Detailed NIT: BCCC204694 (Pg 1/6)

Indian Oil Corporation Limited (Refineries Division) Barauni Refinery P.O. Barauni Oil Refinery Distt.: () Pin: 851114 Barauni Refinery [ISO: 9001:2015, 14001:2015 & ISO:45001:2018 (certified)] Contract Cell

NOTICE INVITING e-TENDER Part-A: 1. Tender No. BCCC204694  DOMESTIC BIDDING 2. Type of Bid  Under Two Bid System  ARC job Collection & disposal of Kitchen waste from houses at Barauni 3. Name of Work Refinery Township. Time schedule for completion of work shall be 12 (Twelve) months from the date of site handing over. However, the contract may be extended for further one more terms or part there of inclusive of at the 4. Time Schedule same rate, terms and conditions of the contract, inclusive of commercial terms based on satisfactory performance of the contractor as well as at the sole discretion of owner. From (02-September-2020) to (16-September-2020 15.00 Hrs) Tender documents can be downloaded free of charge from the website https://iocletenders.nic.in during the above period. 5. Tender download schedule

Starting & End Date for Clarifications From (02-September-2020) to (09-September-2020 15.00 Hrs) 6. Pre-Bid Meeting Not Applicable Last date of submission of From (10-September-2020 10.00 Hrs) to (16-September-2020 7. tender 15.00 Hrs) 17-September-2020 15.30 Hrs or at a later date / time convenient Techno-commercial Tender 8. thereafter. Date and time of Priced Bid opening will be communicated opening date only to techno-commercially acceptable bidders. 9. Earnest Money Deposit (EMD) Rs. 62,600.00 (Rupees Sixty Two Thousand Six Hundred Only) The intending tenderers shall have to furnish proof of their pre- 10. Pre-qualification Criteria(PQC): qualification and experience along with the Part-I (Techno-commercial bid). Minimum Rs. 37,55,498.00 during any of the three preceding financial years.

For fulfilling the financial criteria (ATO), an audited balance sheet and profit and loss account of the bidder certified by Chartered Accountant shall be considered as acceptable proof. Membership No. of Chartered Accountant must be clearly indicated in the above 10.1 statement. Published Annual report available in the public domain Annual Turnover (ATO) (A) shall also be acceptable. NIT Publication date shall be considered for reckoning Annual Turnover (ATO).

In case the NIT publication date is within 06 (six) months from close date of preceding financial /accounting year, the bidder can submit the balance sheets of any of the previous three years (excluding the immediate preceding year), if the balance sheet of immediate preceding year is not available. Value of Single Work (SWO) Three similar successfully completed works each costing not less than executed by the bidder as main Rs. 18,77,749.00 contractor or sub contractor for 10.1(B) similar nature of work (during ‘OR’ any of the last five years ending on last day of the month Two similar successfully completed works each costing not less than Detailed NIT: BCCC204694 (Pg 2/6)

immediately previous to the Rs. 25,03,666.00 month in which last date of ‘OR’ original bid submission falls). The completion date should fall One similar successfully completed work costing not less than within the qualifying period as Rs. 31,29,582.00 mentioned above. (The above values of completed works is exclusive of service Completion date of work order tax/GST) (irrespective of work order issue date and date of commencement) shall be considered. Similar nature of work/job is “Any civil/General Cleaning or Housekeeping works in residential defined as: building/township/process plant” 1. Tenderer must have experience of executing “Any civil/General Cleaning or Housekeeping works in residential building/township/process plant” during any of the last five years ending on last day of the month immediately previous to the month in which last date of bid submission falls. Copy of the completed work order along with completion certificate must be submitted along with the bid as proof of their experience. The Technical PQC requirement experience documents must be direct order from any 10.1( C) industry/establishment or any subcontracting document must have written approval of the engineer in charge of the parent industry.

