0% found this document useful (0 votes)
115 views18 pages

Tendernotice

1. The notice invites bids for the LSTK package for revamp of existing AVU heater including common APH system for the DR 1.0 expansion project at IOCL Digboi Refinery in Digboi, Assam, India. 2. The scope of work for bidders includes design, engineering, procurement, fabrication, erection, commissioning and operation assistance of the revamped fired heater on an EPC basis with single point responsibility. 3. The overall completion period is 16 months from issue of Letter of Acceptance, including 12 months for supply and delivery at site and 4 months for site works, commissioning and shutdown works.

Uploaded by

mmeskalkaji2
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
115 views18 pages

Tendernotice

1. The notice invites bids for the LSTK package for revamp of existing AVU heater including common APH system for the DR 1.0 expansion project at IOCL Digboi Refinery in Digboi, Assam, India. 2. The scope of work for bidders includes design, engineering, procurement, fabrication, erection, commissioning and operation assistance of the revamped fired heater on an EPC basis with single point responsibility. 3. The overall completion period is 16 months from issue of Letter of Acceptance, including 12 months for supply and delivery at site and 4 months for site works, commissioning and shutdown works.

Uploaded by

mmeskalkaji2
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 18

NOTICE INVITING TENDER

DOMESTIC COMPETITIVE BIDDING

BIDDING DOCUMENT NO. : TP/214227C/T/LSTK/PKG01


NAME OF WORK: LSTK PACKAGE FOR “REVAMP OF EXISTING AVU HEATER INCLUDING
COMMON APH SYSTEM” FOR DR 1.0 EXPANSION PROJECT AT IOCL DIGBOI REFINERY,
DIGBOI, ASSAM, INDIA

NOTICE INVITING TENDER

FOR

LSTK PACKAGE FOR


“REVAMP OF EXISTING AVU HEATER INCLUDING COMMON APH
SYSTEM” FOR DR 1.0 EXPANSION PROJECT AT IOCL DIGBOI REFINERY,
DIGBOI, ASSAM, INDIA

Page 1 of 18
NOTICE INVITING TENDER
DOMESTIC COMPETITIVE BIDDING

BIDDING DOCUMENT NO. : TP/214227C/T/LSTK/PKG01


NAME OF WORK: LSTK PACKAGE FOR “REVAMP OF EXISTING AVU HEATER INCLUDING
COMMON APH SYSTEM” FOR DR 1.0 EXPANSION PROJECT AT IOCL DIGBOI REFINERY,
DIGBOI, ASSAM, INDIA

TABLE OF CONTENTS

A. INTRODUCTION……………………………….............................................. 3
B. SALIENT FEATURES OF NOTICE INVITING TENDER (NIT) ……………. 3 TO 13
C. GENERAL ………………………………………………………………………… 13 TO 18

Page 2 of 18
NOTICE INVITING TENDER
DOMESTIC COMPETITIVE BIDDING

BIDDING DOCUMENT NO. : TP/214227C/T/LSTK/PKG01


NAME OF WORK: LSTK PACKAGE FOR “REVAMP OF EXISTING AVU HEATER INCLUDING
COMMON APH SYSTEM” FOR DR 1.0 EXPANSION PROJECT AT IOCL DIGBOI REFINERY,
DIGBOI, ASSAM, INDIA

A. INTRODUCTION

M/s Technip Energies India Ltd. as EPCM Consultant on behalf of OWNER M/s Indian Oil
Corporation Ltd. invites e-tenders for execution of LSTK PACKAGE FOR “REVAMP OF
EXISTING AVU HEATER INCLUDING COMMON APH SYSTEM” FOR DR 1.0 EXPANSION
PROJECT AT IOCL DIGBOI REFINERY, DIGBOI, ASSAM, INDIA” on Domestic Competitive
Bidding under Single stage Two Bids System through IOCL's e-Tendering portal
https://iocletenders.nic.in from competent bidders with sound technical and financial standing &
capabilities and fulfilling the qualifying requirements stated hereunder in the NIT document.

B. SALIENT FEATURES OF NOTICE INVITING TENDER (NIT)

1. Tender No. TP/214227C/T/LSTK/PKG01


Open Domestic Competitive bidding basis Under Two Bid
2. Type of Bid
System (Un-priced & Priced bid)

LSTK PACKAGE FOR “REVAMP OF EXISTING AVU


HEATER INCLUDING COMMON APH SYSTEM” FOR DR 1.0
3. Name of Work
EXPANSION PROJECT AT IOCL DIGBOI REFINERY,
DIGBOI, ASSAM, INDIA

A. INTRODUCTION

M/s. TECHNIP ENERGIES INDIA LIMITED (T.EN) as EPCM


CONSULTANT on behalf of OWNER M/s. INDIAN OIL
CORPORATION LIMITED (IOCL) invite e-Bids for execution of
LSTK PACKAGE FOR “REVAMP OF EXISTING AVU HEATER
INCLUDING COMMON APH SYSTEM” FOR DR 1.0
EXPANSION PROJECT AT IOCL DIGBOI REFINERY, DIGBOI,
ASSAM, INDIA on Open Domestic Competitive Bidding under
Single Stage Two-Bid system (Part-1: Techno-Commercial Bid
and Part-2: Priced Bid) from competent bidders fulfilling the
4. Brief Scope of Work Qualification Criteria as stated in this document.

