Bank of India
Branch Address: Baholi Panipat
Bidder to indicate tender number and name of bidding entity in
the transaction details field at the time of online transfer. Bidder
has to upload scanned copy / proof of the Online Payment
Transfer along with the bid.
(ii) EMD can also be submitted through Bank Guarantee
(BG). The validity of BG in lieu of EMD shall be at least 3
months beyond bid validity.
Offers received without EMD/valid EMD exemption document
are liable for OUTRIGHT REJECTION.
Doc No. PRCC_04_TEN_06_83
PRE-QUALIFICATION CRITERIA Rev_13 Date 17.04.2025
Name of Work Tender No.
ARC agency for carrying out Leak Detection and Repair (LDAR) 9060C25B64
program at Panipat Refinery, PX-PTA and Panipat Naphtha Cracker
(PNC).
4. Annual Turnover (ATO) Minimum INR 7.88 Lakhs during any of the three preceding
financial years from the date of tender publication.
In case, original bid closing date is up to 6 months from the
current financial year, and, in case audited financial results of
the immediate three preceding financial years are not available,
bidders have an option to submit the audited financial results of
the three years immediately prior to preceding financial year.
Wherever the closing date of the bid is after 6 months from the
current financial year, bidders must compulsorily submit the
audited financial results for the immediate three preceding
financial years.
The audited financial results shall be certified by an auditor on
or before the date of bid submission.
Proof of ATO shall be submitted in the form of Audited Balance
Sheet & Profit and Loss account.
5. Value of Single Work (SWO) Three completed works each costing not less than
executed by the bidder as main INR 3.94 Lakhs OR
contractor or subcontractor for Two completed works each costing not less than
similar nature of work (during any of INR 5.25 Lakhs OR
the last SEVEN years ending on last One completed work costing not less than
day of the month immediately INR 6.57 Lakhs
previous to the month in which last (The above value of completed works is inclusive of service
date of bid submission falls) tax/GST).
Note: In case of extended bid submission date, original bid
submission date shall be considered.
6. Similar nature shall be defined as “Fugitive Emission Monitoring / VOC Monitoring / LDAR
Program / Hydrocarbon Leak Detection/ Benzene Leak
Detection/ Benzene monitoring in any petroleum oil refinery
/ Petrochemical Industry/petroleum oil exploration
industry.”
7. Additional Technical Requirement "The bidder/contractor must provide
approval/recognition/enlistment in gazette notification by
MOEF&CC/CPCB/any SPCB, as Environmental Laboratory
under Environmental (protection) Act, 1986, The
approval/recognition/enlistment in gazette notification by
MOEF&CC/CPCB/any SPCB as Environmental Laboratory
under Environmental (protection) Act, 1986 must be valid till
the original bid submission date of the tender. In case an
application has been submitted for renewal of the
approval/recognition/enlistment in gazette notification by
MOEF&CC/CPCB/any SPCB, as Environmental Laboratory
under Environmental (protection) Act, 1986, by the
bidder/contractor than the bidder/contractor must submit a
copy of application submitted for renewal of the existing
certificate, relevant documentary proof of the same must be
enclosed along with the techno-commercial offer."
In case of Non submission of technical pre-qualification
criteria documents, submitted bid/offer will be liable for
rejection.
8. Whether the Tendered Job is a ARC Yes
/ AMC [If ARC / AMC job then the
work experience value submitted by
the bidder shall be annualised]
Doc No. PRCC_04_TEN_06_83
PRE-QUALIFICATION CRITERIA Rev_13 Date 17.04.2025
Name of Work Tender No.
ARC agency for carrying out Leak Detection and Repair (LDAR) 9060C25B64
program at Panipat Refinery, PX-PTA and Panipat Naphtha Cracker
(PNC).
9. Other requirements (Not a PQC but 1. PF Code Allotment letter/PF registration.
mandatory requirement so failure to 2. Independent ESI Code or undertaking for Independent ESI
submit any of these documents may code in the Format given as Annexure to ITB.
lead to rejection of bid) 3. Proof of Authority in favour of person authorized to submit the
bid.
4. Copy of PAN card.
5. Certificate of Incorporation / Partnership deed/ Proprietor
ship affidavit/ Societies Registration Certificate.
10. Integrity Pact Agreement Not Applicable
11. Reverse Auction Not Applicable
12. Split Tender (Yes/No) No
13. Whether interest bearing No
Mobilization Advance is applicable?
