You are on page 1of 57

INDIAN OIL CORPORATION LIMITED (PIPELINES DIVISION)

NORTHERN REGION PIPELINE


KAPASHERA NAJAFGARH ROAD, BIJWASAN, NEW DELHI 110061

TENDER NO.: PMJTS13029

TENDER FOR

ANNUAL RATE CONTRACT FOR SERVICE & MAINTENANCE OF FIRE FIGHTING EQUIPMENTS & SYSTEM AT NRPL MATHURA

Issued by
Chief Manager(T&I/TS) Indian Oil Corporation Ltd. Northern Region Pipeline Bijwasan, New Delhi

Price Nil

INDIAN OIL CORPORATION LIMITED (PIPELINES DIVISION)


NORTHERN REGION PIPELINE
KAPASHERA NAJAFGARH ROAD, BIJWASAN, NEW DELHI 110061

TENDER NO.: PMJTS13029


TENDER FOR

ANNUAL RATE CONTRACT FOR SERVICE & MAINTENANCE OF FIRE FIGHTING EQUIPMENTS & SYSTEM AT NRPL MATHURA

PART - I (TECHNICAL BID)


Issued by
Chief Manager (T&I/TS) Indian Oil Corporation Ltd. Northern Region Pipeline Bijwasan, New Delhi

INDIAN OIL CORPORATION LIMITED (PIPELINES DIVISION) NORTHERN REGION PIPELINE KAPASHERA NAJAFGARH ROAD, BIJWASAN, NEW DELHI 110061

TENDER NO.: PMJTS13029

TENDER FOR

ANNUAL RATE CONTRACT FOR SERVICE & MAINTENANCE OF FIRE FIGHTING EQUIPMENTS & SYSTEM AT NRPL MATHURA

INDEX
SL. No. 1 2 3 4 5 6 7 8 Brief Description Volume I (Techno-commercial bid) Cover Page Index Notice Inviting Tender Special Instructions to Tenderers Special Condition of Contract Annexures I to XVII General Conditions of Contract (Separate
File)

Page No.

1-2 3 4-5 6-22 23-38 39-57 1-139

Volume -II (Price Bid) (Separate File)

INDIAN OIL CORPORATION LIMITED (PIPELINES DIVISION) NORTHERN REGION PIPELINE KAPASHERA NAJAFGARH ROAD, BIJWASAN, NEW DELHI 110061 NOTICE INVITING TENDER 1. 2 3 4 5 6 Name of Work Tender No. Tender type Area/Location Completion period Tender Fee (Non-Refundable) Pre-Qualification Criteria a. Annual Turnover (for at least one of previous 03 financial year ending 31st Mar13)

PROCEDURE NO: QAF:TS:03 EFFECTIVE DATE: 03.05.2010

ANNUAL RATE CONTRACT FOR SERVICE & MAINTENANCE OF FIRE FIGHTING EQUIPMENTS & SYSTEM AT NRPL MATHURA
PMJTS13029 Open e-Tender, Two Bid IOCL-NRPL- MATHURA 12 months from the date of issuance of specific instruction by Engineer-in-Charge, extendable for another 12 months at the discretion of owner No Tender fee is applicable for this tender, since the bidders are required to download the tender documents from IOCL e-tender website (https://iocletenders. gov.in). The intending bidder shall have to submit online, proof of their pre-qualification and experience along with Part-1 (Technical Bid) of tender. Copies of all the documents shall be self attested. Rs. 1.91 lacs (Proof shall be in the form of audited balance sheet / TDS certificate or profit & loss statement ) Work order value executed by vendor for work similar to maintenance of fire fighting equipment & system during last five financial years w.e.f. 01.04.08 should be as under:

b. Min. Value of completed work order executed for similar jobs in last 05 st financial years ending 31 March13

Three similar completed works each costing not less than the amount equal to ` 0.95 Lac OR Two similar completed works each costing not less than the amount equal to ` 1.27 Lac OR One similar completed work costing not less than the amount equal to ` 1.58 Lac.

Proof shall be in the form of copy of work order with Completion certificate for similar nature of job. c. Other documents to be submitted online/upload 8 9 10 11 Tender sale date Pre-bid meeting Last date for tender submission Tender opening date 1. PF code allotment letter 2. Service tax/VAT/TIN no. (if applicable) Sale start date: 26/08/2013 at 1000 hrs Sale end date: 09/09/2013 at 1500 hrs Not applicable 09/09/2013 up to 1500 hrs Part-I (Technical bid) shall be opened on 10/09/2013 at 1530 Hrs or any convenient date thereafter Nil 3. PAN card details 4. ESI (if applicable)

12

Earnest Money Deposit

13

Tender issuing/receiving authority

Chief Manager (T&I/TS) Indian Oil Corporation Ltd, Northern Region Pipeline, Bijwasan, New Delhi 110061 Phone: 011- 28063337 e-mail : dograa@indianoil.in The Tenderers shall upload scanned copy of necessary documents in support of required qualification and experience along with their offer as per instruction given in the Special Instructions to Tenderer Bids from Consortium shall not be accepted. In the case of offers from Joint Venture Company duly registered under Indian Companies Act, any of the partners of the Joint Venture Company will have to meet the experience and any one of the partners will have to meet the financial criteria mentioned in S.No.7 Physical Bids will not be accepted. Tender Document can be downloaded from https://iocletenders.gov.in and on line bids are required to be submitted with Digital signatures on the system. IOCL reserves the right of annulment of tender without assigning any reasons whatsoever. The tender documents are non-transferable IOCL reserves the right to cancel tender in full/part, extend tender sale/submission date etc. without assigning any reasons thereof. Tenderers shall furnish necessary documents in support of required qualification and experience along with offer. Any legal dispute shall be within jurisdiction of Delhi Court. Bidder who has downloaded tender from IOCL tender website (www.iocletenders. gov.in) is advised to visit the website for any corrigendum / amendment and take these into cognizance before submitting the tender. Tenders submitted without taking cognizance of corrigendum / amendment issued by IOCL are liable for rejection.

14

Other information

Chief Manager (T&I/TS) Date: 22.08.2013 Place: Bijwasan

SPECIAL INSTRUCTIONS TO TENDERERS


1.0.0 INFORMATION The information given in the Bid Documents and in the plans and drawings forming part thereof is merely intended as general information without undertaking on the part of the Owner as to its accuracy and without obligation relative thereto upon the Owner. The Vendors are expected to conduct their own surveys and investigations prior to Bidding. Before bidding, the vendor shall undertake and shall be deemed before bidding to have undertaken a thorough study of the proposed work, the job site(s) involved, the site conditions, the labour, power, water, material and equipment availability, transport and communication facilities and temporary offices and accommodation quarters, and all other factors, constraints and facilities necessary for the formulation of the Bid, supply of materials and the performance of the work. The vendor shall inspect and examine the site and its surroundings and shall satisfy himself before submitting his tender as to the nature of the ground present, physical conditions and all roads, approaches and lands which may be used temporarily otherwise in connection with the works, means of access to the site accommodation he may require and in general shall himself obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect his tender. 2.0.0 2.1.0 INTRODUCTION Pipelines Division of Indian Oil Corporation Limited (IOCL), a Government of India Undertaking (hereinafter called as the Owner), owns and operates over 11000 km of pipeline network as of now. Indian Oil Corporation Limited, a company registered in India under the Companies Act, 1956 invites electronic bids through its website https://iocletenders.gov.in under two-bid system from bonafide experienced contractors of financial standing and reputation having Provident Fund Code Number, PAN, experience and fulfilling the qualifying requirements stated hereunder for the following job at NRPL, Bijwasan base : Name of Work: Tender No. 3.0.0 3.1.0 4.0.0 ANNUAL RATE CONTRACT FOR SERVICE & MAINTENANCE OF FIRE FIGHTING EQUIPMENTS & SYSTEM AT NRPL MATHURA PMJTS13029