B. BRIEF SCOPE OF WORK

Indian Oil Corporation (IOCL) is India's flagship National Oil


Company, with business interests that straddle the entire
hydrocarbon value chain - from refining, pipeline transportation
and marketing of petroleum products to exploration & production
of crude oil & gas as well as marketing of light & middle
distillates, natural gas, and petrochemicals. It is the highest
ranked Indian corporate in the prestigious Fortune 'Global 500'
listing, ranked 212 positions for the year 2020. Indian Oil and its

Page 3 of 18
NOTICE INVITING TENDER
DOMESTIC COMPETITIVE BIDDING

BIDDING DOCUMENT NO. : TP/214227C/T/LSTK/PKG01


NAME OF WORK: LSTK PACKAGE FOR “REVAMP OF EXISTING AVU HEATER INCLUDING
COMMON APH SYSTEM” FOR DR 1.0 EXPANSION PROJECT AT IOCL DIGBOI REFINERY,
DIGBOI, ASSAM, INDIA
subsidiaries own and operate 11 of India's refineries and its
cross-country network of crude oil, product and gas pipelines is
the largest in the country. The corporation has a crude oil
processing capacity of 80.7 MMTPA (32% of the total industry
share).

Indian Oil Corporation Ltd. (IOCL), the Owner, intends to


increase the capacity of its Digboi Refinery from existing 0.65
MMTPA to 1.0 MMTPA. IOCL has awarded Technip Energies
India Limited for Consultancy Services (EPCM) for overall
project management, FEED preparation, residual & detail
engineering, process design/Engineering, Procurement &
expediting services, Tendering & award, construction
management & supervision, Quality assurance, & assistance in
start-up, commissioning & performance test run of Capacity
Expansion Project from 0.65 MMTPA to 1.0 MMTPA including
revamp of Crude Furnace (01-FF-00-001),Vacuum Furnace (02-
FF-00-001), and Common APH system of Digboi Refinery.
Term Definition /Expanded form OWNER Indian Oil
Corporation Ltd. (IOCL) EPCM CONSULTANT Technip
Energies India Ltd.

Bidder’s Scope of Work and Supply shall include Residual


Thermal Design, Mechanical Design, Detailed Engineering,
Procurement, Supply, Fabrication, Erection and Commissioning
of the revamped Fired Heater as a single point responsibility.

Bidder shall execute the work on EPC (Engineering,


Procurement and Construction) basis with single-point
responsibility. The scope of work for LSTK PACKAGE FOR
“REVAMP OF EXISTING CDU VDU HEATER INCLUDING
COMMON APH SYSTEM” FOR DR 1.0 EXPANSION PROJECT
AT IOCL DIGBOI REFINERY, DIGBOI, ASSAM, INDIA includes
(indicatively, but not limited to)
• Design including Thermal and Mechanical design.
• Detailed Engineering
• Procurement
• Supply and delivery
• Fabrication
• Erection
• Pre-Commissioning & Commissioning
• Integrating the revamped systems with the existing
facilities
• Project Management
• Quality assurance,
• Twelve (12) months of operation assistance after
Commissioning

Page 4 of 18
NOTICE INVITING TENDER
DOMESTIC COMPETITIVE BIDDING

BIDDING DOCUMENT NO. : TP/214227C/T/LSTK/PKG01


NAME OF WORK: LSTK PACKAGE FOR “REVAMP OF EXISTING AVU HEATER INCLUDING
COMMON APH SYSTEM” FOR DR 1.0 EXPANSION PROJECT AT IOCL DIGBOI REFINERY,
DIGBOI, ASSAM, INDIA
• PGTR

The detailed scope of work is defined elsewhere in the tender


document.
The Overall completion period shall be 16 months (12 Months
for Supply and delivery at Site+ 4 Months for Site Works
including Shutdown works (Mechanical completion,
Precommissioning and commissioning including Shutdown with
5. Time Schedule working hrs. of 24x7) from the date of issue of Fax of
Acceptance (FOA)/Letter of Acceptance including Mobilization.
For detailed Completion Schedule, Bidder to refer Annexure-A
II to SCC PART A.
From 15:00 Hrs. (IST) on 13.12.2023 to 15:00 Hrs. (IST) on
03.01.2024
Tender documents can be downloaded free of charge from the
Tender download website www.iocletenders.gov.in during the above period.
6.
schedule The Bidding Document along with Qualification Criteria, Integrity
Pact and subsequent Addendum/Corrigendum (if any) can be
viewed / downloaded from the following website:
https://iocletenders.nic.in
Cut-off date for
submitting the NDA
7. NOT APPLICABLE
(Confidentiality
agreement)
Prebid meeting shall be carried out at the following
address:

Technip Energies India Limited, A4, Sector 1, Noida, Uttar


Pradesh on 21.12.23 from 14:30 Hrs.

8. Pre-Bid Meeting Bidders are requested to send email confirmation for


participating in the Pre-bid meeting at the following e-mail id at
least two (02) days Prior to the meeting:

[email protected]/ [email protected]

Start Date of Submission of Bid/Tender/EMD:

Submission of From 11.00 Hrs. (IST) on 28.12.2023


9.
Bid/Tender/EMD
Last date of Submission of Bid/Tender/EMD:

Page 5 of 18
NOTICE INVITING TENDER
DOMESTIC COMPETITIVE BIDDING

BIDDING DOCUMENT NO. : TP/214227C/T/LSTK/PKG01


NAME OF WORK: LSTK PACKAGE FOR “REVAMP OF EXISTING AVU HEATER INCLUDING
COMMON APH SYSTEM” FOR DR 1.0 EXPANSION PROJECT AT IOCL DIGBOI REFINERY,
DIGBOI, ASSAM, INDIA

Up to 15:00 Hrs. (IST) on 03.01.2024


Offer must be uploaded on e-tender website
https://iocletenders.nic.in

15:00 Hrs. (IST) on 04.01.2024 (*)


If dates identified as (*) above happens to be a declared holiday
in Technip / IOCL-RHQ, the next working day shall be
Techno-Commercial
10. considered.
Tender opening date
Date and time of Price Bid opening will be communicated only to
techno- commercially acceptable bidders through e-tendering
Portal.

