You are on page 1of 25

JRMM143007

INDIAN OIL CORPORATION LIMITED


Gujarat Refinery

TENDER NO. : JRMM143007

RECOVERY OF PLATINUM FROM SPENT CATALYST

INVITED BY:
CHIEF MATERIALS MANAGER
INDIAN OIL CORPORATION LTD. (IOCL),
GUJARAT REFINERY
PO: JAWAHARNAGAR
VADODARA PIN: 391320

Page 1 of 25

JRMM143007

INDEX
DOCUMENT

PAGE NO.

1.

NOTICE INVITING TENDER (NIT)

2.

PRE QUALIFICATION CRITERIA (PQC)

3.

INSTRUCTIONS TO BIDDERS & TENDER CONDITIONS

5 13

FOR BENEFITS/PREFERENCE FOR MSEs


4.

TENDER SPECIFICATIONS AND CONDITIONS

14-20

5.

PROFORMA FOR DETAILS OF ANNUAL TURNOVER AS

21

PER PQC
6.

PROFORMA FOR DETAILS OF PAST EXPERIENCE AS

22

PER PQC
7.

PROFORMA OF EXCEPTIONS AND DEVIATIONS

23

8.

PROFORMA OF DECLARATION OF BLACK LISTING /

24-25

HOLIDAY LISTING
9.

GENERAL

PURCHASE

CONDITIONS

AND

GPC (UPLOADED

SEPARATELY

ADDENDUM

ADDITIONAL DOCUMENT)

10.

(UPLOADED

AGREED TERMS AND CONDITIONS (INDIGENOUS)

SEPARATELY

AS

AS

ADDITIONAL DOCUMENT)

11. AGREED TERMS AND CONDITIONS (IMPORT)

(UPLOADED

SEPARATELY

AS

ADDITIONAL DOCUMENT)

12. PRICED SHEDULE (BOQ) PRICED AND UNPRICED

(UPLOADED SEPARATELY AS BOQ)

13. DECLARATION OF ACCEPTANCE OF TENDER TERMS

(UPLOADED

SEPARATELY

AS

ADDITIONAL DOCUMENT)

14. PROCEDURE FOR

OBTAINING DIGITAL SIGNATURE (UPLOADED

CERTIFICATE BY FOREIGN BIDDERS

SEPARATELY

AS

ADDITIONAL DOCUMENT)

ALL ABOVE DOCUMENTS FORM PART OF THE TENDER DOCUMENTS.


In the event of any irreconcilable conflicts, the hierarchy for the acceptance shall be
(i) Tender specifications and conditions
(ii) Agreed Terms & Conditions (Indigenous) / Agreed Terms & Conditions (Import)
(iii) General Purchase Conditions and GPC Addendum.

Page 2 of 25

JRMM143007

INDIAN OIL CORPORATION LIMITED


GUJARAT REFINERY
PO: JAWAHARNAGAR, VADODARA-391320
GUJARAT

1. GLOBAL NOTICE INVITING TENDER (NIT) E-TENDER


TENDER NO. : JRMM143007
Indian Oil Corporation Limited, a Company incorporated in India and having its registered office at
G-9, Ali Yavar Jung Marg, Western Express Highway, Bandra (East), Mumbai-400 051 invites Etender under TWO BID (PART-I: Techno-Commercial Bid and PART-II: Price Bid) from bonafide
experienced bidders 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
Recovery of Platinum from Spent Catalyst
Qty
Tender No.
Type of tender
Tender Fee (in INR)
EMD Amount (in INR/USD)

21194 KGS

JRMM143007
Open (E-Tender)
NIL
INR 67,180/- /USD 1120/-

1. Please submit Earnest Money Deposit by way of Account Payee Demand


Draft/Bankers Cheque (In favour of Accounts Officer, Gujarat Refinery, payable at
Vadodara) for the amount mentioned above. In case the EMD amount is more than Rs.
1 lac, EMD can be submitted in form of Bank Guarantee in IOCL format (Annexure-A of
IOCL GPC).
2. EMD exempted categories: As per MSME Act, 2006 (or Erstwhile NSIC Registered
Parties), Central/State PSUs and JVs of IOCL.
3. Please also refer Instruction to bidders for further information on EMD submission.
Address of the Tender Issuing Authority:
Chief Materials Manager , GUJARAT REFINERY, PO: JAWAHARNAGAR, VADODARA-391320
GUJARAT, Phone- +91-2652237251/2233351 / Fax- +91 2652233350
E-mail : makwanaac@indianoil.in
Tender document (Non-Transferable) can be downloaded from IOCL e-tendering web site
https://iocletenders.gov.in/ from 12/05/2014 10:00 hrs (IST) to 02/06/2014 17:00 hrs (IST).
Offer shall be submitted ONLY through online mode on above given IOCL e-tendering website from
21/05/2014 11:00 hrs (IST) to 02/06/2014 17:00 hrs (IST) and un-priced part shall be opened on
03/06/2014 at 15:00 Hrs (IST).
Pre-Bid Meeting: All vendors, who have downloaded the tender documents, are advised to
attend the pre-bid meeting on 20/05/2014 at 11:00 hrs in the office of tender inviting
authority, please confirm your presence in advance.
Bids in physical form sent through fax / email / courier / post will not be acceptable.
Any corrigendum / time extension / addendum shall be published only on our website
https://iocletenders.gov.in and www.indianoiltenders.com only.
Place: Vadodara
Chief Materials Manager

Page 3 of 25

JRMM143007

2. PRE QUALIFICATION CRITERIA:


2.1 TECHNICAL:

i)

ii)
iii)

Bidders must have experience in processing of minimum two lots of spent Pt. catalyst of
minimum 5000 Kg each in the last three years and atleast one lot should be from one of
the Indian refineries, in recovery of platinum from spent bimetallic catalyst and
purification of it up to minimum 99.95%wt purity.
Bidders shall submit the documentary evidences in support of fulfillment of the above
criteria along with their bids.
The credentials of the vendors shall be checked from their enclosed documents.
2.2 COMMERCIAL:
i)

Tenderer (s) should have annual turnover of Rs. 40,30,960/-/USD 67,120 in any
of the last three preceding financial years. Tenderer (s) to submit the copy of
audited balance sheet as a proof towards meeting turnover.