2.2.0

BRIEF DESCRIPTION OF WORK Service & maintenance of Fire Fighting equipments & system at NRPL Mathura. SITE LOCATION IOCL- NRPL, Mathura

5.0.0 5.1.0

SITE VISIT The intending Tenderers shall be deemed to have visited the site & familiarized themselves with the existing conditions before submitting the offer. Non familiarity with site conditions shall not be considered a reason either for extra claims or for not carrying out the work conforming to the specifications. The intending Tenderers may contact IOCL, NRPL-Mathura for necessary guidance and help
6

5.2.0

during site visits: 6.0.0 6.1.0 LOCAL CONDITIONS It will be imperative on each BIDDER to acquaint himself of all local laws, conditions and factors which may have any effect on the execution of works and supplies under the Bid document. In their own interest, the BIDDER is requested to familiarise themselves with (but not limited to) the Indian Income Tax Act,1 961, Indian Companies Act, 1956, Indian Customs Act, 1962, Indian Factories Act, 1948, The Contract Labour (Regulation & Abolition) Act, 1970, The Employees Provident Funds and Miscellaneous Provisions Act, 1952 and other related Acts and Laws and Regulations of India, with their latest amendments, as prevalent in India. OWNER shall not entertain any request for clarification from the BIDDER regarding such local conditions. It must be understood and agreed that such factors have properly been investigated and considered while submitting the Bid. No claim for financial and other adjustments to the contract price, on account of lack of clarity or proper understanding of such factors, shall be entertained. TENDER DOCUMENTS The tender documents include the following:Contents Techno-commercial tender Special Instructions to Tenderers General Conditions of Contract (GCC) Special Conditions of Contract (SCC) Scope of work Annexures (I to XVI) Volume II of II Price Bid Schedule of Rates (SOR) 7.2.0 Owner has posted the complete tender document on the e-tendering web site (www.iocletenders.gov.in) and has ensured its availability for downloading the full set comprising of the above. The tenderer is expected to download the complete tender document from the etendering website, compile the required documents asked in the tender and upload the scanned copies with their offer digitally signed. The tenderer is expected to examine the tendering documents, including all instructions, specifications and drawings in the tendering document. Failure to furnish all the information required by the tendering documents or submission of tender not substantially responsive to the tendering document in every respect shall result in the rejection of the tender. PRICE OF TENDER DOCUMENT No Tender fee is applicable for this tender, since the bidders are required to download the tender documents from IOCL e-tender website (https://iocletenders.gov.in). The tender documents shall remain the exclusive property of the Owner without any right with the Bidder to use them for any purpose except for the purpose of tendering and for use by the successful Bidder with reference to the work. The tender document is non-transferable. Bids may be submitted by Tenderer electronically as per entities defined in Clause 9.4.0. Tenderers shall quote for the work subject to their meeting the criteria for evaluation specified in clause No. 14.0.0 hereafter. Volume No. Volume I of II

6.2.0

7.0.0 7.1.0

7.3.0

8.0.0 8.1.0 8.2.0

8.3.0 9.1.0

9.0.0 SUBMISSION OF TENDER

9.2.0

Tenders shall be based strictly on the terms, conditions and specifications contained in the Tender document. Any deviation and exceptions taken to terms and conditions of the tender documents must be clearly listed out and submitted along with techno-commercial part of the offer. The offer should be submitted in two parts Part A and Part B as detailed below : PART A (Techno-commercial Bid) : Technical and commercial aspects of the offer with the techno-commercial volumes of the tender documents digitally signed with NO PRICE indicated therein and EMD documents to be uploaded as per the tender instructions Price portion of the offer (not to be opened along with PARTA) shall be submitted separately. Price Bid to be uploaded as per the downloaded BOQ without any change in format .It shall be noted that this part shall contain only PRICE and no conditions whatsoever. Any condition mentioned in Part-B of the tender shall not be considered at the time of evaluation of the tender.

9.3.0

PART B (PRICE BID)

9.3.1

All Amendments to tender documents issued by Owner subsequently, if any, must be digitally signed and submitted along with the Tender. The Tender submitted by the Tenderer shall take into account all such amendments. The tender shall be completely filled in all respects and with requisite information and annexures strictly in the order indicated in clauses 9.4.0 & 9.5.0. Incomplete tender / tenders not supported by requisite documents may not be considered. Decision of the Owner, in this regard, shall be final & binding on the tenderer. All the physical signatures in annexures/tender documents shall be dated. All annexures shall be initialled at the lower right hand corner or signed wherever required in the tender documents by the Tenderer or by a person authorised to sign on behalf of the Tenderer. The tenderer shall be deemed to have satisfied himself before tendering, as to the correctness and sufficiency of the tender for the works and of the rates stated in the Schedule of Rates, which shall cover all his obligations under the Contract and all matters and things necessary for proper completion of the works. Submission of the information and details shall be done strictly in the manner described. In case the relevant data/details/information in respect of the above is not furnished in the technical part, the tender shall be liable for rejection The bidder if it is a Micro, Small or Medium enterprises as per the Micro, Small & Medium Enterprises Development Act, 2006 (MSMED Act 2006) and registered with the Authorities under the above Act for the items/services under procurement in this tender, then party has to indicate the Entrepreneurs Memorandum Number (Twelve digit) and enclose a copy of the certificate issued by the Authorities under the Micro, Small & Medium enterprises Development Act 2006. PART-A ( Techno-Commercial Bid) The techno-commercial part of the tender document shall be submitted in two folders as detailed below:(I) FOLDER No. I Commercial Bid (in one copy only): The bidders are required to upload the scanned copy of the following list of documents: i) ii) Duly filled in Tender Check-list as per Annexure-III. Tender forwarding letter duly signed by the authorised signatory.
8

9.3.2

9.3.3

9.3.4

9.3.5

9.3.6

9.4.0 9.4.1 9.4.2

iii)

Power of Attorney or other proof of authority, in favour of the person who is having valid Digital Signature Certificate (DSC) and participating in e-tendering as required by Clause 4.13 of Instructions to Bidders of GCC in the following manner:(a) If bidder is a proprietary firm, tender shall be signed by proprietor of the firm or power of attorney holder of the firm, in such case original or Certified (Attested/ notarised) copy of the power of attorney shall be enclosed in the envelop. If the bidder is a partnership firm, it shall be signed by all the partners of the firm or by a partner holding power of attorney for the firm or power of attorney holder of the firm for signing the tender, in such case original or certified (Attested/Notarised) copy of the power of attorney shall accompany the Tender. A certified copy of the partnership deed and current address of the partners of the firm shall also accompany the Tender. If the bidder is a Private Limited Company, the power of attorney holder of the company shall sign the Tender. Original or certified (Attested/ notarised) copy of the power of attorney along with the certified (Attested/ notarised) copy of the Articles of memorandum of Private Limited Company shall accompany the Tender. If the bidder is a Public Limited Company, the power of attorney holder of the company shall sign the Tender. Original or certified (Attested/ notarised) copy of the power of attorney along with the certified (Attested/ notarised) copy of the Articles of memorandum of Public Limited Company shall accompany the Tender.