14. Contact details of Tender Inviting DGM (Contracts), Panipat Refinery
Authority Indian Oil Corporation Limited, Panipat-132140
E-mail:
[email protected] [email protected]15. General: Bidder to note the followings before bidding
i) Provisions/conditions stipulated in this document shall supersede all sections of tender
document
ii) Offer from following types of bidder will NOT be accepted
a) Who are in the Holiday list of IOCL or its Administrative Ministry, MoPNG
b) Who are under liquidation, court receivership or similar proceedings.
c) Who are undergoing insolvency resolution process or liquidation or bankruptcy proceeding under
Insolvency and Bankruptcy Code, 2016(Code) or any other applicable law (in case where Code is not
applicable).
d) Whose insolvency resolution process or liquidation or bankruptcy proceeding is initiated under the
Code or any other applicable law (in case where Code is not applicable) at any stage of evaluation of
the bid. In case where the bid of the L-1 bidder is rejected on the aforesaid grounds during the period
between Price-Bid-Opening and Award-of-Contract, then the bid of the next higher eligible bidder will
be considered for further processing.
e) Consultant appointed for the project / work shall not be allowed to participate in the tender either
directly or indirectly for the same project for which they are working as consultant. An indirect
participation shall include participation through an affiliate or as a sub-contractor, consultant or
supplier. The expression ‘affiliate’ for the purpose of this clause will include any person, or company
or association (howsoever designated) who/which is a member of the consultancy firm (if the
consultancy firm is a joint venture or consortium or who or which is directly or indirectly holds 10%
(ten percent) or more of the capital or voting capital of consultant (if the consultant or any of its
members is a company or a body corporate) or who or which is a consultant or sub-contractor of the
consultant with regard to the project.
f) Foreign bidders are participating in Domestic /National tender.
g) Offer from Joint Bidders / Consortium
h) Offer from bidders who are on Watch List of IOCL
iii) The subject work is indivisible and shall be awarded to single successful bidder unless stated otherwise
elsewhere in the tender document.
iv) Experience of only the bidding entity shall be considered, unless specifically permitted in the tender
document to use the credentials of its parent or any group company to meet the Experience Criteria, in
which case method of evaluation shall be as described in clause 2 of Instruction to Tenderers. A work
executed by a bidder for its own plant/projects shall not be considered as experience for the purpose of
meeting requirement of experience criteria of the tender. However, jobs executed for Subsidiary / Fellow
Subsidiary / Holding company will be considered as experience for the purpose of meeting experience
criteria subject to submission of tax paid invoice(s) duly certified by Statutory auditor of the bidder towards
Doc No. PRCC_04_TEN_06_83
PRE-QUALIFICATION CRITERIA Rev_13 Date 17.04.2025
Name of Work Tender No.
ARC agency for carrying out Leak Detection and Repair (LDAR) 9060C25B64
program at Panipat Refinery, PX-PTA and Panipat Naphtha Cracker
(PNC).
payments of statutory tax in support of the job executed for Subsidiary / Fellow Subsidiary /Holding
company. Such bidders shall submit these documents in addition to the documents specified in the PQ
Documents to meet Experience Criteria.
Consultant appointed for the project / work shall not be allowed to participate in the tender either directly
or indirectly. An indirect participation shall include participation through an affiliate or as a sub-contractor,
consultant or supplier. The expression ‘affiliate’ for the purpose of this clause will include any person, or
company or association (howsoever designated) who/which is a member of the consultant (if the
consultant is a joint venture or consortium or who or which directly or indirectly holds 10% (ten percent)
or more of the capital or voting capital of consultant (if the consultant or any of its members is a company
or a body corporate) or who or which is a consultant or sub-contractor of the consultant with regard to the
project.