ii)

Bidders to submit single orders / contracts executed by them for Precious Metal
recovery from spent catalyst during any of the last five years ending on last date
of the month immediately previous to the month in which last date of bid
submission falls as below:
a. Three similar completed order each costing (on landed cost basis) not less than
Rs. 20,15,480/-/USD 33,560/- OR.
b. Two similar completed order each costing (on landed cost basis) not less than Rs.
26,87,310/-/USD 44,750/- OR
c. One similar completed order each costing (on landed cost basis) not less than RS.
33,59,140/-/USD 55,940/-

The Bidder shall furnish documentary evidence by way of copies of Purchase Order, Invoice ,
Performance Certificate, Completion certificate, Audited Balance Sheet or Financial Statements
including Profit & Loss Account, necessary undertakings etc., along with the un-priced bid to
establish that the bidder meets the stipulated Pre-qualification criteria. IOCL reserves the right to
complete the evaluation based on the details furnished with the bid without seeking any additional
information.

Page 4 of 25

JRMM143007

3. INSTRUCTIONS TO BIDDERS:
3.1 The Bids shall be submitted in 3 (THREE) PARTS (PART-I: Techno-Commercial Bid
and PART-II: Price Bid) in electronic form only through Indian Oil e-tendering
system on IOCL E-Tendering website ( https://iocletenders.gov.in/). Part III :
Analysis Report is to be submitted in physical form in sealed condition.
PART-I: Techno-Commercial Bid i.e. Un-Priced Bid should contain:
i. Scanned Copy of EMD Demand draft/Bankers Cheque/Bank Guarantee
ii. Documents towards fulfillment of Pre-Qualification Criteria of the Tender.
iii. Tender documents, ,Instruction to Bidders, Tender conditions for
benefits/preferences for MSEs, Other documents forming part of the Tender
documents duly filled.
iv. IOCL General Purchase Conditions .
v. Agreed Terms & Conditions (ATC) Duly filled.
vi. Proforma of Exceptions & Deviations if any.
vii. "Proforma of Declaration of Black Listing / Holiday Listing" duly filled.
viii. Proforma for declaration of acceptance of tender terms duly filled, signed and
stamped.
ix. Unpriced Price Schedule(BOQ) indicating Quoted/Not Quoted against Each
item(PRICE SHOULD NOT BE FILLED IN UNPRICED BOQ)
Note: In case EMD is applicable, the bidder should also ensure that the above
mentioned Original EMD instrument in physical form should be enclosed in a sealed
envelope superscribed with Offline EMD, Bidders Name, Tender No., Due Date &
Item, duly addressed to CHIEF MATERIALS MANAGER, Indian Oil Corporation Ltd.,
Gujarat Refinery, P.O. Jawaharnagar, Dist. Vadodara 391 320 and the same should
reach to above office on or before last date of bid submission, otherwise the offer is
liable for rejection. IOCL shall not be responsible for postal/courier delay, non-receipt
or loss in transit.
PART-II: PRICED BID should contain:
i. Prescribed Price Schedule (BOQ) with Prices. The priced BOQ should be
uploaded strictly as per format available with the tender in the website
failing which the offer is liable for rejection.
PART-III: ANALYSIS REPORT :
Parties shall submit the analysis report along with the % guaranteed recovery in sealed
condition within 30 days of sampling with the following details:
i)
Loss on ignition (LOI)
ii)
Platinum metal content on the total wt basis.
iii)
The guaranteed recovery

Page 5 of 25

JRMM143007

The above bid is to be submitted in hard copy in physical form should be enclosed in a
sealed envelope superscribed with Analysis Report, Bidders Name, Tender No., Due
Date & Item, duly addressed to CHIEF MATERIALS MANAGER, Indian Oil Corporation
Ltd., Gujarat Refinery, P.O. Jawaharnagar, Dist. Vadodara 391 320 and the same
should reach to above office on or before 30 days of sampling date, otherwise the offer
is liable for rejection. IOCL shall not be responsible for postal/courier delay, nonreceipt or loss in transit.
3.2 Offer shall be submitted ONLY through online mode on above given IOCL etendering website during the prescribed period indicated in NIT. The UNPRICED
BIDS shall be opened on the date and time indicated in NIT. IOCL reserves the right
to extend the Tender due date before bid opening. The PRICED BIDS of the TechnoCommercially acceptable bidders shall be opened on a suitable date for which
separate intimation shall be sent.
3.3 Bids in physical form sent through fax / email / courier / post will not be
acceptable apart from Part III.
3.4 IOCL shall not be responsible for any delay, non-submission of the offer due to
website, internet connectivity or any other problem.
3.5 In case of involvement of foreign vendors, tenders can be submitted either by the
vendor directly or by their Indian agent on behalf of them, but not both. The Indian
agent should represent only one vendor and he is not allowed to quote on behalf of
another vendor for subsequent or parallel tender for the same job.
3.6 Please quote your rates, other charges and applicable taxes & duties in the space
provided in the Prescribed Price Schedule (BOQ) only.
3.7 In case any Taxes, Duties, freight and other components asked for in the Tender are
not indicated by the Bidder, the same shall be considered to be borne by the Bidder.
3.8 Techno-Commercially acceptable bids shall be evaluated on the basis of Total Cost
at IOCL Site (including P&F, Freight, Inspection charges, Taxes & Duties, Transit
Insurance and Commercial loadings for deviations to our tender terms) after
considering applicable & available Cenvat benefits. Generally the lowest bid (Itemwise) shall be accepted, unless otherwise specified/decided by IOCL in its own
Interest.
3.9 Bidder must submit specific loss control aspects of the offered materials.
3.10 Only Biodegradable packing material should be used for supply of materials.
3.11 Suo-moto increase in price or withdrawing of Offer within the validity period shall
not be allowed and the Offer shall be rejected. Further the vendor shall be liable for
action as per Holiday Listing Procedure of IOCL. Suo-moto price reduction by a
Page 6 of 25