(b)

(c)

d)

iv) Earnest Money Deposit as per Clause 13.0.0. v) Audited Balance sheets of any last 3 (three) financial years. In case the audited balance sheet for last financial year i.e. 2012-13 is not completed, bidder have to submit provisional /unaudited balance sheet duly certified by a chartered accountant vi) "Form of Tender" for commercial bid duly filled and signed as given on page 127 to 128 of General Conditions of Contract. (Annexure-X) vii) "Form of Tender" for price bid, signed as given on page 125 to 126 of General Conditions of Contract. (Annexure-XI) viii) Blank SOR duly signed on each pages indicating QUOTED or NOT QUOTED for each item of SOR. ix) Information regarding the bidder in the form annexed to the Form of Tender (Page-129 of GCC). (Annexure-XII) x) Provident Fund Code Number (for Indian Bidders only) as per Clause 4.18 of General Conditions of Contract xi) Income Tax Permanent Account Number as per Clause 4.18 of General Conditions of Contract. xii) Bidder shall submit copy of certificate containing Service Tax Registration Number. The bidder shall also furnish the following information along with the bid with regard to Service Tax. (Annexure-XV) Type of Service as per Finance Act 1994 Supply Services Composite
9

Relevant provision of the Finance Act 1994 under which service is falling

Normal rate of Service Tax

Availment of any exemption / abetment

Rate of Service tax under abetment scheme.

xiii) The bidders shall get their names registered with Sales Tax Authority of the State Government concerned in which the work is being carried out. Bidder shall submit copy of certificate containing TIN. (Annexure-XVI) xiv) Solvency certificate from a Scheduled bank in India or a reputed foreign Bank acceptable to the Owner. xv) Declaration of Blacklisting in the prescribed format. (Page No. 122 of GCC). (Annexure-XIII). xvi) Declaration of relationship with directors of IOCL as per (Annexure-IX). xvii) Details of experience as per Annexure-VI, mentioned in accordance with Clause 14.0.0 meeting experience (Financial) alongwith relevant documents, such as copies of Work Order and Completion Certificate, supporting the claim. xviii) Exceptions/deviations pertaining to Instructions to Bidders, General Conditions of Contract (GCC), Special Conditions of Contract (SCC) and other general tender conditions to be indicated only as per Performa in Annexure-II. Any exceptions /deviations listed anywhere other than the Annexure-II shall not be considered. xix) Declaration as per performa given in Annexure-V regarding Non-engagement of child labour. xx) The bidders should provide their bank details in the format as per Annexure-VIII. xxi) Duly signed addendum, if any, issued to the bidder at a later date. xxii) Declaration for acceptance of terms and conditions of Techno-commercial volumes of the tender documents including SOR as per Annexure-XIV. UNPRICED SOR (excel format) duly filled in as QUOTED/ NOT QUOTED shall be uploaded along with the above declaration. 9.4.3 (II) FOLDER No. II Technical Bid i) ii) iii) Work schedule with break-up of activities in the form of bar chart (if any). Technical literature/catalogue, information of materials under Contractors scope of supply (if any). Experience profile of the bidder for executed work of any civil repair & maintenance/ new civil construction as per Annexure-VI along with copies of work order, completion certificates, Performance certificate, etc., with respect to evaluation criteria mentioned in Clause No. 14.0.0. Details of concurrent commitments as per Annexure-VI. Exceptions/deviations pertaining to Specifications, if any, to be indicated only as per Performa in Annexure-II. Duly signed and stamped declaration for acceptance of terms and conditions of Technocommercial volumes of the tender documents including SOR as per Annexure-XIV.

iv) v) vi) 9.4.4

Failure to furnish all information required as per the tender documents or submission of bid not substantially responsive to the tender documents, in every respect, may result in rejection of the bid. Submission of the information and details shall be done strictly in the manner described. PRICE SHALL NOT APPEAR ANYWHERE IN PART A OF THE TENDER

9.5.0 9.5.1 9.5.2

PART B ( PRICE BID) The price bid shall be submitted online only. Prices should not be submitted in a sealed envelope. The bidder shall quote firm prices in the price schedule. The bid prices shall conform to the provisions of Clause No. 29.0.0, Currencies & Payments, amplified hereunder.
10

9.5.3

Bidders are advised to check the BOQ file before submitting the price bid w.r.t. the Schedule of rates attached with tender documents. In case of any discrepancy in item text, Qty & Units in the BOQ file vis-a-vis Schedule of rates, the Schedule of rates attached with Tender documents shall prevail. Bidders are advised to fill the BOQ file as per following instructions. a) b) The bidder has to download the BOQ file along with tender documents and subsequent Addendum/Corrigendum/Clarifications, if any may be issued at a later stage, if required. Bidder to note that there are Grey cells in the BOQ file, which should not be modified by the bidder. Bidders are advised to fill the White cells meant for the rates, which to be entered by the bidder. Bidders are advised strictly not to alter or change the BOQ format/ contents. Bidders are also advised not to paste any image file or put any additional conditions in the BOQ work sheet. BOQ shall be filled in strictly in the manner described as per above. In case, the BOQ is not filled in the manner described as per above, the tender may be rejected.

9.5.4

c)

d) 9.5.5

The price quoted under each head shall include all cost towards equipment, labour & laboratory back-up, logistics, transport, travel and stay arrangements and other incidentals including supply of materials as may be necessary for rendering the services in totality as per detailed specifications. All duties, taxes (excluding service tax and cess thereon) and other levies, including that relating to Works Contract tax levied by certain State Governments shall be payable by the Bidder under the Contract, shall be included in the rate and prices quoted by the Bidder. The quoted bid prices shall accordingly be all inclusive and firm. However, any new taxes, duties, levies etc., imposed by the Central or State Government, subsequent to the submission of the bid but during the scheduled contractual completion period shall be reimbursed against documentary evidence. However, the benefit of any withdrawal of any existing taxes, duties, levies, etc must be passed on to IOCL. For supply of indigenous items under the scope of the contractor supply, the rates quoted by the Bidder shall be all inclusive for delivery of material at site (FOR destination basis). It shall include the basic cost, all applicable taxes (excluding service tax and cess thereon) and duties, inspection charge, transportation charges, transit insurance, auxiliary taxes, octroi etc., The bidder shall submit the tender online in IOCLs E-tendering site https://iocletenders.gov.in on or before the due date of Bid submission. TENDERS SUBMITTED BY ANY OTHER FORM (Fax / E-mail / Courier / Post/ Hard copy) WILL NOT BE ACCEPTED. Tender documents as submitted by bidder shall become the property of OWNER and OWNER shall have no obligation to return the same to the bidder. Owner shall not be liable for any obligation until such time Owner has communicated to the successful bidder its decision to entrust the work. The price offered by the bidder shall not appear anywhere in any manner in the Technical Bid. Submission of the information and details shall be done strictly in the manner described. In case the relevant data/ details/ information in respect of the above is not furnished in the technical part, the tender may be rejected. INSTRUCTIONS TO BIDDERS FOR PARTICIPATION IN E-TENDERING Indian Oil Corporation Ltd. has developed a secured and user friendly system which will enable Vendors/Bidders to Search, View, Download tenders directly from Indian Oil Corporation Ltd., secured website and also enables them to participate & submit Online Bids on the e-tendering site https://iocletenders.gov.in directly from the website in secured and transparent manner maintaining
11