Applicable EMD Shall be:


INR 13,55,000.00 (INR. Thirteen Lakhs Fifty Five Thousand
Earnest Money only)
11.
Deposit (EMD)
However, the Exemption of EMD shall be applicable for Small
and Micro Industries as per the Tender conditions. Refer Tender
documents for details.

BIDDER’S QUALIFICATION CRITERIA (BQC) :


12. The Intending Bidders shall meet the minimum Bidder Qualification Criteria (BQC) detailed
below to qualify. The intending Bidders shall have to furnish proof of their Bidder’s
Qualification and Experience along with the Part-I (Techno-Commercial Bid).
Technical Experience Criteria
1) Bidder, as Main Contractor should have successfully completed works involving
single point responsibility for “Heater design with heat absorption duty of minimum
9.0 GKcal/hr involving Engineering of Heater and APH System along with stack in at
least 1 (one) no. of Fired Heater job in last 12 (Twelve) years in a Refinery/
Petrochemical Plant/ Onshore Oil or Gas processing facilities / Fertilizer Plant/ LNG
facilities”. These work/job should have been completed during any of the last 12
(Twelve) years ending on last day of the month immediately previous to the month in
which last date of bid submission (in case of extended bid submission date, original bid
12.1
submission date shall be considered) falls. The heater designed by the bidder as main
contractor must have completed at least one year of successful operation from
commissioning and bidder is required to submit documentary evidence in support of the
same from Client/ Owner/End User.
AND
2) The Bidder should have completed at least one heater job with Alloy Steel Tubes of
the A335 Gr P5 metallurgy or higher materials in at least one Fired Heater / Boiler /
any other fired equipment / waste heat recovery system / piping in a hydrocarbon
service as covered by IBR, ASME Sec. I/ Sec. VIII or B31.3/ API530/ API560 in the
Page 6 of 18
NOTICE INVITING TENDER
DOMESTIC COMPETITIVE BIDDING

BIDDING DOCUMENT NO. : TP/214227C/T/LSTK/PKG01


NAME OF WORK: LSTK PACKAGE FOR “REVAMP OF EXISTING AVU HEATER INCLUDING
COMMON APH SYSTEM” FOR DR 1.0 EXPANSION PROJECT AT IOCL DIGBOI REFINERY,
DIGBOI, ASSAM, INDIA
last 12 (Twelve) years in a Refinery/ Petrochemical Plant/ Onshore Oil or Gas
processing facilities / Fertilizer Plant/ LNG facilities. The above work mentioned in the
para above must have completed at least one year of successful operation from
commissioning and bidder is required to submit documentary evidence in support of the
same from Client/ Owner/End User.
3) In case the Bidder has not carried out Design & Engineering (Thermal & Structural
Design) on its own for referred heater as above against Sr.No.1 & 2 above, Bidder can
still be considered provided they engage a competent engineering sub-contractor who
meets the Design & Engineering criteria under Clause 1) and 2). The heater designed by
the sub-contractor or their foreign principal (In case sub-contractor is a Domestic Entity
backed by foreign company) must have completed at least one year of successful
operation from commissioning. The bidder shall also submit all the relevant documents in
support of the sub-contractor's past experience criteria along with completion certificate of
the fired heater. The selected sub-contractor should be well established in India and the
MOU signed with the sub-contractor should be valid for complete Defect Liability Period
plus one more year.
For meeting the Qualification Criteria as mentioned against Point No.1) and 2) above, bidder
may submit One order for complying to the requirement of clause 1 and clause 2
OR
Bidder may submit one work order for complying against point no.1) and an additional work
order for complying against point no.2).
12.2 Financial Criteria
QUALIFICATION CRITERIA–FINANCIAL

The Annual Turnover of single bidder shall be equal to or more than ₹ 9,94,50,000/- (INR –
12.2.1 Nine Crores Ninety Four Lakhs Fifty Thousand Only) during at least one of the last three
preceding financial years.,
(In this regard, Bidders are requested to refer the details under Sl.No.12.2.3 below also)

12.2.2 Positive Net Worth (Not applicable for this Tender)

Bidder shall have Positive Net Worth:

To establish the Positive Net Worth, Bidder shall furnish the latest Audited Financial
Statement including Auditors reports, Audited Balance Sheet, Profit & Loss Account, Notes,
Annexure (if any) etc.

In case Net worth is negative, the bid shall be considered for further evaluation only if
the bidder provides an undertaking from financial institutions towards “Financial
support for executing Orders in case of Order placement on them”.

The net worth means paid up share capital, share application money pending allotment* and
reserve # less accumulate losses and deferred expenditure to the extent not written off.

Page 7 of 18
NOTICE INVITING TENDER
DOMESTIC COMPETITIVE BIDDING

BIDDING DOCUMENT NO. : TP/214227C/T/LSTK/PKG01


NAME OF WORK: LSTK PACKAGE FOR “REVAMP OF EXISTING AVU HEATER INCLUDING
COMMON APH SYSTEM” FOR DR 1.0 EXPANSION PROJECT AT IOCL DIGBOI REFINERY,
DIGBOI, ASSAM, INDIA

# Reserves to be considered for net-worth shall be all reserves created out of the profits and
securities premium account but shall not include reserves created out of revaluation of
assets, write back of depreciation and amalgamation.