JRMM143007

supplier shall not be considered for evaluation. However, if the same supplier
happens to get the order based on original price bids, the benefit of such reduction
shall be availed of for placement of order.
3.12 On account of exigencies if bidders are asked to extend their Offer validity the
same should be without any deviation including change in the prices. However, the
bidders would be allowed to withdraw their Tender.
3.13 Negotiations shall not be conducted with bidders as a matter of routine. However,
IOCL reserves the right to conduct Negotiations.
3.14 IOCL reserves the right to make any changes in the terms and conditions of Tender
and to accept or reject any or all the bids without assigning any reason and without
incurring any liability to the affected bidder(s). Tender can be abandoned without
assigning any reason and no compensation shall be paid for the efforts made by the
bidder.
3.15 Payment may be made by E-payment or Cheque at discretion of IOCL.
3.16 Tender is also liable for rejection if the bidder:
a) Stipulates the validity period less than what is stated in the Tender Form.
b) Stipulates his own conditions.
c) Does not disclose the full names and addresses of all his partners or Directors as
applicable wherever called for in the tender.
d) Does not fill in and sign the required annexure, specifications, etc. as specified in
the tender.
e) If the tenders contain unacceptable terms and conditions.
f) If the tender is not according to the format specified in Tender.
3.17 EMD shall be forfeited and the vendor may be put in holiday list in case:
a) The Tender is accepted and the vendor fails to furnish Performance Bank
Guarantee (if applicable) or to execute the contracts within the stipulated
period.
b) In case the tenderer alters/modifies/withdraws the bid suo-moto after opening
the bids (unpriced bids in case of 2 bid tender) and within the validity period.
3.18 Bidders should declare if the offered product is based on IOCL (R&D) formulation,
and if yes, whether the agreement for royalty payment with IOCL is valid. The
vendor should also enclose an undertaking for the applicable royalty rate payable
to IOCL (R&D), while submitting the offer. Gujarat refinery shall cross check the
applicable royalty from R&D centre, while evaluating the bids. Incentive will be
considered while evaluating the bids by applying negative loading to the rates
quoted by manufacturers using IOCL (R&D formulations, to the extent of royalty
inflow to IOCL (R&D, after adjustment of taxes and surcharges, if any.

Page 7 of 25

JRMM143007

3.19 It shall be the responsibility of the tenderers to fill complete, correct and accurate
information in line with the requirements / stipulations of the tender documents,
regarding their past experience and other information required to facilitate due
evaluation / consideration of their tenders.
If any information given by the bidder / tenderer is found to be incorrect in any
particular considered by the OWNER to be relevant for the evaluation of the bid /
tender, or is found by the OWNER to misrepresent the facts, or if any of the
documents submitted by the tenderer / bidder in support of or relevant to the bid
/tender is found by the OWNER to be forged, false or fabricated, the owner may
reject the bid, and without prejudice to any other right(s) of action or remedy
available to the owner, the owner may forfeit the Earnest Money given by the
bidder in the form of Earnest Money deposit or bank guarantee in lieu of Earnest
Money Deposit in order to compensate the OWNER for the expenses incurred by it
in considering the bid (and not by way of penalty) and take action for putting the
bidder / tenderer on holiday list for such period as the OWNER in this behalf
considers warranted and / or to remove the bidder / tenderer from the approved
list of vendors.

3.2 Special Instructions to the Bidder for participating in


E-Tender
Indian Oil Corporation Ltd. has developed a secured and user friendly e-Tendering system
through National Informatics Center (NIC), which enables Vendors / Bidders to Search,
View, Download tenders directly and also, enables them to participate & submit online bids
on the e-Tendering site https://iocletenders.gov.in in a secured and transparent manner
maintaining confidentially and security throughout the tendering process.
3.21 Bidders are advised to download Notice Inviting Tender along with other tender
documents from the e-tendering portal https://iocletenders.gov.in free of cost using their
digital signature & registered used ID. The tender should be submitted online in softcopy
on our e-tendering portal only. The requisite document(s) like Affidavit Format for Nontampering of Electronic Data, Earnest Money Deposit (if applicable), etc. in original has to
be submitted by dropping it in the Tender-box as per tender conditions before the due date
and time of tender submission failing which the bid shall be summarily rejected. A scanned
copy of the instrument or exemption certificate in case of exempted category has to be
uploaded along with clear scanned copies of required documents to substantiate the claim
towards their credentials along with the tender documents at the appropriate space.
3.22 Vendor should have a legally valid Class 3 Digital Certificate as per Indian IT Act from
the licensed Certifying Authorities operating under the Root Certifying Authority of India
(RCAI), Controller of Certifying Authorities (CCA) of India (For details regarding Digital
Page 8 of 25

JRMM143007

Certificate Provider please refer to point 8 of Information about DSC on the home page).
All interested bidders are requested to register themselves using the link Online Bidder
Enrollment on the home page and enroll their digital certificate during their first login
attempt.
It is advised to take extreme precaution while mapping digital certificate to a
particular user profile. Once a digital certificate is enrolled to a user account, it cannot
be used for any other registration in the system.
3.23 Bidders are requested to read following conditions in conjunctions with various
conditions, wherever applicable appearing with this bid invitation for e-Tendering.
The conditions mentioned herein under shall supersede and shall prevail over the
contradicting conditions (if any) mentioned elsewhere in the tender documents.
Special Instructions to the Bidder for participating in e-Tender
3.3 Procedure to submit On-line Bids
For this purpose, Vendors/Bidders are advised to read the instructions available in the
homepage of the portal where detailed procedure for submission of bids is available under
the section Bidders Manual Kit.
3.31 Tender Search
All tenders available on the website can be searched by using the Search Active Tenders
menu under Bidders profile. Use any of the searching criteria to search your tender. For a
refined search, enter Work Title under Keywords and click Submit. The intended
tender(s) should be checked and saved as Favorite by clicking on the check box. The bid
submission process will start by clicking the menu My Tenders.
3.32 Size of the Documents
Each packet is limited to 10 MB in size. It is advised to the bidder to prepare their bid
documents accordingly.
3.33 My Documents
Additional 25 MB of space is available in My Documents under My Account section.
Document uploaded once under My Documents can also be included for future tenders as
per requirement very easily. The repeated uploading of documents under My Documents
is not required from tender to tender. To include files from My Documents to the bid,
select Yes for Other Important Documents after EMD details. Vendors/Bidders are
advised to read the instructions available as Uploading of My Documents as under the
section Bidders Manual Kit.
3.34 Preparation of Bids
Page 9 of 25