For fulfilling the experience criteria against work order(s) following documents may be considered as valid
proof for meeting the criteria:
a) Purchase/ Work Order copy with Schedule of Rates/ Scope of Works. And
b) Satisfactory Completion certificate by client (or their PMC/EPCM consultant) with executed value,
date of completion of the job and reference work order number. In case executed value is not
mentioned in the completion certificate issued by the client, work order value with amendments, if
any, shall be considered for the purpose of evaluation.
v) If Detail work order qualifying for similar nature as described including covering letter and schedule of
rates and satisfactory completion certificate containing executed value & date of completion of similar
nature of work as defined above shall be required. However, where the executed value is not mentioned
in the completion certificate, the copy of certified bill shall also be acceptable for determining value if
submitted along with completion certificate. In case executed value is not mentioned in the completion
certificate issued by the client, work order value with amendments, if any, shall be considered for the
purpose of evaluation. Executed value or work order value, whichever is higher shall be considered for
evaluation of pre-qualification. In case, the executed value of job is more than work order value and bidder
claims for meeting the PQC requirement on the basis of executed value then it is the responsibility of the
bidder to submit the documentary evidence of final executed value (such as copy of final bill, executed
value mentioned in completion certificate etc.) along with his bid.
vi) In case of sub-contract works, the bidder is also required to submit a Certificate from the end user / Owner
/ Consultant of the Owner acting as EIC stating that the main contractor has intimated them about the
engagement of sub-contracting OR have been allowed/ permitted as a sub-contractor.
vii) In case any bidder submits work order and completion certificate of any completed contract where the
bidder had worked as a leader / member of Joint Venture / Consortium / Joint Bidder, the work value shall
be worked out as per the percentage share of the bidder in the JV / Consortium / Joint bidding agreement.
Further in case the bidder had executed only a certain portion of the composite job through such
agreement, their experience shall be counted for that particular portion of the job executed by them only,
as specified in the JV/ consortium/joint bidder agreement. For such cases, in addition to work order and
completion certificate(s), bidder will also submit copy of JV / consortium / joint bidder agreement and work
order & completion certificate(s) has to be issued in the name of such JV / consortium / Joint bidder OR
in the name of the Leader with brief details of JV / consortium / joint bidder specified in the work order.
viii) If bidder submits a composite work order for evaluation and the AMC/CAMC/PWAMC/O&M is going on,
after supply and installation part is completed by the contractor as per completion certificate, the same
shall be considered as completed work and the amount towards supply and installation shall be
considered for qualifying the bidder in PQC towards experience criteria.
ix) The offers with incomplete /irrelevant documents or anomalies are liable to be rejected without any
communication. Hence, bidders are advised to take utmost care while uploading their prequalification
documents.
x) In case of Rate Contracts, which are running under extension after original contractual completion period,
suitable document (certified by “WO issuing company” / Engineer-In-Charge) indicating executed value
up to the original/extended completion period along with extension letter will be treated as proof of
Doc No. PRCC_04_TEN_06_83
PRE-QUALIFICATION CRITERIA Rev_13 Date 17.04.2025
Name of Work Tender No.
ARC agency for carrying out Leak Detection and Repair (LDAR) 9060C25B64
program at Panipat Refinery, PX-PTA and Panipat Naphtha Cracker
(PNC).
successful completion of work. For Rate Contract tender of duration one year or more, evaluation of the
experience criteria will be done based on annualized value of the Rate Contract.
xi) In case the work orders submitted by the bidder is in multiple currency/ non-INR, the same shall be
converted to equivalent INR considering the conversion rate as on the date of issue of the reference
order(s) based on SBI bill selling rate.
xii) Relevant supporting documents towards other requirements specified are also to be uploaded along with
Techno-commercial bid failing which bid is liable for rejection.
xiii) The amount considered for meeting the experience criteria of PQC shall be inclusive of Service Tax/GST.
In case proof /certificate submitted by the bidder does not have clarity regarding taxes i.e. the value of
work specified in order /certificate is whether inclusion or exclusion of Service tax/GST, the amount
appearing in the certificate/order shall be considered inclusive of tax and shall be evaluated accordingly.
xiv) IOCL reserves the right to reject any or all of the tenders or any parts of the tender so received and may
cancel the tender in part or full, extend the due date of Tender submission etc. without assigning any
reason.
xv) Bidders are to quote their most competitive rates. Negotiations will not be conducted with the bidders as
a matter of routine. However, Owner reserves the right to conduct negotiations. Ordinarily the lowest
responsive bids shall be preferred. However, the OWNER reserves the right not to accept the lowest bid,
if in its opinion this would not be in the interests of the works/IOCL.
xvi) Legal dispute, if any, shall only be within the jurisdiction of Local Court unless mentioned otherwise.
xvii)All communication will be made through GeM portal. However, IOCL reserve the right to take cognizance
of the communication made outside the portal under exceptional circumstances.