9.5.6

9.5.7

9.5.8

9.5.9 9.5.10 9.5.11 9.5.12

9.6.0 9.6.1

confidentiality and security throughout the tender evaluation process and award. 9.6.2 9.6.3 All interested bidders are requested to register themselves with the portal indicated above and enroll their digital certificate with the user id for participation in the tender. Tenderers 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. While the tender shall be submitted online in softcopy on our e-tendering portal, the earnest Money Deposit has to be submitted by dropping it in the Tender-box (as per instruction, if applicable) before the due date and time of tender submission failing which the bid shall be summarily rejected. A scanned copy of the instrument DD/BC or exemption certificate in case of NSIC or 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 in the appropriate space. Bidders are requested to read following conditions in conjunction with various conditions, wherever applicable appearing with this bid invitation for e-Tendering. The conditions mentioned here in under shall supersede and shall prevail over the conditions enumerated elsewhere in the tender document. How to submit On-line Bids / Offers electronically against E-tendering? Vendors / Bidders are advised to read the following instructions for participating in the electronic tenders directly through internet: i) Late and delayed Bids / Offers after due date / time shall not be permitted in E-tendering system. No bid can be submitted after the last date and time of submission has reached. (However if bidder intends to revise the bid already submitted, they may change / revise the same on or before the last date and time of submission of bid). The system time (IST) that will be displayed on e-tendering web page shall be the time and no other time shall be taken into cognizance.

9.6.4

9.6.5 9.6.5.1

ii) Bidders are advised in their own interest to ensure that bids are uploaded in e-tendering system well before the closing date and time of bid. iii) No bid can be modified after the dead line for submission of bids. iv) Bidders are requested to provide correct e-Mail address and Mobile No. for receiving updates related to e-tender from time to time. v) IndianOil does not take any responsibility in case bidder fails to upload the documents within specified time of tender submission. vi) No Manual Bids / Offers along with electronic Bids / Offers shall be permitted. 9.6.6 What is a Digital Signature? This is a unique digital code which can be transmitted electronically and primarily identifies a unique sender. The objective of digital signature is to guarantee that the individual sending the message is who he or she really claims to be just like the written signature. The Controller of Certifying Authorities of India (CCA) has authorized certain trusted Certifying Authorities (CA) who in turn allot on a regular basis Digital Certificates, Documents which are signed digitally are legally valid documents as per the Indian IT Act (2000). 9.6.7 Why is a Digital Signature required? In order to bid for Indian Oil e-tenders all the vendors are required to obtain a legally valid Digital Certificate as per Indian IT Act from the licensed Certifying Authorities (CA) operating under the Root Certifying Authority of India (RCAI), Controller of Certifying Authorities (CCA) of India. The Digital Certificate is issued by CA in the name of a person authorized for filing Bids / Offers on behalf of his Company. A Vendor / Bidder can submit their Bids / Offers On-line only after digitally
12

signing the bid / documents with the above allotted Digital Signatures. Bidders should have Class III Digital Certificate from any of the competent Certifying Authorities in India (For details regarding Digital Certificate Provider please refer to section Informat ion about DSC point 8 on the home page). All interested bidders are requested to register themselves using the link Click here to Enroll on the home page and enroll their digital certificate during their first login attempt. If any bidder is not currently holding DSC, then it should be obtained from any of the following: 1) Sify Communications Ltd, (Formerly Safescrypt Limited), 2nd Floor, Tidel Park, Chennai-113. Ph: +91 44 22540770 ext 2594 Mob: 99400 13548 Contact person name: Mr A Anand,Accounts Manager 2) Tata Consultancy Services, C/o SAP BPO Services Ltd, Ashok Lakshmi Kripa, No 9 43rd street, VI Avenue, Ashok Nagar, Chennai-83. Ph: 23714888,42033888,43054882 3) R3 eConsulting Pvt Ltd, Indira devi Complex, 2nd floor, 20,Gopalakrishna Street, Pondy bazaar, Chennai-600017. Ph: 044-28152670, 28152672 4) Exim Links International, Dealer of nCode Solutions, Old no 14, New no 36,2nd floor, Errabalu Chetty Street, Parrys, Chennai-600001. Ph: 044-42159972, Cell: 9444087687 5) Safe Solutions, M C Complex, 70/6, Lawley road, Near Agricultural University, Coimbatore-3, Ph: 0422-2442081, Cell: 9994867519 6) M/s 3i Infotech Consumer Services Ltd., 3rd Floor, Sai Arcade, Outer Ring Road, Devarabeesanahalli, Bangalore 560036. Karnataka, India Phone: +91 80 67821616 Fax: +91 80 67175306 Email: info@e-mudhra.com mailto:info@e-mudhra.com
7) KARTSIV INTERNATIONAL, 6/358-A,THIRUVALLUVAR NAGAR, BODHUPATTI ROAD, 13

NAMAKKAL- 637001, PH- 04286 326232, FAX- 04286 225126, MOBIL NO: 9944287728, E-MAIL ID:kartsiv@gmail.com, COIMBATORE BRANCH. 8) KARTSIV INTERNATIONAL, 79A, DB ROAD, R.S.PURAM, COIMBATORE 641002, PHONE- 0422 3240625, MOBIL NO: 9944287728. E-MAIL ID:kartsiv@gmail.com 9) SCS CORPORATE SOLUTIONS, #101, P.M.G COMPLEX, NO 57 SOUTH USMAN ROAD, T.NAGAR, CHENNAI 600017 (Near T.Nagar bus terminus). Tel : 044-42831124,32972241, Mob : 9884222241 , 9884292979 , 9962002961/62/63.

Once a digital certificate is registered to a profile it cannot be removed or de-activated under any circumstances. It is advised to take extreme precaution while mapping digital certificate to a particular user profile. 9.6.8 Pre-Bid Meeting Any queries in connection with the bid shall be discussed and clarified during a pre-bid conference as per time and venue specified in the tender. (If pre-bid meeting information is not available in the tender then the same shall not be held.) The authorized representatives of the parties to whom the tender has been issued shall only be allowed to attend the meeting. Further, during the pre-bid meeting, Indian Oil may also arrange demonstration of the e-tendering system to the vendors present and who may be interested in attending the same.