*Share application money pending allotment will be considered only in respect of share to be
allotted.
Accordingly, the definition of net-worth shall be as follows:

Paid-up share capital XXXX


Add: Share application money pending allotment XXXX
Add: Reserves (as defined above) XXXX
Less: Accumulate Losses XX
Less: Deferred revenue expenditure to the extend not written off XX
Net-worth XXXX

The failure to meet Net Worth Criteria above will render the bid submitted to be
summarily rejected.

In case the Net worth of bidder is negative, his bid will be summarily be rejected.

For 12.2.1 and 12.2.2 above, in case the Financial Year closing date is within 9 months of
bid due date and Audited Annual Report of immediately preceding financial year is not
available, bidder has the option to submit the financial details of the previous year
immediately prior to the last financial year. Otherwise, it is compulsory to submit the financial
details of the immediately preceding financial years.

Example, in case, Audited Annual Report of immediate preceding Financial Year (year ending
31st March) is not available and where bid closing date is up to 31st December, the financial
details of the previous year immediately prior to the last financial year may be submitted
However, in case the bid closing date is after 31st December, it is compulsory to submit the
12.2.3 financial details of the immediate preceding financial year only.

Any of the following documents furnished by the bidder in support of above clause shall be
acceptable:

(A) Audited published Annual Report


OR
(B) Audited Balance Sheet and Profit & Loss statement
OR
(C) Financial Statements duly certified by a practicing Chartered Accountant (not being an
employee or a Director and not having any interest in the bidder’s company) where
audited accounts are not mandatory as per Law.

12.3 COMMERCIAL EXPERIENCE CRITERIA

Page 8 of 18
NOTICE INVITING TENDER
DOMESTIC COMPETITIVE BIDDING

BIDDING DOCUMENT NO. : TP/214227C/T/LSTK/PKG01


NAME OF WORK: LSTK PACKAGE FOR “REVAMP OF EXISTING AVU HEATER INCLUDING
COMMON APH SYSTEM” FOR DR 1.0 EXPANSION PROJECT AT IOCL DIGBOI REFINERY,
DIGBOI, ASSAM, INDIA

For Commercial experience, the bidder, as a Main Contractor, should have completed at
least One or Two or Three works of Similar Nature and for the minimum value(s) as
indicated below. These works/jobs should have been completed during any of the last 12
12.3.1
(Twelve) years ending on last day of the month immediately previous to the month in which
last date of bid submission (in case of extended bid submission date, original bid submission
date shall be considered) falls.
“Similar nature of job is as defined at Sl. No. 12.3.3”
One “Similar” completed contracts having similar works valuing not less than the amount
a)
equal to INR. 11,05,00,000/- (INR. Eleven Crores Five Lakhs only)

b) Two “Similar” completed contracts each having similar works valuing not less than the
amount equal to INR. 8,84,00,000/- (INR. Eight Crores Eighty-Four Lakhs only)

c) Three “Similar” completed contracts each having similar works valuing not less than the
amount equal to INR. 6,63,00,000/- (INR. Six Crores Sixty-Three Lakhs only)

12.3.2 The above values of completed work shall be exclusive of GST / Service tax.

Definition of Similar nature of work:


Similar work in 12.3.1 above shall mean:
1) “The Bidder should have successfully executed and completed EPC/EPCC/ LSTK
Contract with single point responsibility, involving" Project Management, Detailed
Engineering, Procurement, Construction, Pre-commissioning and Commissioning/
Commissioning Assistance for Heater Job in Process Unit with or without associated
offsite facilities/offsite & utilities/installations in a Refinery/ Petrochemical Plant/ Onshore
12.3.3 Oil or Gas processing facilities / Fertilizer Plant/ LNG facilities in India.”

AND

2) The unit(s) must have been commissioned and should have completed operation for at
least one (1) year after commissioning within the last 12 years ending on last day of the
month immediately previous to the month in which last date of bid submission falls (in
case of extended bid submission date, original bid submission date shall be considered).

12.4 Documentation requirements


The bidder shall, in their own interest, furnish complete documentary evidence, as required,
to justify that the bidder meets the Bidders Qualification Criteria (BQC).
a)
Notwithstanding any other condition/ provision in the Tender documents, bidders are

Page 9 of 18
NOTICE INVITING TENDER
DOMESTIC COMPETITIVE BIDDING

BIDDING DOCUMENT NO. : TP/214227C/T/LSTK/PKG01


NAME OF WORK: LSTK PACKAGE FOR “REVAMP OF EXISTING AVU HEATER INCLUDING
COMMON APH SYSTEM” FOR DR 1.0 EXPANSION PROJECT AT IOCL DIGBOI REFINERY,
DIGBOI, ASSAM, INDIA
required to submit complete documents pertaining to BQC along with their offer.
Failure to meet the BQC will render the bid to be summarily rejected. IOCL reserves
the right to complete the evaluation based on the details furnished by the bidder, with
or without seeking any additional supporting documents /clarifications.