JRMM143007

The documents to be uploaded should be in the same format as asked in the e-Tender.
Price Bid has to be downloaded and saved in the exact format available in the website (i.e.
Microsoft 97-2003 Workbook). All relevant details and quotes are to be filled in the same
file (e.g. BOQ_1234.xls) and same sheet (e.g. BoQ1). Same file must be used for uploading.
Any change in the File name, Sheet name or both will restrict uploading of the Price Bid.
3.35 Tampering of Documents
The following shall be considered as Tampering of documents:
o Submission of Scanned copy or Photocopy of Price bid (BOQ);
o Submission of any file other than original Price Bid (BOQ);
o Insertion of additional sheet(s);
o Change in content or context of the original file;
o Protection of Workbook over and above Sheet Protection done by IOCL.
Such bids will be summarily rejected at the time of evaluation.
3.36 Uploading and Confirmation
Bid along with all the copies of documents should be submitted in the electronic form only
through Indian Oil e-tendering system. Bidder has to ensure that their bid submission is
complete in all respect by clicking on the FREEZE BID SUBMISSION button. Any revision
or amendment in bid shall be possible after bid submission only upto the due date and time
of submission of tender. Bidder in turn will receive an acknowledgement against his/her
bid submission. Successful submission of bid can also be verified under My Bids section.

3.37 Help Desk


Bidders may contact the following resource persons
regard.
Mr. Ravi
Kolkata
8981665512 Mr. Ashwani
Mr. Shashi Noida
8130634323 Mr. Atul
Mr. Sawan Noida
8130269544 Mr. Manu
Mr. Vikrant New Delhi 9999188919 Mr. Ankit

for any assistance required in this


Mumbai
Mumbai
Gurgaon
Gurgaon

8879414448
9920638636
9711276525
9717983330

HelpDesk Tel. No. : +91-124-2861244


HelpDesk Email-id : ethdmkhonic@indianoil.in
etenderinghelpdesk@indianoil.in
Business Hours: Mon Fri, 09:00 to 16:00 Hrs India Time (IST) (GMT + 5:30 Hrs)

3.38 Special Note


Page 10 of 25

JRMM143007

Bids can only be submitted / resubmitted before the last date and time of
submission as per tender.

The system time (IST) displayed on e-tendering web page shall be considered as the
reference time for all transactions and no other time shall be taken into cognizance.

Bidders are advised in their own interest to ensure that bids are uploaded and
submitted successfully in e-tendering system well before the closing date and time of bid.

No physical bid shall be accepted except the documents as specified in tender.

IndianOil does not take any responsibility in case bidder fails to upload the
documents in the portal within specified time.

Bidders are requested to provide correct e-Mail address and Mobile No. for
receiving updates related to e-tender from time to time.

3.4 Tender Conditions for Benefits/Preference for Micro & Small


Enterprises(MSEs
Benefits/Preference for Micro & Small Enterprises (MSEs) shall be as per below mentioned
Tender Conditions for Benefits/Preference for Micro & Small Enterprises (MSEs):
I. As per Public Procurement Policy for Micro & Small Enterprises (MSEs) Order, 2012 issued vide
Gazette Notification dated 23.03.2012 by Ministry of Micro, Small and Medium Enterprises of Govt.
of India, MSEs must be registered with any of the following in order to avail the benefits/preference
available vide Public Procurement Policy MSEs Order, 2012.
a. District Industries Centers (DIC)
b. Khadi and Village Industries Commission (KVIC)
c. Khadi and Village Industries Board
d. Coir Board
e. National Small Industries Corporation (NSIC)
f. Directorate of Handicraft and Handloom
g. Any other body specified by Ministry of MSME
II. MSEs participating in the tender must submit on date valid certificate of registration with any
one
of the above agencies indicating the details of the particular tendered item along with their bid. The
certificate should be duly notarized.
III. The registration certificate issued from any one of the above agencies must be valid as on close
date of the tender. The successful bidder should ensure that the same is valid till the end of the
contract period.
IV. The MSEs who have applied for registration or renewal of registration with any of the above
agencies/bodies, but have not obtained the valid certificate as on close date of the tender, are not
eligible for exemption/preference.
Page 11 of 25

JRMM143007

V. The MSEs registered with above mentioned agencies/bodies for the tendered item are exempted
from payment of Tender Fee and Earnest Money Deposit(EMD).
VI. Purchase Preference Subject to meeting terms and conditions stated in the tender document
including but not limiting to prequalification criteria, MSEs registered with above mentioned
agencies/bodies for the tendered item shall be allowed Purchase Preference as under:
1. Single item tender (shall not be split) or Multiple items tender (which cannot be split as
per tender conditions):
In case the L1 price is that of a non MSE bidder, then the MSE bidder (whose price is nearest
to L1 price) shall be allowed to supply total tendered value provided its price is within the
price band of L1 price + 15 percent and it matches the L1 price. In case the MSE bidder
(whose price is nearest to L1 price) refuses to match the L1 price, then the next MSE bidder
(whose price is 2nd nearest to L1 price and is within a price band of L1 price + 15%) shall be
allowed to supply total tendered value, provided it matches the L1 price and so on. If no
MSE bidder whose price is within a price band of L1 price + 15% accepts to match the price
of the L1 bidder then the Purchase Order shall be placed on the L1 bidder.
2. Multiple items tender (tenders which can be split):
a) MSE bidder(s) is/are L1 for item(s) and the total evaluated price of such items >=20%
of the total tendered value: Purchase Preference shall not be applicable for the balance
items.
b) In other cases, items where the L1 price is that of non MSE bidder(s) and price of MSE
bidder(s) is within a price band of L1 price + 15%, such items will be offered to MSE
bidder(s) (whose price is nearest to L1 price) for price matching as detailed below. On
price matching Purchase Order for such items shall be placed on the concerned MSE
bidder(s):
(i) Sum Total of the total evaluated L1 price of such items and total evaluated L1
price of items where the L1 price is that of MSE bidder(s), is less than 20% of the
total tendered value: All such items will be offered for price matching. In case the
MSE bidder (whose price is nearest to L1 price) refuses to match the L1 price, the
item will be ordered on the L1 bidder.
(ii) Sum Total of the total evaluated L1 price of such items and total evaluated L1
price of items where the L1 price is that of MSE bidder(s) is >=20% of the total
tendered value: Such items will be offered for price matching in such a way that
the Sum Total of the total evaluated L1 price of such items and total evaluated L1
price of items where the L1 price is that of MSE bidder(s) is at least 20% of the total
tendered value. The Items to be offered to MSE bidder(s) will be selected on the
basis of the % difference between the L1 price and MSE bidder price (whose price is
nearest to L1 price) in ascending order. During this exercise in case the MSE bidder
(whose price is nearest to L1 price) refuses to match the L1 price, the item will be
ordered on the L1 bidder and will not be replaced by new item for price matching
even though the above mentioned 20% of the total tendered value is not achieved.
For e.g.
Page 12 of 25