9.6.9

Submission of Documents 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. The Un-priced Technical Bids and Price Bid have to be submitted online only. 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. However, documents which necessarily have to be submitted in originals like EMD and any other documents mentioned in the tender documents have to be submitted offline. Prices should not be submitted in a sealed envelope. Indian Oil shall not be responsible in any way for failure on the part of the bidder to follow the instructions. No manual bids/offers along with electronic bids/offers shall be permitted. Uploading of Tender Documents. It is advised that the bidder should arrange the document (s) to be uploaded for a single packet so that the total size of the documents (s) is less or equal to 10 MB. Additional 20 MB under section My Space is available to upload high volume documents, such documents can be tailored as per
14

Tenders requirement. To include files from My Space to your bid, select Yes for Other Important Documents after EMD details. At the e-tender website, the bidder will find 4 covers and each cover can take up to a file size of total 10 MB. In a 4 cover scenario following covers are configured in the system: Cover 1 Commercial Documents Cover 2 Qualification Documents Cover 3 Technical Bid Cover 4 Price Bid The documents to be uploaded should be in the same format as asked in the e-Tender. Price Bid has to 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/sheet (BOQ_.....xls). It is requested to use the same file for uploading. Any change in the File name, Sheet name or both will restrict uploading of the Price Bid. Indian Oil does not take any responsibility in case of failure of the bidder to upload the documents within specified time of tender submission. 9.6.10 Submission and Opening of Bids 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 button. Any revision or amendment in bid shall be possible after the FREEZE BID button is clicked only till the due date and time of submission of tender. Bidder in turn will receive an acknowledgement against his/her bid submission. Before the bid is uploaded, the bid comprising of all attached documents should be digitally signed using digital signatures issued by an acceptable Certifying Authority (CA) in accordance with the Indian IT Act 2000. 9.6.11 Last Date for Submission of Bids Bidders are advised in their own interest to ensure that bids are uploaded in e-Procurement system well before the closing date and time of bid. The system time (IST) that will be displayed on eProcurement web page shall be the time considered for determining the expiry of due date and time of the tender and no other time shall be taken into cognizance. Vendors / Bidders must use any computer having Windows 2000 or Windows XP versions or higher of Window operating system, an internet web browser version Internet Explorer V8.0 or higher recommended and computer should be JAVA V1.6 or higher enabled. 9.6.12 Help Desk You may contact the following resource persons for any assistance required in this regard. Mr. Shashi Noida 8130634323 Mr. Sawan Noida 8130269544

Mr. Ankit Mr. Vikrant Mr. Manu

Gurgaon New Delhi Gurgaon

9717983330 9999188919 9711276525

Mr. Atul Mr. Ashwani Mr. Ravi

Mumbai Mumbai Kolkata

9920638636 8879414448 8981665512

Land Line No. : +91-124-2861244


15

Email-id : etenderingheldpdesk@indianoil.in 10.1.0 VALIDITY OF OFFER: 10.2.0 Tender submitted by the tenderer shall remain valid and open for acceptance for a period of 4 (four) months from the date of opening of Techno-commercial part of the tender. The rates quoted in the schedule of rates shall remain firm during the validity period. 10.3.0 In exceptional circumstances, prior to expiry of the original bid, the owner may request the Bidder for a specified extension in the period of validity. The request and the responses thereto shall be made in writing or by fax/ e-mail. A Bidder may refuse the request without forfeiting his bid security. A Bidder agreeing to the request will not be permitted to modify his bid, but will be required to extend the validity of his bid security correspondingly. The provisions of discharge and forfeiture of bid security shall continue to apply during the extended period of the bid validity.
11.0.0--CONSORTIUM BIDS : 12.0.0 SUBSIDIARY COMPANY

Bids may be submitted by: a) b) An Individual Proprietary firm /Partnership firm/ Limited Company (called Sole Bidder); Sole bidder shall fulfil each requirement of Eligibility Criteria as per clause 14.0.0.

13.0.0 EARNEST MONEY DEPOSIT (EMD): 13.1.0 The EMD for above tender is NIL 13.2.0 The sealed EMD (Original BG/ DD/ Bankers cheque/ e-payment (copy of e-payment receipt) should be addressed in the name of tender issuing authority and delivered in person at Indian Oil Corporation Limited (Pipelines Division), Northern Region Pipelines, , Kapashera Najafgarh Road, Bijwasan, New Delhi - 110061 13.3.0 Entities exempted from submission of EMD: As per MSMED Act, 2006 (or erstwhile NSIC Registered Parties), Central / State PSUs and JVs of IOC. 13.4.0 The bidder may submit the Earnest Money in the form of Demand Draft in favour of Indian Oil Corporation Ltd., Pipelines Division payable at Kapashera - Najafgarh Road, Bijwasan, New Delhi 110061 13.5.0 A Bank Guarantee (BG) may be accepted by the Owner towards EMD provided the amount of such BG is not less than Indian Rupees 1,00,000.00 (Indian Rupees One Lac). It shall be an unconditional Bank Guarantee issued by a Scheduled Bank in India or an Indian Branch of foreign Bank (acceptable to the Owner) and operating in India under the guidelines of Reserve Bank of India. The proforma for furnishing the bank guarantee is given in General Conditions of Contract. The BG shall be kept valid up to 6 months from the date of opening of the technocommercial offer. 13.6.0 Bidders to ensure that the text of bank guarantee submitted towards bid security (EMD) shall match the format for BG in lieu of EMD as given in General Conditions of Contract (page no. 133 to 134) verbatim including all comma/ full stops. In case of a deviation/variation, necessary amendment shall be sought from the bidder/ their bankers. 13.7.0 EMD Fee by the intending Tenderers shall be accepted through e-banking directly in IOCLs account as per the bank details as given in Clause 13.8.0 below. The Bidders remitting EMD through e-banking should submit a copy of their bankers advice as proof of remittance of EMD in a separate envelope in UNPRICED BID. Bids received without such a copy (in case of payment of EMD by e-banking) are liable to be rejected. 13.8.0 The bidders can remit the EMD by way of Electronic Fund Transfer (EFT)/SWIFT transfer also. The bank account particulars of IOCL are given below. The Bidders remitting EMD through EFT should submit a copy of their bankers advice as proof of remittance of EMD in uploaded file of
16

techno-commercial bid. Bids received without such a copy (in case of payment of EMD by EFT) are liable to be rejected. Remittance Information should contain Name of the Tenderer, Tender No & Amount. Bids received without a copy of EFT message (in case of payment by EFT) are liable to be rejected. Beneficiary Name: Account No.: Beneficiary Bank: Branch/ Address: IFSC Code: MICR: INDIAN OIL CORPORATION LTD., (PIPELINES DIVISION) 10083255084 STATE BANK OF INDIA Kapashera, New Delhi - 110037 SBIN0006887 110002138

13.9.0 Further to provisions of Clause 4.19 and Clause 5.0 at page 117 & 118 of Instructions to Tenderers of General Conditions of Contract, following shall be considered by the bidder in terms of bid submitted by them: Bids submitted without bid security may be considered as NON-RESPONSIVE and shall be liable for REJECTION. The decision of the owner, in this regards, shall be final and binding on the bidder(s). 13.10.0 In case an Indian Company, otherwise eligible for exemption from submission of EMD as per Government of India Guidelines, submits a bid in association (as a JV) with another company (not eligible for EMD exemption) then the EMD must be submitted with the offer. 13.11.0 In the case of JV, the EMD shall be furnished by the Leader of the JV member. 13.12.0 No interest or any expense what so ever will be payable by OWNER on the bid security furnished by BIDDER in any manner. 13.13.0 Security of the successful BIDDER (hereinafter called the Contractor) will be discharged after the BIDDER has signed the agreement and furnished the required Initial Security Deposit / Security Deposit or shall be adjusted against Initial Security Deposit as required as per General Conditions of Contract. 13.14.0 EMD to the unsuccessful bidders deposited by DD/Bankers Cheque/pay Order/ e-banking may be released in their respective bank accounts through e-banking. The bidders should provide their bank details in the format as per Annexure-VIII including a cancelled cheque for the purpose. 13.15.0 The bid security may be forfeited : a) b) i) If a BIDDER withdraws his bid during the period of bid validity; OR In the case of a successful BIDDER, if he fails within the specified time limit to: sign the agreement, or ii) furnish the required security deposit