For Technical Experience Criteria


For technical experience criteria, The Bidder shall furnish documentary proof in form of the
copy of work order(s) / contract agreement(s)/ relevant pages of contract document(s)
mentioning the value and the scope of work along with completion certificate(s) issued by
owner/ consultant and certificate(s) of commissioning of previous plants from owner/
Consultant or any other certificate issued by owner/ consultant certifying that work is
commissioned, fulfilling the technical experience criteria for themselves as well as their
b)
proposed engineering sub-contractor, as applicable. Bidder shall submit datasheet/GAD,
P&ID/ or any other supporting document in support of qualification criteria as mentioned in
12.1 1) & 2) above in Technical Criteria Section.

For commercial experience Criteria Bidder shall furnish documentary proof in form of the
copy of work order(s)/ contract agreement(s)/ relevant pages of contract document(s)
mentioning the value and the scope of work, Price-Schedule/Schedule of Rates, completion
certificate(s) issued by owner/ Consultant indicating the executed value etc.

In case of Bidders experience in a Composite Work, in the event the qualifying requirement
cannot be ascertained from the work order/completion certificate submitted by the bidder,
Copy of Schedule of Rates (SOR), relevant pages of contract, copy of relevant pages of Final
c) Bill certified by Owner for establishing requirement of BQC or Letter from the Owner
specifying the nature of work with quantities and executed values can be submitted for
qualification.

In case Executed Value is not mentioned in the Completion Certificate, Work Order
value with amendments, if any, shall be considered towards BQC requirements. Where
d) the executed value is not mentioned in the Completion Certificate, the copy of certified
Bill shall also be acceptable for determining the Executed Value if submitted along
with Completion Certificate.

The amount(s) considered for meeting the experience criteria of BQC under Sl. No.12.3
above of NIT shall be exclusive of Service Tax/GST. Bidder shall produce documentary
evidence against the Taxes & Duties applicable against the concerned job(s). In case the
e)
value of job submitted by the bidder does not have clarity with regard to inclusion/exclusion of
Service tax/GST, the amount appearing in the Completion Certificate shall be considered
exclusive of tax and shall be evaluated accordingly
f) A job completed by a bidder as a Sub-Contractor shall be considered for the purpose of

Page 10 of 18
NOTICE INVITING TENDER
DOMESTIC COMPETITIVE BIDDING

BIDDING DOCUMENT NO. : TP/214227C/T/LSTK/PKG01


NAME OF WORK: LSTK PACKAGE FOR “REVAMP OF EXISTING AVU HEATER INCLUDING
COMMON APH SYSTEM” FOR DR 1.0 EXPANSION PROJECT AT IOCL DIGBOI REFINERY,
DIGBOI, ASSAM, INDIA
meeting the technical and commercial experience criteria of BQC subject to submission of
following documents in support of meeting the “Bidder Qualification Criteria”:
i. Copy of Work Order along with SOR and Completion Certificate issued by the
Main Contractor.
ii. Bidder has to submit a Certificate from the End User/ Owner/Consultant of the
Owner stating that the Main Contractor has intimated them about the engagement
of Bidder as a Sub-Contractor OR the Bidder had been allowed/permitted as a
Sub-Contractor in the concerned job(s). (This is not required in those cases where
Completion Certificate/Commissioning Certificate issued in the name of Bidder
directly by the End User/ Owner/Consultant of the Owner is available). The Copy
of Certified Final Bill/TDS Details against the concerned job shall also be submitted
by the Bidder, if so required by IOCL/Technip Energies India Limited.
iii. Copies of Completion Certificate issued by the Owner/ Owner’s Consultant. The
said Certificates shall have details like work order no. /date, brief scope of work,
ordered & executed value of the job, completion date etc. In case bidder is not able
to furnish the completion certificates from the Owner/Owner’s Consultant in his
name then the Certificate issued in the name of Main Contractor shall also be
considered as proof of completion of the relevant job.

A job executed by a bidder for its own plant/ projects shall not be considered as experience
for the purpose of meeting requirement of BQC of the Bidding Document. However, jobs
executed for Subsidiary/ Fellow subsidiary / Holding company will be considered as
g) experience for the purpose of meeting BQC subject to submission of tax paid invoice(s) duly
certified by Statutory Auditor of the bidder towards payments of statutory tax in support of the
job executed for Subsidiary/ Fellow subsidiary / Holding company. Such bidders to submit
these documents in addition to the documents specified above to meet BQC.

For fulfilling the financial criteria, annual audited financial statements (Balance Sheet, Profit
and Loss account, Auditors Report and all other schedule / notes to Balance sheet and Profit
h)
& loss account) of the bidder shall be considered as financial proof. Published Annual
Reports available in the public domain shall also be acceptable.

If the bidder cites any reference of a job executed for IOCL or executed for some client
through Technip Energies India Limited and the bidder is not able to furnish documentary
i)
evidence, the internal records of IOCL or Technip Energies India Limited (as the case may
be) shall be considered.

The following activities are required to be carried out by the Bidder in-house and
Subcontracting of these activities is not allowed.
1) Project Management
j)
2) Planning, Scheduling and Monitoring
3) Procurement of Heater components/auxiliaries including Burners, Fans & APH
4) Construction Management including Supervision at Shop / Site

Page 11 of 18
NOTICE INVITING TENDER
DOMESTIC COMPETITIVE BIDDING

BIDDING DOCUMENT NO. : TP/214227C/T/LSTK/PKG01


NAME OF WORK: LSTK PACKAGE FOR “REVAMP OF EXISTING AVU HEATER INCLUDING
COMMON APH SYSTEM” FOR DR 1.0 EXPANSION PROJECT AT IOCL DIGBOI REFINERY,
DIGBOI, ASSAM, INDIA

5) Quality Assurance
6) Mechanical Completion, Pre-commissioning, Start up and Commissioning

Bidder shall submit with the Bid, the Memorandum of Understanding (MOU) between
Bidder and engineering sub-contractor (as applicable) in connection with executing the
design and detailed engineering, engineering for procurement, preparation/approval of
MR of critical equipment and package items as defined in the Bidding Documents
elsewhere, HAZOP/ SIL studies, technical and construction audit etc. as applicable. The
MOU shall be binding on the Bidder and not to be changed thereafter without prior approval
of Owner/Consultant and shall remain in force at least till the pendency of the Contract
including Defect Liability Period.
Bidders to reach Digboi Refinery in advance for site visit and
follow the local requirements for gate pass etc..