TENDER NO. : JRMM143007

There are 10 line items in a tender.


(A) In 3 line items the L1 price is that of MSE bidder(s) but total evaluated L1 price of
these items is less than 20%
(B) In 4 line items the L1 price is that of non MSE bidder(s) and price of MSE
bidder(s) is within a price band of L1 price + 15%. These 4 line items will be
arranged in ascending order as explained above in b)ii).
Suppose the total evaluated L1 price of (A) (3 line items where MSE is L1 bidder)
along with first 2 line items of (B) adds up to 20% or more of the total tendered
value, then first 2 line items of (B) only will offered for price matching.

Note:
p) Total Tendered value means Total lowest evaluated Price for the entire tender.
q) Price means Evaluated Price.
r) A line item of the tender shall not be further split in multiple items tender.
s) Negotiations shall not be conducted with bidders as a matter of routine. However, IOCL reserves
the right to conduct Negotiations with the L1 bidder. In such case the eligible MSE bidder will have
to match the Negotiated L1 price. The price band of L1 price + 15% shall be based on pre-negotiated
L1 price but all other criteria defined above shall be based on Negotiated L1 price.
VII. Out of the twenty percent target of annual procurement from micro and small enterprises four
percent shall be earmarked for procurement from micro and small enterprises owned by Scheduled
Caste & Scheduled Tribe entrepreneurs. In the event of failure of such MSEs to participate in the
tender process or meet the tender requirements and L1 price, four percent sub-target so earmarked
shall be met from other MSEs.
VIII. To qualify for entitlement as SC/ST owned MSE, the SC/ST certificate issued by District
Authority
must be submitted by the bidder in addition to certificate of registration with any one of the
agencies mentioned in paragraph (I) above. The bidder shall be responsible to furnish necessary
documentary evidence for enabling IOCL to ascertain that the MSE is owned by SC/ST. MSE owned
by SC/ST is defined as:
a. In case of proprietary MSE, proprietor(s) shall be SC /ST
b. In case of partnership MSE, the SC/ST partners shall be holding at least 51% shares in the
enterprise.
c.In case of Private Limited Companies, at least 51% share shall be held by SC/ST promoters.

Page 13 of 25

TENDER NO. : JRMM143007

4. TENDER SPECIFICATIONS AND CONDITIONS


INTRODUCTION
Catalytic Refinery Unit (CRU) plant (330,000 MTPA) in Gujarat Refinery was designed &
commissioned with Russian collaboration in October 1966. CRU plant has two sections
namely Naphtha Hydrotreater (NHT) and Reformer. NHT section prepares the feed for
Reformer section by removing the impurities like Sulfur, Chloride, Nitrogen and metals.
Reformer section converts this hydro treated naphtha to high RON MS by means of
reforming reactions. Different types of Catalysts have been used in the reformer section of
the plant since then. The last batch of the catalyst E-603 from M/s. Engelhard had been in
operation since Aug 1999 and was replaced with RG 582 A 1.6 catalyst in the last May 2011
shut down.
Reformer section used E-603 catalyst in vertical down flow cylindrical internally gunnited
reformer reactors (4 nos.) and the fresh catalyst contains 0.30 wt% of Platinum metal on
high purity alumina base and about 0.9 -1.1 %wt of chloride to promote acid function of the
catalyst in alumina support. The catalyst is in extrudate form and is of 1.4 mm size. The
maximum bed volume is about 32.124m3 and can hold around 20MT of catalyst. Since the
dehydrogenation, dehydrocyclisation, cracking and isomerisation reactions take place at
high temperatures (495C~ 500C) the catalyst activity reduces due to coke lay down on
the catalyst. When the catalyst coke content reaches 8-14%wt the activity drops down and
requires in-situ regeneration (normally after 12 months of operation) and needs
replacement with new charge after its performance is reduced extensively, due to less
surface area availability once the catalyst operating life exceeds its guaranteed life. The
catalyst guaranteed life is 5 years depending on the severity and H2 to oil mole ratio. Since
this catalyst contains 0.3 wt% of Platinum which is a precious metal so it is sent to a
suitable party for Platinum recovery after regeneration of catalyst once it becomes spent.
The party gives back the recovered metals and disposes off the carrier/support (of nil
value). The spent catalyst platinum metal content is expected to be in the same level as that
of fresh catalyst.
The following is the summary of the recovery process that will be followed:
Prequalification annual turn over, experience, platinum recovery capabilities, etc.
Sampling in presence of party representatives and third party arranged by IOCL.
Parties to submit the guaranteed recovery platinum and sample assay results
(techno-commercial Bid) with in 30 days of sampling date.
Parties also to submit Price bid containing the recovery charges.
Techno-commercial Bid opening and finalization of assay.
Price bid opening.
Evaluation Criteria: Current platinum market prices shall be used to identify the
party whose recovered platinum value minus the recovery charges is maximum
among the parties.
Packing of spent catalyst in drums is in IOCLs scope and transportation ex-Gujarat
refinery onwards is parties responsibility.
Page 14 of 25

TENDER NO. : JRMM143007

The following are the details in the tender documents.