17

14.0.0 CRITERIA FOR EVALUATION: The party quoting minimum amount (% rate) in totality shall be considered as lowest. Evaluation of the bidder shall be primarily done based on the following qualifying criteria:14.1.0 (A) Experience (Technical) The evaluation of the bidders shall be done on techno-commercially qualified basis. Any bidder participating in this bidding must have experience as described herein and the evaluation of their offers shall be primarily done on the basis of the following qualifying criteria. Tenderer should have successfully executed works of maintenance of fire fighting equipments & system during any of the last 5 (five) financial years (2008-09, 2009-10, 2010-11, 2011-12 & 2012-13) or current financial year as below: Three similar completed works each costing not less than the amount equal to Rs. 0.95 Lac OR Two similar completed works each costing not less than the amount equal to Rs. 1.27 Lac OR One similar completed work costing not less than the amount equal to Rs. 1.58 Lac. I. The job/work(s) completed & commissioned in last five years (to be reckoned from date of commencement of sale of tender) shall only be considered for technical qualification as per the above criteria. The bidder shall submit copy of relevant work order(s) with completion certificate(s) meeting the above-mentioned criteria. Wherever the sub contractors is proposed by the bidder for survey(s), the commitment letter as per enclosed format from sub contractors for carrying out the relevant survey(s) for the bidder in current project along with the qualification details (work order(s) and completion certificate(s)) of sub contractors shall be submitted.

II.

III. Work completed before April 2008 and completed after commencement of sale of this tender will not be taken into consideration for technical qualification. (B) Financial criteria (i) Annual turnover of the tenderer during any of the preceding 3 (three) financial years (2010-11, 2011-12 & 2012-13) shall not be less Rs. 1.91 lacs (Proof shall be in the form of audited balance sheet / TDS certificate or profit & loss statement ) 14.2.0 Besides the above, the offer shall also be evaluated keeping in view the Tenderers present commitment, deployment capability of specified equipment & manpower work experience. 14.3.0 Relevant documents, such as copies of Work Order and Completion Certificate, supporting the claim shall be furnished along with the offer. 14.4.0 In addition to above, the performance of past / ongoing works executed for IOCL, if any, and performance in past / ongoing works for other clients shall have important bearing in evaluating the tenderers technical capability. 14.5.0 The final techno-commercial evaluation shall be done on the basis of evaluation of financial soundness, past experience, present commitment, credentials of the sub contractors proposed (if any), capability to deploy specified manpower & equipments for the work and confirmation regarding strict adherence to the time schedule to be submitted in the form of a bar chart for the present work.
18

15.0.0 LANGUAGE OF BID: 15.1.0 The bid prepared by the BIDDER and all correspondence and documents relating to the bid exchanged by the BIDDER and the OWNER shall be written in English language only. Supporting documents and printed literature furnished by the BIDDER may be in another language provided they are accompanied by an appropriate translation of pertinent passages in the above stated language. For the purpose of interpretation of the bid, the English language shall prevail. 16.0.0 COST OF BIDDING: 16.1.0 The Bidder shall bear all costs associated with the preparation and submission of his bid and OWNER will in no case be responsible or liable for these works, regardless of the conduct of outcome of the bidding process. 17.0.0 MODIFICATION AND WITHDRAWAL OF BIDS: 17.1.0 A Bid once made cannot be modified or withdrawn. 18.0.0 CLARIFICATION OF BIDS: 18.1.0 To assist in the examination, evaluation and comparison of bids, the Owner may ask the bidders individually for clarification of their Bids, including break-down of unit rates. The request for clarification and the response shall be in writing, but no changes in the price or substance of the bid shall be sought, offered or permitted except as required to confirm the correction of errors discovered by the Owner during the evaluation of bids. 18.2.0 The bidder requiring any clarification on the bidding document may notify the owner in writing at the owner's address. The Owner will respond in writing to any request for clarification received by three days before the last date of sale period. The queries / clarifications shall be conveyed to all the bidders for their information and action as required. 19.0.0 APPOINTMENT OF CONSULTANTS: 19.1.0 Owner shall have full discretion to engage consultant of his choice for expert advice on the evaluation of bids, inspection of equipments, supervision of installation and commissioning or any other services deemed necessary from time to time. Bidder shall be bound to answer all relevant queries from Owner/ Consultant. 20.0.0 QUALITY ASSURANCE SYSTEM 20.1.0 The contract must ensure that best quality of work is done and should comply with the clauses of GCC(General Conditions of Contract) as applicable. 21.0.0 PRE-BID MEETING 21.1.0 The pre-bid meeting, if required, shall be held as per the schedule in the notice inviting tender to clarify the techno-commercial issues related to the tender. The authorised representatives of the parties to whom the tender has been issued shall only be allowed to attend the meeting. If the date of pre-bid meeting is not written in the Notice Inviting Tender, the same shall not be held. 22.0.0 PRE-PRICE BID MEETING 22.1.0 Pre-price bid meeting shall be held as a prelude to price bid opening if required. Representatives of the tenderers shall attend the pre-price bid meeting for resolving the outstanding issues, if any, and for other mutual clarifications. The date and time shall be conveyed to the techno-commercially qualified tenderers at a later date. 22.2.0 Any modification to the tendering document which may become necessary as a result of the preprice bid meeting (if held) shall be made by Owner exclusively by issue of an addendum. 23.0.0 OPENING OF TENDER : 23.1.0 The Techno-Commercial Bid (Part-A of Bid) of all the tenders submitted online up to the due date & time for receipt of bids shall be opened as per due date and time. The system time (IST) that will
19