Contact details for Site Visit:

Technip Energies India Limited


Shri. Prabhat Khan
Mobile No.91-70328 64787
13. Site Visit
e- mail : [email protected]

IOCL
Shri. Akangwati Longkumer
DGM (Project)
AOD Refinery Digboi
Email : [email protected]

Offer must be uploaded on e-tender website


Mode of https://iocletenders.nic.in before the last date & time of
14. Submission. submission of tender.
Offer submitted using any other mode will not be accepted.

1. PF Registration Certificate Copy (This is a mandatory


requirement and Bidders shall submit Copy of their PF
Registration Certificate along with the Bid. Bids of
15. Other requirements those Bidders who do not have valid PF
Registration will be rejected)

2. Independent ESI Code OR Undertaking for


Page 12 of 18
NOTICE INVITING TENDER
DOMESTIC COMPETITIVE BIDDING

BIDDING DOCUMENT NO. : TP/214227C/T/LSTK/PKG01


NAME OF WORK: LSTK PACKAGE FOR “REVAMP OF EXISTING AVU HEATER INCLUDING
COMMON APH SYSTEM” FOR DR 1.0 EXPANSION PROJECT AT IOCL DIGBOI REFINERY,
DIGBOI, ASSAM, INDIA
Independent ESI code in the Format given in ITB
FORMS.

3. Assessment Order or copy of Income Tax Returns (duly


acknowledged by Income Tax Department) for last 3
(three) financial years.

4. Power of Attorney in the name of authorized signatory


who is submitting the bid with his digital certificate and
signature. (In case a different person is signing the
Bidding Document, Power of Attorney in his/her name
also shall be submitted).

5. Copy of PAN card & GST Certificate.

6. Certificate of Incorporation / Partnership deed/


Proprietorship affidavit.
Mr. Sankha P Panda/Mr. Vinod Kumar, on working day and
time through following number. Tel. No.+91-120-
4301546/+91-120-4301564, E-mail:
Tender Inviting
16.
Authority [email protected]/
[email protected]

Bidder shall submit the Integrity Agreement along with the


covering letter in the prescribed format (Format available as
proposal Forms of the Bid document) duly signed and stamped
Integrity
17. along with the Techno-Commercial Un-Priced offer. Offers of
Agreement
those Bidders who sign & submit the Integrity Agreement will
only be considered for evaluation.

18. Reverse Auction Not Applicable.

C. General Points:

Bidder to note the followings before bidding:

i.) Offer from following types of Bidders will not be accepted


a. Who are in the Holiday/ Suspension /Banning List / Negative list of IOCL or its
Administrative Ministry, MoP&NG on due date of submission of bid / during the
process of evaluation of the bids, the offers of such bidders shall not be
considered for bid opening/evaluation/Award.
b. Bidder(s) who are undergoing Insolvency Resolution Process or Liquidation or
bankruptcy proceeding under Insolvency and Bankruptcy Code, 2016 (Code).
Page 13 of 18
NOTICE INVITING TENDER
DOMESTIC COMPETITIVE BIDDING

BIDDING DOCUMENT NO. : TP/214227C/T/LSTK/PKG01


NAME OF WORK: LSTK PACKAGE FOR “REVAMP OF EXISTING AVU HEATER INCLUDING
COMMON APH SYSTEM” FOR DR 1.0 EXPANSION PROJECT AT IOCL DIGBOI REFINERY,
DIGBOI, ASSAM, INDIA

c. Bidder(s) whose Insolvency Resolution Process or Liquidation or Bankruptcy


proceeding is initiated under the Code at any stage of evaluation of the bid.
d. Bidder(s) who are under Liquidation, Court Receivership, or similar proceedings.

Bidder shall submit a self-certificate stating that they are not under
Liquidation, Court Receivership or similar proceedings.

e. Consultant or their subsidiary Company or companies under the management of


consultant for execution of the same project for which they are working as
consultant, except for TPI.

ii.) Bids from Joint Bidders / Consortiums will not be accepted.

iii.) Since the nature of this job is critical and single point responsibility is required for
execution of this job, the work cannot be split for MSME purpose, therefore MSME
preference is not applicable for this tender. However, MSME Exemption for EMD is
applicable as per relevant clause no.18 of Instruction to Bidders (ITB).

iv.) Experience of a Bidder resulting out of being a Partner/Member/Leader in a previous


Joint Venture/Consortium arrangement shall NOT be considered for Commercial
Experience criteria/ Technical Criteria.

v.) A Company (bidder) shall not be allowed to use the credentials of its Parent or any
Group Company to meet the Experience criteria.

vi.) The failure to meet the above Qualifying Criteria(s) at Sl.No.12 above will render the
bid to be summarily rejected.

vii.) Submission of authentic documents is the prime responsibility of the bidder. Wherever
Consultant/IOCL have 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 Bidder may be debarred from future tenders.

viii.) Tender may be finalized based on credentials uploaded along with Techno-commercial
bid without any correspondence with Bidders for deficient BQ documents. Bidders are
required to go through the Notice Inviting Tenders (NIT), Instruction to Bidder (ITB) &
Tender Documents carefully and upload all the required documents along with Techno-
commercial (Un-Priced) Bid to avoid rejection.