1. SPENT CATALYST DETAILS
2. PRE-QUALIFICATION CRITERIA
3. SAMPLING OF CATALYST AND TESTING
4. WEIGHING AND TRANSPORTATION
5. SELECTION PROCESS
6. PLATINUM RECOVERY, QUALITY AND DELIVERY
7. COST OF RECOVERY
8. OTHER TERMS AND CONDITIONS
1. SPENT CATALYST DETAILS
E-603 catalyst a product of M/s Engelhard Corp. contains 0.30 wt% of Platinum metal on
high purity alumina base and about 0.9 -1.1 %wt of chloride to promote acid function of the
catalyst in alumina support. The catalyst is in extrudate form and is of 1.4 mm size. The
catalyst is used for reforming reactions involving dehydrogenation, dehydrocyclisation, and
isomerisation and cracking reactions of C5-C9 naphthene and paraffin components to
produce aromatics and iso paraffins having higher octane values. As a result of these
reactions mainly cracking, coke build up takes place and reduces its activity by reducing its
active surface area and needs regeneration after 12 months of operation and once the
catalyst surface area is reduced beyond a certain limit it becomes spent and needs to be
changed with new charge of catalyst in the reactors.
Presently around 21,043 kg of spent catalyst is offered for platinum recovery, the expected
amount of Platinum on the catalyst is approximately 59.373 Kg (refer note: 1 to 4 below),
however, this quantity may vary. And from 151kg of spent catalyst dust of Barauni Refinery
around 0.386kg of Platinum is expected.
Note:
1. Expected Pt recovery from spent catalyst E-603 is assumed 99 wt % of 0.3wt%
expected platinum present in the spent catalyst.
2. Expected total catalyst from all 4 reactors of Gujarat Refinery (159 drums spent
catalyst +1 drum catalyst dust of 129kg) after 10 regenerations is 21,043 kg.
3. The total expected quantity of Catalyst from ~21,043kg is estimated
to be approximately 19,991kg after deducting the estimated coke % of 5% on the
catalyst
4. Expected Pt recovery from spent catalyst E-603 of 19991kg is ~0.297wt% which is
equal to ~59.373kg. (99% of 0.3wt% expected platinum in the catalyst).
5. Catalyst dust of 151 kg having 0.386 kg (expected) is received from Barauni Refinery
for platinum recovery along with IOCL JR on non returnable basis
2. PRE-QUALIFICATION CRITERIA
The following is the pre-qualification criteria for accepting the tender documents. Meeting
all criteria is mandatory.

Page 15 of 25

TENDER NO. : JRMM143007

2.1 Bidders must have experience in processing of minimum two lots of spent Pt. catalyst of
minimum 5000 Kg each in the last three years and atleast one lot should be from one of
the Indian refineries, in recovery of platinum from spent bimetallic catalyst and
purification of it up to minimum 99.95%wt purity.
2.2 Bidders shall submit the documentary evidences in support of fulfillment of the above
criteria along with their bids.
2.3 The credentials of the vendors shall be checked from their enclosed documents.
3. SAMPLING OF CATALYST AND TESTING
3.1 Sample (catalyst) shall be kept in ~210L capacity drums.
3.2 Parties passing the prequalification criteria will be called for sampling of the catalyst as
per the sampling guidelines mentioned herewith in point 3.4.
3.3 IOCL will appoint a third party for sampling, weighing and assaying. The Umpire party
will be mutually agreed by IOCL and the bidders participating in the pre bid meeting.
3.4 Sampling method will be as under
All the drums of spent catalyst shall be heaped and thoroughly mixed by coning and
quartering method (in presence of the vendors' representatives, third party and IOC
personnel) to make the contents homogeneous. However, the sampling method may
be finalized during pre bid meeting.
After the catalyst is mixed thoroughly to get homogeneous mixture, required
number of samples of 500 gm shall be drawn from heap for the distribution as
under:
- Each party shall be given 2 samples of 500gms each.
- 2 samples will be given to the third party for analysis/assaying.
- 2 samples shall be retained by IOCL for Umpire analysis if any dispute arises.
- IOCL will keep 2 more samples separately as retention samples.
3.5 Parties shall submit the analysis report along with the % guaranteed recovery in seal
condition with in 30 days of sampling with the following details.
Loss on ignition (LOI)
Platinum metal content on the total wt basis.
The guaranteed recovery
3.4 Third party will also test the samples for platinum metal content and report the
results to IOCL. The third party analysis will be used as reference and the final platinum
metal content shall be determined as per the guidelines mentioned under the Catalyst
Assay (point 5).

Page 16 of 25

TENDER NO. : JRMM143007

4. WEIGHING AND SHIPPING


Weighing, Packing and sealing of spent catalyst in ~210L drums will be done by IOCL
immediately after sampling.
2.1 After sampling, individual empty drums will be numbered and empty weight will be
taken and recorded. After filling the spent catalyst in the drums, each drum shall be
weighed for gross weight and sealed (with signatures of all parties including IOCL
and third party) in-presence of party representatives, IOCL and third party.
4.2 The successful bidder will have to make necessary arrangement for transportation of
spent catalyst from Gujarat Refinery to their works. Insurance coverage will also be
taken by the successful bidder.
4.3 The material will be handed over to the party only after the receipt of the bank
guarantee.
5. CATALYST ASSAY
5.1 All the parties will be given two samples lot as detailed in the sampling guidelines.
5.2 The evaluation of the samples will be done by the vendor free of cost. The vendor will
recover Platinum out of the sample from which they shall give guarantee for recovery
and purity.
5.2 Platinum recovery charges per kg of spent catalyst processed and Platinum purification
charges per Kg of platinum (or if the party wishes to quote a single rate for recovery
and purification, then it is also acceptable) to be submitted as Price bid along with
offer. Price bid opening will be done only after fixing the final assay of all the parties.
5.3 Under technical bid the parties are required to report the following
Parties shall submit the analysis report along with the %guaranteed recovery in
sealed condition within 30days of sampling with the following details
- Loss on ignition (LOI)
- And platinum metal content on the total spent catalyst wt basis.
5.4 Technical Bid opening and assay evaluation:
On opening of the technical bid, the Assay of the individual party will be compared with the
third party analysis as mentioned below. Either of the following situations may arise:

If the difference between the assay of the recovered platinum (between third party and the
vendor/vendors) is up to 1%, the arithmetic mean of the assay values shall be taken as the final
assay.