be displayed on e-Procurement web page shall be the time considered for determining the expiry of due date and time of the tender and no other time shall be taken into cognizance. 23.2.0 The Price Bids of the technically and commercially acceptable bidder(s) shall be opened at a later date, which shall be intimated. 23.3.0 The Owner shall not be responsible for delayed submission of offers or non-submission of offers due to any reason whatsoever. The responsibility of ensuring online & on-time submission of their offers lies entirely with the bidders. The bidders are requested to submit the bid online much before date and time of submission, failing which IOCL shall not be responsible for any such technical problem. 24.0.0 RIGHT OF OWNER TO ACCEPT OR REJECT TENDERS 24.1.0 Owner reserves the right to accept the tender in full or in part/parts. Owner does not bind itself to accept the lowest tender and reserves the right to reject any or all the tenders received without assigning any reason whatsoever. And no compensation shall be paid for effort made by the bidder. Reasons for rejection shall be disclosed on written representation by the concerned bidder whose bid is rejected. 24.2.0 Tenders in which any of the particulars and prescribed information is missing or are incomplete in any respect and/or the prescribed conditions are not fulfilled, shall be considered non-responsive and are liable to be rejected. 25.0.0 AWARD OF WORK 25.1.0 The work shall be awarded at the discretion of the Owner to the lowest techno-commercially accepted bidder 26.0.0 ADDENDA/ CLARIFICATION 26.1.0 Corrigendum/ Addenda/ Clarifications may be issued prior to the date of opening of the tender to clarify issues arising out of various queries/ clarifications relevant to the tender documents from bidders or to reflect modification in the design or contract terms. Such addendum/ addenda shall be issued to each party at the E-mail ID furnished while registering with the IndianOil e-tendering site https://iocletenders.gov.in for downloading the tender document/ to whom a set of tender document has been issued from the office of tender issuing authority. Each recipient shall retain one copy of such corrigendum/ addendum/ addenda for submission along with the tender in acknowledgement of receipt thereof. All such addendum issued shall form part of the tender document. 26.2.0 If a party does not view / fails to view the corrigendum/ addenda / clarification hosted on the website while registering with IndianOil e-tendering site https://iocletenders.gov.in on any accounts whatsoever and their offer is without considering the corrigendum / addenda / clarification, then owner may reject the offer. 27.0.0 CONFORMITY TO TERMS AND CONDITIONS OF BID DOCUMENTS 27.1.0 Bids shall be based strictly on the terms, conditions and specifications contained in the Bid documents. Any deviation and exceptions taken to terms and conditions of the Bid documents must be clearly listed out as per proforma of Exceptions and Deviations. Exceptions & Deviations are to be submitted in different folders giving proper reference to Page No. / Clause No. / Para etc. 27.2.0 All correspondences from owner as well as from the contractor regarding clarifications during techno-commercial evaluation of the bid and mutually accepted deviations to tender document shall be concluded as Agreed Variations. The Agreed Variations shall form part of the contract and all other correspondences in this regard will be treated as null and void. 28.0.0 INDIGENISATION 28.1.0 Tenderer shall make maximum possible utilisation of indigenous manufacturing facilities and other services/ expertise available for their project implementation plans. It is, therefore, essential that as
20

a preliminary exercise, Tenderers should explore potential available indigenously for utilisation of manufacturing facilities and other various products/ equipment/ material of Indian origin conforming to specifications as well as construction expertise available indigenously and associate experienced Indian Agencies under overall supervision and responsibility of Contractor. 29.0.0 CURRENCIES AND PAYMENT 29.1.0 Tenderers shall quote their prices in Indian Rupee only. 29.2.0 All payments will be made in Indian Rupee only. In case tenderers are required to pay any amount in foreign exchange to their sub-Contractor or for any imported items, necessary arrangement for such foreign exchange payment shall be made at their end. 29.3.0 No mobilization advance shall be payable under this Contract. 29.4.0 All the payment shall be released through e-banking. Successful bidder shall submit details of their Bank Account for e-payment purpose as per Annexure-VIII. 30.0.0 PLACE OF PAYMENT: 30.1.0 All payments in connection with the contract shall be made through e-banking only from NRPL, Bijwasan Office. The Contractor should provide their bank details in the annexed format enclosed. 31.0.0 NEGOTIATIONS Negotiations will not be conducted with the bidders as a matter of routine. However, Corporation reserves the right to conduct negotiations. 32.0.0 AMENDMENTS TO GENERAL CONDITIONS OF CONTRACT (CONVENTIONAL & LSTK)
S. No. 1. Section Ref Page No. 8 64 of Conventiona l GCC and of LSTK GCC Clause No. 8.3.1.0 Subject Amendments

LABOUR LAWS AND REGULATIONS

Entire sub clause No.8.3.1.0 to be replaced with the following: The CONTRACTOR shall be responsible for strict compliance of and shall ensure strict compliance by its sub-contractors, servants and agents of all laws, rules or regulations having the force of law affecting the relationship of employer and employee between the CONTRACTOR/subcontractors and their respective employees and/or otherwise concerning labour, social welfare and provident fund, pension, bonus, gratuity and other benefits to employees. Without prejudice to the generality of this provision, the CONTRACTOR shall comply with and ensure that his sub-contractors and other agencies employed by him comply with the provisions of the Payment of Wages Act, 1936, Minimum Wages Act, 1948, Employees Liability Act 1938, Workmens Compensation Act 1923, Industrial Disputes Act 1947, Maternity Benefit Act 1961, Mines Act 1952, The Child Labour (Prohibition & Regulation) Act 1986, Contract Labour (Abolition & Regulation) Act 1970, Payment of Bonus Act, Gratuity Act, Factories Act and the Employees Act 1952 as amended from time to time and all rules, regulations and schemes framed thereunder from time to time. Entire sub clause No.8.3.2.0 to be replaced with the following: The contractor and sub-contractor(s) of the CONTRACTOR shall obtain from the authority(ies) designated in this behalf under any applicable law, rule or regulation (including but

2.

64 of Conventiona l GCC and of LSTK GCC

8.3.2.0

LABOUR LAWS AND REGULATIONS

21

not limited to) the Factories Act and Labour (Abolition and Regulation) Act, 1970 (in so far as applicable) any and all such licence(s), consent(s), registration(s) and/or other authorization(s) as shall from time to time be or become necessary for or relative to the execution of the work or any part or portion thereof or the storage or supply of any material(s) or otherwise in connection with the performance of the Contract and shall at all times observe and ensure due observance by the subcontractors, servants and agents of all terms and conditions of the said licence(s), consent(s) regulation(s) and other authorisation(s) and laws, rules and regulations applicable thereto. Without prejudice to the generality of this provision, the CONTRACTOR shall obtain and ensure that his sub-contractors and other agencies employed by him on the Work, obtained a valid Licence under the Contract Labour (Regulation & Abolition) Act, 1970 and shall duly and faithfully observe and comply with the provisions of The Child Labour (Prohibition & Regulation) Act 1986, Contract Labour (Regulation & Abolition) Central Rules 1971 and other Central and State Rules as amended from time to time and applicable to the work, and shall duly, promptly and faithfully maintain and/or cause to be maintained all records and facilities required to be maintained and/or provided in terms thereof or any licence granted thereunder. 3. 8 65 of Conventiona l GCC and of LSTK GCC 8.3.9.0 LABOUR LAWS AND REGULATIONS Entire sub clause no.8.3.9.0 to be replaced with the following: The CONTRACTOR shall indemnify and keep indemnified the OWNER from and against all actions, claims, demands and liabilities whatever under and in respect of the breach of any of the provisions hereof and/or against any claim, action or demand by any workman/employee of the CONTRACTOR or any sub-contractor and/or from any liability anywise to any sub-contractor under any law, rules or regulation having the force of lalw including (but not limited to) claims against the OWNER under the Workmens Compensation Act 1923, the Employees Provident Funds and Miscellaneous Provisions Act 1952, the Employees State Insurance Act 1948, the Contract Labour (Abolition & Regulation) Act 1970 and/or The Child Labour (Prohibition & Regulation) Act 1986. Sub clause 4.20(c) to be added as: Each tenderer/bidder shall give a Declaration in the prescribed format annexed to the Form of Tender that he/it/they is/are not engaging child labour as per the applicable law in their work and undertake to comply with all various legislation, as may be applicable from time to time in case the work is awarded to them. Proforma of Undertaking for Non-engagement of child labour attached as Annexure-IA to this Amendment.

4.

83 of GCC

4.20

INSTRUCTION TO TENDERERS

5.