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 BQC documents.

x.) Relevant supporting documents towards other requirements specified are also to be
uploaded along with Techno-commercial bid failing which bid is liable for rejection.
Page 14 of 18
NOTICE INVITING TENDER
DOMESTIC COMPETITIVE BIDDING

BIDDING DOCUMENT NO. : TP/214227C/T/LSTK/PKG01


NAME OF WORK: LSTK PACKAGE FOR “REVAMP OF EXISTING AVU HEATER INCLUDING
COMMON APH SYSTEM” FOR DR 1.0 EXPANSION PROJECT AT IOCL DIGBOI REFINERY,
DIGBOI, ASSAM, INDIA

xi.) IOCL reserves the right to reject any or all 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.

xii.) Bidders/Agencies shall ensure submission of complete information/documentations in


the first instance itself. IOCL reserves the right to complete the evaluation based on the
details furnished by the agencies without seeking any subsequent additional
information. Bids not in compliance with Bidding Document or with incomplete
information documents are liable for rejection.

xiii.) As far as possible Bidders are requested to clarify all the technical queries related to
tender before the bid opening and ensure compliance of all provisions of the bidding
document. Requests for Bid submission extension or any Technical/Commercial
queries received from any Bidder at least 05(Five) working days prior to the last date of
submission of Bid shall only be generally considered, as adequate time for proper
communication with Client and other Bidders is required. However, it shall be noted
that any request from Bidder for extension of the bid submission date or
clarification/reply to any Clause/Point shall be considered only if the Consultant/Owner
finds it necessary and this shall be at the sole discretion of the Consultant/Client.

xiv.) The bidder is expected prior to the submission of its/his/their bid, as a prudent and
experienced Contractor to make its/his/their own assessment of all the requirements of
the work and of the accuracy, correctness and completeness of any estimate, data, or
information furnished by the OWNER in the Tender Documents and of the availability,
suitability, propriety, adequacy and/or soundness of any suggestion made by the
OWNER in the Tender Documents as hereinabove referred to.

xv.) The bidder is also expected prior to finalization of its/his/their bid to visit and examine
the job site and its surroundings and to familiarize itself/himself/themselves of the
ground realities, the availability, existence and suitability of facilities and sources of
supply required for the work(s) and the environmental conditions which can be
encountered, and collect all data and other information which the bidder may require for
preparation and formulation of its/his/their bid. The CONTRACTOR will not to be
entitled to make any claim against the OWNER or to raise any objection or defense to
any claim based on the ignorance of existing or expected conditions, or on the lack of
adequate information, or of any plan, estimate or expectation based on a different
perception or expectation or information.

xvi.) The tenderer shall be deemed before tendering to have undertaken a thorough study of
the proposed work, the job site(s) involved, the site conditions, soil conditions, the
terrain, the climatic conditions, the labour, power, material, and equipment availability,
transport and communications facilities, the availability and suitability of borrow areas,
the availability of land for right of way and temporary office and accommodations,
quarters, and all other facts and facilities necessary or relevant for the formulation of
the bid, supply of materials and the performance of work.

Page 15 of 18
NOTICE INVITING TENDER
DOMESTIC COMPETITIVE BIDDING

BIDDING DOCUMENT NO. : TP/214227C/T/LSTK/PKG01


NAME OF WORK: LSTK PACKAGE FOR “REVAMP OF EXISTING AVU HEATER INCLUDING
COMMON APH SYSTEM” FOR DR 1.0 EXPANSION PROJECT AT IOCL DIGBOI REFINERY,
DIGBOI, ASSAM, INDIA
xvii.) 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.

xviii.) Legal dispute, if any, shall only be within the jurisdiction of Local Court unless
mentioned otherwise.

xix.) All communication will be made through e-Tendering web site


(https://iocletenders.nic.in). However, IOCL reserve the right to take cognizance of the
communication made outside e-Tendering Portal under exceptional circumstances.

xx.) 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.

xxi.) Bidder should make sure that their Price- Bid (Part-II/ SOR) contains only prices.
Rates mentioned elsewhere shall not be taken into cognizance. Offer shall be
liable for rejection if any condition directly or implied, is recorded in Priced Bid
(Part-II/ SOR).

xxii.) 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 after the issue of the tender enquiry.

xxiii.) Offers not meeting statutory requirements are liable for rejection.

xxiv.) IOCL will allow Purchase Preference to Indian MSE bidders as per applicable Govt.
/Company policy for details refer to Instruction to Bidders (ITB) section of Tender
Document.

xxv.) In case of a MSE bidder, documentary evidence as per the prevailing Government
policy shall be acceptable. Duly authenticated document in this regard shall be
submitted. However, in case authenticated document is not submitted in original, the
same can be accepted provided a valid MSE certification is available on Government
portal (www.nsicspronline.com) or Government Udyog Aadhar portal.

xxvi.) Bidders are advised to visit Announcement section/ Information for DSC/ Bidders
Manual Kit/ FAQ of e-Tender Portal before bidding.