2. The tenderer is to enclose the list of work orders along with detailed scope of work and complete address of the client, phone no., fax no., e-mail, name of contact persons, website etc, for whom they have executed such jobs in support of their claims that they are meeting the technical pre-qualification criteria. Offer must be uploaded on e-tender website https://iocletenders.nic.in 11. Mode of Submission. before the last date & time of submission of tender. Offer submitted using any other mode will not be accepted. 1. Bidder to upload PF (provident Fund) code allotment letter. All bidders including Startup and MSE bidders need to submit PF registration certificate. Even if an establishment engages less than 20 employees, it shall obtain PF code by seeking voluntary coverage under section 1(4) of the EPF & MP Act, 1952. 2. Independent ESI Code or undertaking for Independent ESI code in the Format given as Annexure to ITB. 12. Other requirements 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 favour of person authorized to submit the bid. 5. Copy of PAN card for Permanent Account Number 6. Certificate of Incorporation / Partnership deed/ Proprietor ship affidavit 7. GSTIN and place of registration Deputy General Manager (Contract Cell), Barauni Refinery P.O.: Barauni Oil Refinery Distt.: Begusarai (Bihar) Pin: 851114 13. Tender Inviting Authority Phone - 06243-275451 E-mail : [email protected] 14. Integrity Pact Agreement Not Applicable 15. Purchase preference to MSEs Price preference to MSE Bidders is applicable. As the job is a critical nature of job, PQC relaxation for startup & MSE 16. PQC relaxation bidders shall not be applicable as per relevant guidelines. The subject work is indivisible and shall be awarded to single 17. Splitting of job successful bidder unless stated otherwise elsewhere in the tender document. 18. Reverse Auction Not Applicable 19. Defect Liability As per GCC 20. Mobilization advance Not Applicable Detailed NIT: BCCC204694 (Pg 3/6)

Part – B: General Points

Bidder to note the following before bidding:

1. 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) 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. 2. Offer from Joint Bidders / Consortium will not be acceptable unless stated otherwise elsewhere in the tender document. 3. Experience of only the bidding entity shall be considered. 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 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. 4. For fulfilling the experience criteria against work order(s) following documents may be considered as valid proof for meeting the criteria: i. Purchase/ Work Order copy with Schedule of Rates/ Scope of Works. ii. Satisfactory Completion certificate by client 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. 5. 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 certified final bill, executed value mentioned in completion certificate etc.) along with his bid. 6. Detailed work order qualifying for ‘similar nature of job’ as described including covering letter and schedule of rates and completion certificate containing executed value of ‘similar nature of job as defined shall be required. 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. 7. If the documentary evidence of executed value is submitted by the bidder along with his bid then the work order value or executed value (for similar nature of job), whichever is higher, shall be considered for meeting PQC requirement and his offer will be evaluated accordingly. If no documentary evidence is submitted by the bidder for the completion value, then his offer will be considered on the basis of the work order value of successfully completed work (for similar nature of job) and no further query in this regard will be made. However, certificate for successful completion of job is mandatory. 8. The amount considered for meeting the experience criteria of PQC shall be exclusive of Service Tax/GST. In case the 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 certificate shall be considered exclusive of tax and shall be evaluated accordingly. 9. In case of ARC jobs, evaluation for experience criteria shall be based on annualized value of work order or annualized executed value, whichever is higher and submitted by the bidder. 10. Foreign bidders are not permitted to bid against domestic tenders. 11. The experience of bidding entity will only 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. 12. Whenever a contractor had worked as a sub-contractor to main contractor, their experience also can be considered. With regard to Sub-Contracted work order, the 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 sub-contracting OR have been allowed/ permitted as a sub-contractor. 13. ARC jobs successfully completed by the bidder for the originally awarded / extended period of such ARC shall be considered as completed works even though such ARC is under execution on account of extension. Suitable document (certified by “Work order issuing company”/Engineer-In-Charge) indicating executed value up to the original/extended completion period will be treated as proof of successful completion of work. 14. 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. 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. Detailed NIT: BCCC204694 (Pg 4/6)