If the difference between the assay of the recovered platinum is greater than 1%, a repeat
analysis shall be carried out by the vendor and third party. In case, the difference in the assay of
recovered platinum (between vendor and third party) after the repeat analysis ranges upto 1%,
Page 17 of 25

TENDER NO. : JRMM143007

the arithmetic mean of the assay values shall be taken as the final assay. If the difference
between the assay even after repeat analysis exceeds 1%, the following will be done.
The assay of the recovered platinum as given by the umpire assayer shall be compared with the
assay of third party and the vendor. The closest value between umpire on one side and the third
party or vendor on other side shall be taken. Thereafter Arithmetic mean shall be taken e.g. the
assay of third party is 98% and that of vendor is 97%, the umpire assay is 97.8%, which is close
to third party assay. Thus, the arithmetic mean of umpire assay and third party assay shall be
taken as [this case (98+97.8)/2= 97.9%] the final value for platinum recovery. The cost of the
umpire assayer shall be borne by the party i.e. vendor or IOCL (on whose behalf third party has
done the assay) having the least accurate assay.

6. TENDER EVALUATION
6.1 The tender will be evaluated on the basis of the party which scores high on the following
will be awarded the job for recovering the platinum from the spent catalyst.

Net gain = Total value of recovered platinum with desired purity minus Total
platinum recovery & purification cost (including transport charges, packing &
forwarding charges, taxes, duties etc.)

Total value of recovered platinum = Quantity of recovered platinum with minimum


99.95%wt purity in kgs * London Metal Exchange (LME) Platinum price in $/kg *
dollar to rupee conversion rate

Quantity of recovered platinum in kg = [No. of kgs of spent catalyst as delivered*


agreed assay value of % wt of platinum in the spent catalyst* % guaranteed recovery
of platinum with minimum 99.95%wt purity]

6.2 For the purpose of platinum value estimation, the published platinum price of
London Metal Exchange and exchange rate as on the day of price bid opening will be
considered.
7. PLATINUM RECOVERY, QUALITY AND DELIVERY
7.1 Party shall collect the spent catalyst from IOCL Gujarat Refinery and deliver the
specified quantity and purity of Platinum metal to Gujarat refinery within 5 months
from the date of
taking the spent catalyst from Gujarat refinery.
7.2 Full quantity of recovered Platinum should be returned to IOCL, Gujarat Refinery in
sponge form with purity of 99.95% minimum. Each sponge form of platinum will be
packed in polythene jars weighing 3-5 kgs. each and should be jointly sealed with
vendor's Trade mark, Sr. no., gross weight, tare weight, net weight stamped on it, after
drawing samples. Vendor shall furnish the purity certificate for each sponge form of
Platinum recovered in addition to the independent testing by 3rd party. The cost of
testing by third party shall be borne by the vendor.
Page 18 of 25

TENDER NO. : JRMM143007

7.3 The recovered Platinum sponge will be weighed, packed and sealed at the plant of
vendor but the vendor liability and responsibility extends also for transportation of
the material. Hence even after weighment, packing and sealing of material, if there is
any anomaly found after transportation and receipt of the material at site, vendor will
bear all the responsibility for the same.
7.4 The vendor shall intimate IOCL, Gujarat Refinery about the readiness of sponge form of
Platinum. The vendor's testing agency shall draw 4 representative samples of 3 gms.
each through coning and quartering from the whole lot and the same shall be sealed by
the vendor. One sample shall be sent for testing to the indigenous or foreign testing
agency, as may be mutually agreed to (may be decided during pre bid) and out of
remaining three samples, two samples will be retained by the Vendor and one sample
by IOCL, Gujarat Refinery.
7.5 In case the purity of the platinum is found less than 99.95%, the whole lot will have to
be replaced by the vendor free of cost with the sponge form of guaranteed purity and
guaranteed quantity as certified by 3rd party inspection agency.
7.6 On receipt of recovered Platinum at IOCL through the packed containers will not be
opened unless there is some anomaly/damage etc, however, all the packed containers
will be weighed for gross weight and same should tally with the weighment done at
vendor's plant. In case any container has to be opened breaking the seal, joint
measurements and weights will be recorded on receipt of material in presence of
representative of vendor on weighing scale with 0.10 Grams accuracy and any anomaly
will be recorded jointly at our refinery site.
7.7 The vendor should confirm that they will undertake all responsibilities for any risk or
loss of either used / spent Platinum catalyst or Platinum, while it is in their custody.
7.8 COST OF RECOVERY

The successful bidder will have to make necessary arrangement for transportation of
spent catalyst from Gujarat Refinery to their works. Insurance coverage will also be
taken by the bidder.

Bidders shall quote packing and forwarding charges for transporting spent catalyst
from Gujarat refinery to their works and there after the delivery of recovered platinum
to Gujarat refinery separately.

Bidder to indicate separately the taxes and duties applicable on recovery of platinum
separately.

8. OTHER TERMS AND CONDITIONS


8.1 Bank guarantee- The successful bidder will have to execute the Bank Guarantee in
IOCL format from scheduled nationalized bank for the sum equivalent to the value of
Platinum +10%, within 7 days of receipt of the order & before collection of the spent
Page 19 of 25