xxvii.) Notwithstanding any other condition/provision in the tender documents, bidders are
required to submit complete documents pertaining to PQC (Pre-Qualification Criteria)
along with their offer. Failure to meet the PQC will render the bid to be summarily
rejected. IOCL reserves the right to complete the evaluation based on the details
furnished by the bidder, with or without seeking any additional supporting
documents/clarifications.

xxviii.) Refer ITB of the tender document /Special Instruction to Bidder (SITB) of e-tender web

Page 16 of 18
NOTICE INVITING TENDER
DOMESTIC COMPETITIVE BIDDING

BIDDING DOCUMENT NO. : TP/214227C/T/LSTK/PKG01


NAME OF WORK: LSTK PACKAGE FOR “REVAMP OF EXISTING AVU HEATER INCLUDING
COMMON APH SYSTEM” FOR DR 1.0 EXPANSION PROJECT AT IOCL DIGBOI REFINERY,
DIGBOI, ASSAM, INDIA
site for more details.

xxix.) Any Addendum/Corrigendum/Sale date extension in respect of above Tender shall be


issued on our website: https://iocletenders.nic.in only and no separate notification
shall be issued in the press. Bidders are therefore requested to regularly visit our
website to keep them updated. Failure of Bidder to submit tender without taking
cognizance of Corrigendum / Amendment (if any) issued by CONSULTANT/IOCL shall
make bid liable for rejection.

xxx.) CONSULTANT/IOCL does not take any responsibility for the correctness of tender
documents obtained from any other source. Bidders are advised to visit above
mentioned website before submitting their offer for official version of the tender
document including any corrigendum / amendment if any, which shall be binding to the
bidder.

xxxi.) Subsequent to the submission of bid, bidders are not allowed to change the price or
substance of the bid i.e. scope of work, specifications, delivery / completion period etc.
including modification of the bid to meet the PQC.

xxxii.) EMD (Earnest Money Deposit):

a) Original copy of EMD/BG to be submitted within 07 (seven) days of Technical bid


opening at the below mentioned address:

Mr. Sankha P Panda/Mr. Vinod Kumar


C/o Technip India Ltd.
Technip Tower,
A-4, Sector-1, NOIDA, UP, India, Pin Code:201301
Phone : +91-120 430 1564 / 1546
[email protected] /
[email protected]

xxxiii.) CIRCUMSTANCES/VIOLATIONS DURING BIDDING STAGE WHICH MAY CAUSE


ACTIONS AGAINST THE BIDDERS INCLUDING PUTTING ON “HOLIDAY LIST”

a) In case the bidder alters/modifies/withdraws the bid suo-moto after opening the
unpriced (technical) bids within the validity period. In such a case, the tender
submitted by the bidder shall be liable for rejection.

b) In case the tender is accepted, and bidder fails to deposit the Security Deposit or
to execute the contract within the stipulated period.

c) If the successful bidder fails to accept arithmetical corrections.

d) If the information / documents submitted by the bidder in the bid is found to be


false/ forged.

Page 17 of 18
NOTICE INVITING TENDER
DOMESTIC COMPETITIVE BIDDING

BIDDING DOCUMENT NO. : TP/214227C/T/LSTK/PKG01


NAME OF WORK: LSTK PACKAGE FOR “REVAMP OF EXISTING AVU HEATER INCLUDING
COMMON APH SYSTEM” FOR DR 1.0 EXPANSION PROJECT AT IOCL DIGBOI REFINERY,
DIGBOI, ASSAM, INDIA

The above list of circumstances/violations are not comprehensive and shall be treated
as indicative.

xxxiv.) Sub-Contracting/Sub-letting of work shall not be permitted normally. However, in case


the successful bidder wants to engage sub-contractor for any specific part of the work,
that may be permitted only with prior written approval of Engineer-in-Charge as per the
relevant provisions of SCC/GCC.

xxxv.) Pre-qualification Criteria (PQC) and Bidder Qualification Criteria (BQC) mean the
same in Bidding/Tender Document.

xxxvi.) The offer of the Bidder shall remain valid for 6 (Six) months from the last date of
submission of Tender / Revised offer (if applicable as permitted by the Owner).
On account of exigencies if bidders are asked to extend their validity the same should
be without any deviation including change in the prices. However, the bidders would be
allowed to withdraw the tender. If a bidder still deviates or changes price, its offer would
likely to be rejected.

xxxvii.) Bidders shall submit the Original copy of Integrity Pact Agreement to Technip Energies
India Limited/ IOCL within Seven (07) days from the date of Un-priced Bid opening at
the following address:

Mr. Sankha P Panda/Mr. Vinod Kumar


C/o Technip India Ltd.
Technip Tower,
A-4, Sector-1, NOIDA, UP, India, Pin Code:201301
Phone : +91-120 430 1564 / 1546
[email protected] /
[email protected]

xxxviii.) For Special Instruction to Bidders regarding e tendering bidders are advised to visit
“ANNOUNCEMENTS SECTION” of our site https://iocletenders.nic.in regularly for
latest updates.
xxxix.) Clarification, if any, can be obtained from
Mr. Sankha P Panda/Mr. Vinod Kumar/Mr. Neeraj kumar
C/o Technip India Ltd.
Technip Tower,
A-4, Sector-1, NOIDA, UP, India, Pin Code:201301
Phone: +91-120 430 1546 / 1564,
E-mail:
[email protected] /
[email protected] Signature Not Verified
[email protected] Digitally signed by SANKHA PALLAB
PANDA
Date: 2023.12.13 10:23:47 IST
Page 18
Location: Indian Oil Corporation of 18
Ltd-IOCL

You might also like