xviii) Bidder cannot make any claim against IOCL towards its expense incurred in connection with the
preparation and delivery of their bids, site visit, participating in the discussion and other expenses incurred
during bidding process.
xix) Submission of authentic documents is the prime responsibility of the bidder. Wherever IOCL has concern
or apprehension regarding the authenticity/ correctness of any document, IOCL reserves the right to get
the documents verified from issuing authority/any relevant source. If documents (part or full) are found
forged, such offers will be summarily rejected and EMD will be forfeited and may be debarred from future
tenders.
xx) After opening of the technical bids but before the opening of the price bids, the bids may be rejected for
unsatisfactory performance or adverse comments which have come to the notice of the tender inviting
authority.
xxi) Offers not meeting statutory requirement are liable for rejection.
xxii) Notwithstanding any other condition / provision in the tender documents, bidders are required to submit
complete documents pertaining to Pre-Qualification Criteria (PQC) along-with their offer. IOCL reserves
the right to complete the evaluation, with or without seeking any additional supporting documents /
clarifications.
xxiii) In case, a bidder submits any of the Pre Qualification supporting documents in any foreign
language other than English, then it will be the responsibility of the bidder to also provide the English
translation copy of the such document duly certified, stamped and signed by their Local Chamber of
Commerce/ Notary.
xxiv) During the contract / engagement the organization, its employees, agents, other contractors, sub-
contractors and their employees, etc., may be exposed to certain unpublished price sensitive information
(UPSI), that is not generally available and which upon becoming generally available is likely to materially
Doc No. PRCC_04_TEN_06_83
PRE-QUALIFICATION CRITERIA Rev_13 Date 17.04.2025
Name of Work Tender No.
ARC agency for carrying out Leak Detection and Repair (LDAR) 9060C25B64
program at Panipat Refinery, PX-PTA and Panipat Naphtha Cracker
(PNC).
affect the price of the securities issued by Indian Oil. Such UPSI shall be held by the organization, its
employees, agents, other contractors, subcontractors and their employees etc., in strictest confidence
and shall not be disclosed to any other party except on need to know basis and with the prior consent of
Indian Oil. It is hereby further cautioned that, the organization, its employees, agents, other contractors,
sub-contractors, their employees and immediate relatives thereof, should not trade in the securities of
Indian Oil while in possession of such UPSI or communicate such UPSI to any person except in
furtherance of legitimate purposes, performance of duty or discharge of legal obligations. Any trades in
securities of Indian Oil, while in possession of any UPSI would be presumed to have been motivated by
the knowledge and awareness of the UPSI and liable for penal action under this contract / engagement
as well as under SEBI (Prohibition and Insider Trading) Regulations, 2015. It is therefore advised to
familiarize with the “Code for Prevention of Insider Trading in the Securities of Indian Oil”, copy of which
is hosted on the website www.iocl.com. Accordingly, it must be ensured that any UPSI, whenever received
from the Indian Oil,
a) shall be used solely for the purpose for which it is being disclosed;
b) shall be preserved and the secrecy of such information shall be maintained;
c) shall not be disclosed to any third party;
d) shall be kept securely and properly protected against theft, damage, loss and unauthorized access
(including access by electronic means) by deploying means similar to those being used to secure
their own confidential information;
e) to notify Indian Oil immediately upon becoming aware that any of the confidential information has
been disclosed to or obtained by a third party.
The organization shall undertake that its employees & their immediate relatives, agents, subcontractors
and any other person associated with said contract / engagement does not violate any of the provision of
the SEBI (Prohibition of Insider Trading) Regulation, 2015. Any violation shall be considered as breach
of terms of contract / engagement and Indian Oil shall take necessary action for such breach in addition
to reporting to SEBI for taking necessary action under SEBI (Prohibition of Insider Trading) Regulations,
2015.
xxv) The quoted rates shall not be less than the minimum wage (fixed component) as specified in
SOR. However, bids without any element of cost over and above such minimum wage (or below it) shall
be treated as 'NIL' price quotation and would be REJECTED.
Deputy General Manager (Contracts)
Indian Oil Corporation Ltd.,
Panipat Refinery
Doc No. PRCC_04_TEN_06_83
PRE-QUALIFICATION CRITERIA Rev_13 Date 17.04.2025