Screen Reader Access Skip to main content
×

Personnel and Administration


Tender No : 3900001416
Tender Type : E-Domestic

Posted Date : 06-03-2025
Closing Date : 27-03-2025

Tenders are invited for the following work:
Name of Work To provide various vehicles on hire for shutdown jobs at MRPL Mangalore as per scope and terms & conditions of the contract
Tender Fee (in INR) -
Tender Fee (in USD) -
Tender Forms Issue-Start Date & Time 06-03-2025 17:00
Tender Forms Issue-Closing Date & Time: 27-03-2025 15:00:00
Prebid conference Place / Date / Time: Not applicable
EMD(in INR) : 884000.00
EMD(in USD) : 0.00
Product Category: Hiring of Vehicles
Tender Category: Services
Form of Contract: Fix - Rate
Tenders - Bid Closing date and time: 27-03-2025 15:00:00
Tender Opening Date & Time: 27-03-2025 15:30:00
Site location: Mangaluru
Job Completion Time: As per tender
Contact Person from MRPL: G Ramasubramanian
Chief Manager– Security (Human Resource)
Mangalore Refinery and Petrochemicals Ltd, (A subsidiary of Oil & Natural Gas Corpn. Ltd – ONGC), PO Kuthethoor, Via Katipalla, Mangalore -575030, Karnataka, India
0824-288 2195
grs@mrpl.co.in
Contact Person from MRPL: From Antares Systems Limited
Mr Dilip Ranganath
Tel : +91-824-2882248
e mail : eps[at]mrpl[dot]co[dot]in
website : https://www.tenderwizard.com/MRPL

Job Description:
To provide various vehicles on hire for shutdown jobs at MRPL Mangalore as per scope and terms & conditions of the contract

Special Instructions:
As per tender

QUALIFYING CRITERIA:

 



योग्यतापूर्व मानदंड / Pre-Qualification Criteria:



 





  1. Financial Turnover:




 





















A





The Average Annual Financial turnover of the bidder during the last 3 years ending 31st March of the previous Financial year should be at least





Rs. 44.00 Lakhs.





 





  1. Past Experience:




 



The Bidder should have experience of having successfully carried out and completed similar work during the last 7 years ending last day of the month previous to the one in which tenders are invited, which experience should be any one of the following:



 









































A





Three similar completed works, each costing not less than





Rs 58.00 Lakhs





B





Two similar completed works, each costing not less than





Rs 73.00 Lakhs





C





One similar completed works, costing not less than





Rs 117.00 Lakhs





 



Note:





  1. “Similar work” is defined “bidder should be a tourist taxi operator or Transport service provider for passengers with GST registration number, having experience of providing services of Jeeps or Cars or mini-busses or buses rotational shift services in any institutions or organizations or MNCs, or industries during the last 7 years”. The relevant documentary proof in the form of Work Orders & Satisfactory Performance Certificates is to be enclosed with the bid documents.




 





  1. All above indicated amounts are exclusive of Service Tax or GST.




 





  1. Relaxation to MSE and Start-up bidder:


  2. MSE: Pre-qualification criteria with respect to Prior Turnover and Prior experience may be relaxed for Micro & Small Enterprises (to the extent of 15%) as per GOI guidelines subject to meeting of quality and technical specifications.




(For example, if PQC value applicable to other than MSE bidders is Rs. 100/-, the same shall be Rs. 85/- for MSE bidders).



 





  1. b) Start Up: No Relaxation: Relaxation in prior Turnover and experience in PQC cannot be considered for this indent in view of public safety, health & critical vehicle operation.




 



 





  • Other Criteria:




 





  1. The contractor or service provider should have Two (02) Nos. of Diesel vehicles (either Jeeps 1500 cc & above or Innova or Utility pick up with twin crew cabin) in his or firm’s name for participation in the tender. They should furnish copies of RC books along with the technical bid. Service providers, who do not have their own vehicle(s), but have an attached vehicle (s) for the duration of the contract, can also be considered for participation in MRPL Tender provided that they should furnish copies of the agreement (s) and RC Book(s) along with the Technical Bid. The vehicle (s) should not be more than 8 years old as on 17.04.2025.




 





  1. Bidders who have been issued and executed orders for similar works in MRPL during the last 3 years shall provide satisfactory Completion Certificate from MRPL, else a declaration shall be given by the bidder that they have not executed such work orders in MRPL in the said period.