TENDER NO. : JRMM143007

catalysts from IOCL. Bank guarantee amount will be calculated on London Metal
Exchange prevailing price of Platinum per gm on the date of price bid opening . Bank
guarantee charges shall be in vendors scope. The bank guarantee will be calculated on
the basis of percentage of Platinum (minimum guaranteed for recovery). The bank
guarantee should be valid for contractual delivery period plus 3 months.
8.2 The vendor will also have to submit a performance bank guarantee (P.B.G.). The P.B.G.
towards performance of Platinum shall remain valid for 18 months from the date of
supply of recovered platinum or the date of acceptance of platinum by the Catalysts
Manufacturer, whichever is earlier.
8.3 The vendor will have to arrange for Insurance coverage for value of Platinum in the
catalyst while it is in their custody and assign the policy in favour of IOCL Gujarat
Refinery till the Platinum is returned to IOCL and accepted by IOCL. Copy of the same
insurance policy to be furnished to IOCL. The transport charges of Platinum from
vendor's place to IOCL, Gujarat Refinery including packing and forwarding charges and
transit insurance for delivery of sponge platinum to IOCL, Gujarat Refinery shall be
arranged by the vendor at their own cost.
8.4 Any terms and conditions stipulated by the vendor, while submitting the offer shall be
applicable only, if it is specifically accepted by IOCL in writing.
8.5 Along with the initial offer (prequalification) the parties are required to submit the
following in a sealed envelope as price bid, which will be opened after finalizing the
spent catalyst assay.
Platinum recovery charges per Kg of spent catalyst
Platinum purification charges per kg of recovered platinum.
8.6 The vendor shall indicate the method of weighing / sampling of Platinum.
8.7 The vendor shall indicate the maximum period for recovery of Platinum and
delivering the same to IOCL, as per Agreed terms of our order.

Page 20 of 25

TENDER NO. : JRMM143007

5. PROFORMA FOR DETAILS OF ANNUAL TURNOVER AS


PER PQC point no. 2.2 i).
1.

2.

Annual Turnover in any of the last 3 years

2011 2012

2012 2013

2013- 2014

Copies of Audited Balance Sheets & Profit & Loss Account Statement for any of the
last 3 financial years i.e. 2011 12 , 2012 13 & 2013-14 are to be attached.

PLACE:

FULL NAME

DATE:

DESIGNATION

:
:

Page 21 of 25

TENDER NO. : JRMM143007

6. PROFORMA FOR DETAILS OF PAST EXPERIENCE AS


PER PQC
Sl.
No

Name & full address of


the client and contact
person

Description of Purchase Order


items (executed order as per
PQC point no. 2.2 ii)

Value of Contract
(Rupees/US $)

Purchase Order
reference and date

DECLARATION : I/We do hereby certify that the information as furnished above are correct
and complete. Documentary evidence are enclosed.

PLACE :

FULL NAME :

DATE :

DESIGNATION :

Page 22 of 25

TENDER NO. : JRMM143007

7. PROFORMA OF EXCEPTIONS AND DEVIATIONS


Bidder may stipulate here exceptions and deviations to General Purchase Conditions
and/ or Bidding Document, if considered unavoidable, separately for Technical and
Commercial clauses.
Sl. No.

Page No. of
Bidding
Document

Clause No.

Description of Clause

Deviation
Proposed By
Bidder

Bidder should note that this Annexure has been included in the Bidding Document solely for
the convenience of the Bidder so as to facilitate them to list out the deviations/exceptions
both of Technical and Commercial nature from/to the Bidding Document. IOCL will not
recognize any deviations/exception(s) which is not listed in this Annexure.

PLACE
DATE

:
:

FULL NAME

DESIGNATION

Page 23 of 25

TENDER NO. : JRMM143007

8. PROFORMA OF DECLARATION OF BLACK LISTING /


HOLIDAY LISTING
In the case of a Proprietary Concern :
I hereby declare that neither I in my personal name or in the name of my Proprietary concern M/s.
.. which is submitting the accompanying Bid / Tender nor any other concern in which I am
proprietor nor any partnership firm in which I am or was involved as a Managing Partner are
currently placed on black list or holiday list declared by Indian Oil Corporation Limited or its
Administrative Ministry, except as indicated below :
(Give particulars of black listing or holiday listing and in absence thereof state NIL).
I, hereby do further declare that the following notice(s) have hitherto been issued against proposed
action for holiday / black listing and/or the following action for holiday listing / black listing has
hitherto been taken, as the case may be, by Indian Oil Corporation Ltd. or its Administrative
Ministry in my personal name or in the name of any proprietary concern of mine or against any
partnership firm of which I was or am the managing partner.
No. and Date of Show-cause Notice/
Notice of Holiday / Black Listing

Period of Holiday
Listing/Black Listing

Present Status

(State NONE if there is no such notice or action).


In the case of a Partnership Firm
We, hereby declare that neither we, M/s. submitting the accompanying Bid / Tender
nor any partner involved in the management of the said firm either in his individual capacity or as
proprietor of any concern or as partner of any firm in which he/she was a Managing Partner, are
currently placed on Black List or Holiday List declared by Indian Oil Corporation Limited or its
Administrative Ministry, except as indicated below :
(Give particulars of black listing or holiday listing and in absence thereof state NIL).
We _____________ hereby further declare that the following notice(s) have hitherto been issued against
proposed action for holiday / black listing and or the following action for holiday listing / black
listing has hitherto been taken as the case may be, by Indian Oil Corporation Ltd. or its
Administrative Ministry against the above firm or any partner involved in the management of the
firm in his individual capacity or as proprietor of any concern or as Managing Partner of any firm.
No. and Date of Show-cause Notice/
Notice of Holiday / Black Listing

Period of Holiday
Listing/Black Listing

Present Status

(State NONE if there is no such notice or action).


In the case of Company
Page 24 of 25

TENDER NO. : JRMM143007

We hereby declare that we are not currently placed on any holiday list or black list declared by
Indian Oil Corporation Limited or its Administrative Ministry, except as indicated below :
(Give particulars of black listing or holiday listing and in absence thereof state NIL).
We, _____________ hereby do further declare that the following notice(s) have hitherto been issued
against proposed action for holiday / black listing and / or the following action for holiday listing /
black listing has hitherto been taken, as the case may be, by Indian Oil Corporation Ltd. or its
Administrative Ministry against the Company.
No. and Date of Show-cause Notice/
Notice of Holiday / Black Listing

Period of Holiday
Listing/Black Listing

Present Status

(State NONE if there is no such notice or action).


It is understood that if this declaration is found to be false in any particular, Indian Oil Corporation
Limited or its Administrative Ministry, shall have the right to reject my / our bid, and, if the bid has
resulted in a contract, the contract is liable to be terminated.
Place:

Signature of the Bidder..

Date:

Name of the Signatory .

Page 25 of 25

You might also like