15. In case (of Global tenders), if a foreign bidder submits any of the Pre Qualification supporting documents in any language other than English, then it will be the responsibility of such foreign bidder to also provide the English translation copy of the same duly certified, stamped and signed by their Local Chamber of Commerce/ Notary. 16. In case of involvement of foreign contractors (in case of Global tenders), tenders can be submitted either by the contractor directly OR by their Indian Agent on behalf of them, but not both. The Indian Agent should represent only one contractor and he should not be allowed to quote on behalf of another contractor for subsequent or parallel tender for the same job. 17. In case of foreign bidders (in case of Global tenders), if the values (ATO etc.) indicated is in currency other than USD, the same shall be converted into equivalent USD considering the conversion factor indicated in Bidder’s audited financial report. In case the same is not indicated, the conversion rate of USD as on last date of Bidder’s financial year shall be considered based on State Bank of (SBI) bill selling rate. 18. In case of Global tenders, PF & ESI is not mandatory for Foreign bidders, foreign bidders are required to submit an undertaking clearly stating that they will not employ any man-power from India OR in case they will employ the man-power from India, they will comply with the PF & ESI requirements. 19. 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. 20. Relevant supporting documents towards other requirements specified are also to be uploaded along with Techno-commercial bid failing which bid is liable for rejection. 21. 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. IOCL reserves the right to reject, accept or prefer any tender or to abort the bidding process without assigning any reason whatsoever. Although ordinarily the lowest responsive bid amongst the bids submitted by tenders and considered by the IOCL to qualified and competent shall be preferred, the IOCL reserves the right not to accept the lowest bid if in its opinion this would not be in the interests of the works. Tendering can be abandoned by IOCL without assigning any reason. No compensation shall be paid for the efforts made by the contractor. 22. IOCL reserves the right to allow purchase preference to Micro and Small Enterprises (MSEs) or other organizations as per Government policy prevailing at the time of floating the tender. 23. Bidders to quote competitive prices considering the fact that price negotiations, if required, to be held with the lowest tenderer only. Negotiations will not be conducted with the bidders as a matter of routine. However, IOCL reserves the right to conduct negotiations. 24. Legal dispute, if any, shall only be within the jurisdiction of Local Court (at Begusarai) unless mentioned otherwise. 25. 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. 26. 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. 27. Bidder should make sure that their priced bid (Part-II/BOQ) contains only prices. Rates mentioned elsewhere shall not be taken into cognizance. Offer shall be liable for rejection if any condition directly or implied, recorded in Priced Bid (Part-II/BOQ). 28. 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 cross verified from the document issuing authority/any relevant source. Bidders to note the same and submit proper certificates in their offer, clearly indicating the complete address of the client/end user, contact details of the person(s) issuing the certificate(s) like name, designation, phone no., fax no., e- mail id, website etc. for the purpose of verification. If documents (part or full) are found forged/false/fake/ambiguous, IOCL reserves the right to reject such offers and EMD may be forfeited and bidder may be debarred from future tenders. 29. 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/publishing of the tender. 30. Offers not meeting statutory requirement are liable for rejection. 31. In case bidder offers lesser validity period than what is stipulated in tender i.e Four months from the date of opening of technical bid (after considering extensions if any), the offer shall be liable for rejection. On account of exigencies, in case bids have to be revalidated before PBO beyond the originally sought validity, the same may be allowed with or without change in prices. However, IOCL reserves the right to cancel such tender and refloat the same.

Detailed NIT: BCCC204694 (Pg 5/6)