 





  1. Bidder has to quote for all items as per price bid and this is to be confirmed in the format provided along with the technical bid.




 





  1. The bidder shall not be under Holiday list or Black List of MRPL or Ministry of Petroleum & Natural Gas (MoPNG) or should not have been debarred by orders issued by DoE. An undertaking to this effect to be obtained from the parties.




 



 





  1. Joint venture or Consortium bids not be permitted for this tender.




 



 



Note: Bidder is required to provide the following documentary proof in support of meeting Pre-Qualification Criteria along with their technical bid:



 





  1. Annual reports containing Audited balance sheets and Profit & Loss statement, in support of their fulfilling the qualification criteria. (In case the last Financial closing date is within 9 months of bid due date and audited annual report of immediate preceding Financial year is not available, bidder has the option to submit the Financial details of the three previous years immediately prior to the last Financial year. Otherwise, it is compulsory to submit the Financial details of the immediate three preceding Financial years)




 





  1. Bidder shall furnish documentary evidence covering similar work mentioned above, but not be limited to :



    1. Copies of work orders with relevant pages of contract and SOR,


    2. Proof of Completion or completion certificate indicating value of work completed against above order, in support of their fulfilling the qualification criteria.










  • Name of organization for the job reference for PQC compliance was performed along with contact person’s name, designation, email ID and phone number.




 



 Note: Work order completion certificate furnishing the value as per PQC to be submitted i.e., if the contract is extended, it should be continuous & total value of the extended contract shall be considered for PQC. However, completion certificate should clearly mention the total completed value to meet as per PQC.



 





  1. Other relevant documentary evidence for all the above mentioned criteria.




(As applicable for the tender)



 





  1. All documents furnished by bidder in support of meeting the experience criteria of PQC shall be:




                                                                EITHER



“Duly certified by Statutory Auditors of the Bidder or a practicing Chartered Accountant (not being an employee or a director or not having any interest in the bidder (s) company or firm) where audited accounts are not mandatory as per law.



 



                                                                                OR



“Duly notarized by any Notary Public in the bidders country.



 





  1. MRPL reserves the right to complete the evaluation based on the details furnished without seeking any additional information.




 



 





  1. Rejection Criteria:




 





  1. Bids received after the due date and time of bid submission shall be summarily rejected.




 





  1. EMD: Bids received without or with insufficient EMD (in original with the Technical Bid), before the bid closing date & time shall be summarily rejected.




However, Govt. Dept. or PSUs or firms registered with NSIC or MSE- Udyam Certificate (Micro & Small Enterprise) or Start up’s or Categories mentioned in GEM GTC are exempted from submission of EMD. Such bidders shall submit relevant documentary proof towards exemption, along with technical bid of the tender.



 





  1. Offer sent without having the prescribed bidding document of MRPL, non-adherence to technical or commercial terms & conditions, Unpriced bid and Price bid not in the prescribed format, incomplete bids and bids with deviations to the tendered scope of work shall be liable for rejection.




 





  1. Non-compliance to any of PQC or BEC will be liable for rejection.




 





  1. Bidder’s failure to enter into Integrity Pact as applicable for the Tender along with the bid duly signed shall be liable for rejection.




 





  1. If technical bid & price bid are submitted together.




 





  1. Bids found to have been submitted with falsified or incorrect information.




 





  1. Offer is liable for rejection if Bidder is in the Holiday or Blacklist of any CPSU or State PSU or Central or State Government Undertaking. Bidder shall give a self-declaration to this effect.




 





  1. Consortium or Joint bids shall not be accepted.




 





  1. Bidder to quote for all items enlisted in BOQ, otherwise offer shall be rejected.




 





  1. Offers not meeting statutory requirement are liable for rejection.




 



 





  1. बोली मूल्यांकन मानदंड /Bid Evaluation Criteria (बीईसी BEC):




 





  • The bidder should accept in Toto the Technical specification and Scope of work given in the Tender with no deviation as per clauses of the tender document.




 





  • Techno commercially acceptable bids will be evaluated on overall L1 basis i.e. lowest Landed cost to MRPL.




 





  • In case of a tie in same rate being quoted by more than one party, then the bidder with higher turnover (3 years Average Annual turnover total as per PQC#1) will be considered as highest ranking tenderer. Accordingly Purchase preference for MSE’s Bidders will be considered based on turnover.