32. In case of split tenders, if retender is done for the balance work, the successful bidder(s) in original tender will not be allowed to bid for balance work and IOCL reserves the right to consider the bid invalid. 33. Evaluation of bids shall be inclusive of GST amount based on the GST rate and SAC mentioned /quoted in the bid (considering Input Tax Credit if applicable). The other taxes and duties including Custom duty and cess shall also be considered for evaluation of prices, if provision of the same is available in the bid document. 34. Bidders are advised to visit Announcement section/ Information for DSC/ Bidders Manual Kit/ FAQ of e- Tender Portal before bidding. 35. Refer ITB of the tender document /Special Instruction to Bidder (SITB) of e-tender web site for more details. 36. 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 themselves updated. Failure of bidder to submit tender without taking cognizance of Corrigendum/ Amendment (if any) issued by IOCL shall make the bid liable for rejection. 37. 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. 38. In case of tie between two or more bidders at L-1 position, IOCL may decide the lowest bidder as per the sequence of steps given below: a) Seeking discount over previous quoted rate in a sealed envelope from the tie bidders. b) Considering highest annual turnover in the most recent financial year of the tie bidders. c) The bidder having the oldest certificate of incorporation of firm/affidavit of proprietorship /certificate of partnership deed submitted along with the bid shall be considered as the lowest bid. 39. MSE bidder shall submit the e-certificate namely “Udyam Registration Certificate” duly issued on registration of their enterprise in Udyam Aadhar as per the notification issued by Ministry of MSME vide no. CG-DL-E- 26062020-220191 dtd. 26.06.2020 as published in the Gazette of India and any amendment in this regard. 40. Any bidder from a country which shares a land border with India will be eligible to bid in this tender only if bidder is registered with Competent Authority. The Competent authority for the purpose of registration shall be the Registration Committee constituted by the Department of Promotion of Industry & Internal Trade (DPIIT) of Govt of India. In tenders for works contracts, including Turnkey contracts, the successful bidder shall not be allowed to sub-contract works to any contractor from a country which shares a land border with India unless such contractor is registered with the Competent Authority.

41. Earnest Money Deposit (EMD): a) EMD must be submitted online by Indian bidders. EMD in the form of Demand Draft / Banker’s cheque, Swift Transfer will be accepted only from Foreign bidders. Tenders without Earnest Money are liable to be rejected. However, MSE registered agencies covered under MSMED act, Central/State PSU and JVs of IOCL are exempted from submission of EMD. Bidder claiming such exemption needs to submit necessary documentary proof of their eligibility along with their techno-commercial bid. The uploaded MSE certificate shall be valid on the original due date of submission as per tender NIT. In absence of same, the offer is liable for rejection. Suo moto submission of MSE certificate after the due date of bid submission will not be considered for EMD exemption / Price preference. b) As per Office Memorandum F.No.DPE/7(04)/2007-Fin dated 24.8.2017 issued by DPE, EMD exemption shall be provided to all Start-ups recognised by DIPP. For availing EMD exemption, startup bidders to upload the valid startup certificate along with the technical bid. The uploaded startup certificate shall be valid on the original due date of submission as per tender NIT. Bidders to note that in case of non submission of proper startup certificate and non payment of EMD amount as per tender conditions along with the bid as well, offer of such bidders shall be rejected on account of non submission of proper EMD instrument. Suo moto submission of startup certificate after the due date of bid submission will not be considered for EMD exemption. c) BG in prescribed format from a scheduled bank is acceptable provided EMD amount is not less than Rupees One Lac. The rating of the bank sanctioning the BG should not fall below the rating of 'A' from Moody's or equivalent (from other rating agency) in case of foreign bank and rating of 'AA' from CRISIL or equivalent (from other rating agency) in case of Indian banks during the tenor of the BG. In case the rating falls below threshold level at the time during the tenor of BG, the party will arrange to replace the BG, at its own cost, through bank acceptable to IOCL’. Validity of BG in lieu of EMD shall be 3 months beyond bid validity. d) Wherever applicable, scanned copy of EMD Instrument (i.e. BG /MSEs/NSIC/Startup certificate etc.) must be uploaded along with offer & original of Bank Guarantee (if applicable) to be sent in sealed envelope properly super-scribed with “EMD - BG”, Tender No., Tender job name, Bidder’s name & Tender due date, addressed to Tender Inviting authority mentioned in NIT which should reach preferably before the deadline of submission but not later than 7 (seven) days from the date of opening of technical bid. Detailed NIT: BCCC204694 (Pg 6/6)

Deputy General Manager (Contract Cell), Barauni Refinery, (Indian Oil Corporation Ltd.) Dist: Begusarai, Bihar - 851114