88A of Conventiona l GCC(New page) and . Of LSTK GCC

Addition

INSTRUCTION TO TENDERERS

22

SPECIAL CONDITIONS OF CONTRACT


1.0.0 1.1.0 GENERAL Special Conditions of Contract shall be read in conjunction with the General Conditions of Contract, specifications of work and other documents forming part of this contract wherever, the context so requires. Notwithstanding the sub-divisions of the documents into separate sections and volumes every part of each shall be deemed to be supplementary to and complementary of every other part and shall be read with and into the contract in so far as it may be practicable to do so. Wherever any portion of the General Conditions of Contract is repugnant to or at variance with any provisions of the Special Conditions of contract then the Special Condition of contract shall be deemed to over-ride the provisions of the General Conditions of Contract and shall prevail to the extent of such repugnancy or variations prevail. Where it is mentioned in the specifications that the contractor shall perform certain works or provide certain facilities, it is understood that the contractor shall do so at his cost, being deemed to be part of the relevant item in the Schedule of Rates whether explicitly stated or not. The materials, design & workmanship shall satisfy the relevant Indian Standard, the specifications contained herein & codes referred there to. Where the specifications stipulate requirements in addition to those contained in the standard codes and specifications, these additional requirements shall also be satisfied. LOCATION OF SITE Mathura Pump Station is situated at Northern Region Pipelines- Mathura, Mathura Refinery, Mathura (U.P.). 3.0.0 SCOPE OF WORK The scope of work shall include servicing& maintenance of all fire fighting equipments & systems inside NRPL Mathura Pump Station, Mathura Refinery, Mathura. 3.1.0 Under the scope of this contract, contractor is required to attend all the jobs required to maintain various fire fighting equipments/ systems as per approved maintenance procedure or as directed by Engineer-in-Charge and keep the same ready for use in case of any exigency. 3.2.0 The contract covers various jobs mainly inspection, servicing, repair and maintenance of Fire Fighting Systems, Equipments, Fire Extinguisher etc. as described in the schedule of rates and directed by Site Engineer/Engineer-in-Charge including supply of materials, transportation, spares, labours etc. The scope of work shall include but not limited to the following: a) Providing and refilling of CO2 cartridges used in various types of Dry Chemical Powder type fire extinguishers including cost of all labours, material, consumables etc. as and when required basis. b) Providing and refilling of all types of CO2 fire extinguishers provided in station as and when required basis. c) Hydrostatic pressure testing of various types of DCP extinguishers as per IS-2190.
23

1.2.0

1.3.0

1.4.0

1.5.0

2.0.0

d) Hydrostatic pressure testing of various CO2 extinguishers as per IS-2190. e) Inspection and servicing of all types of fire extinguishers, nozzles fire extinguishers hose/ discharge pipe etc. on monthly basis and as specified elsewhere in tender documents including supply of all labours, consumables complete. f) Servicing of fire hydrant landing valves and main isolation valves in firewater network of the Mathura pump Station and testing of the fire pump. g) Replacement of various spares as listed in schedule of rates including supplying standard materials confirming to/marked with ISI mark, as when required basis. 3.3.0 The rates for the refilling shall be inclusive of transportation of equipments, manpower and other accessories for carrying out the above jobs between both the pump station and partys works. 3.4.0 The cylinders prior to refilling shall have to be properly defused and thoroughly cleaned in presence of IOC representative. The refilling has to be done according to BIS standards. The refills used shall bear following relevant BIS Codes. CO2 Gas cartridge: 4947 -1985 Refilling of fire extinguishers shall be carried out as per the code of practice of fire-extinguishers maintenance (BIS-2190-latest edition) and the report/ certificate shall be submitted after every recharging. Hydrostatic pressure testing of DCP and CO2 type fire extinguishers shall be carried out as mentioned in relevant BIS standard and the report/ certificate shall be submitted after every recharging/hydro testing. Refilling of DCP type fire extinguishers shall be done at station premises under the supervision of IOC representative. The CO2 extinguishers and cartridges shall be hydro tested by CCE approved agencies. However the CO2 extinguishers can be refilled at partys work. Once the extinguisher /Cylinders are taken for refilling, they should be returned to respective location after refilling within 5/6 days positively.

3.5.0

3.6.0

3.7.0

3.8.0

3.9.0

3.10.0 The % rates quoted shall be inclusive of all the materials, tools and tackles, labour etc. applicable to complete the work in all respects. 3.11.0 The work is to be carried inside our Mathura pump Station premises. So all safety precautions are to be taken by the contractor and necessary permission to carry out for work in the desired locations is to be obtained from the Station-In-Charge prior to commencement of job. Any clarifications regarding specifications for the various items shall be given by the Engineer-InCharge or his authorized representative at site. These instructions and clarifications shall be final and binding on the contractor.

3.12.0

3.13.0 The contractor shall execute his work without any disturbance or damage to the existing structures. Equipments used by contractor for checking & refilling of extinguishers and other equipments shall be of standard type and suitable for the job. No tampering to any of the equipments shall be there during checking & refilling. Owner reserves the right to charge penalty for any such work. 3.14.0 The Owner reserves the right to get executed any item/items of the tender independently by the contractor as may be required to keep the fire fighting equipments in ready condition. The Contractor shall be bound to execute any item of the tender at his quoted rates as and when he is called upon to do so at any stage during the pendancy of the contract.
24

3.15.0 Any breach of any of the above conditions shall entail immediate withdrawal of the work which will be carried out through other agencies and without any notice to the contractor and an amount will be charged from the contractor at double the rates applicable as per this Contract. 3.16.0 Various items given in tender are self-explanatory; however in case of any ambiguity, reference shall be made to the relevant IS codes. 3.17.0 All manpower, materials, consumables, tools, tackles etc. necessary for carrying out the maintenance of above along with small spares, refilling, hydro testing, transportation shall be arranged by contractor. 3.18.0 All the materials/ equipments to be supplied by the contractor for these works, shall be got approved by EIC or his authorised representatives before effecting the installation job under this contract. The work involves working in all locations of area and under all conditions and for all surfaces, plain, curved etc. No plea on any account for consideration of rates will be entertained to any account whatsoever. Quantities given in Schedule of Rate (Annexure-A) for any/all the items are indicative only. Quantities may increase/decrease as per site requirement for any / all the items. Some item(s) may not execute at all. The tenderers are advised to keep this in mind while quoting. CONTARCT PERIOD

3.19.0

3.20.0

4.0.0

4.1.0 The completion period for the works envisaged under the scope of this contract shall be Twelve (12) months from the date of issuance of specific instruction by EIC and can be extended for another period of twelve (12) months at the discretion of Owner on the same rate, terms & conditions.. 5.0.0 5.1.0 MODE OF MEASUREMENT /PAYMENT All the payments in Indian Rupees will be released through e-banking only. The successful bidder should provide their bank details as per the annexed format at the time of signing of the Contract. Running bill can be made by the EIC however the bill amount should be minimum Rs 25,000.00. All payments to & recoveries from the contractor shall be rounded off to the nearest rupee. If the amount to be paid /recovered consists of a fraction of a rupee (paise) the amount shall be rounded off to the next higher rupee if the fraction consists of 50 (fifty) paise or more and if the fraction of a rupee is less than 50 (fifty) paise the same shall be ignored. Payment shall be subject to deduction of sales tax/income tax at source, as applicable or any other taxes. No mobilization advance shall be given for this work. In case bidders take deviations to the specified payment terms, loading for interest implication at 1% higher than IOCL cash credit rate shall be done. OTHER FACILITIES

5.2.0

5.3.0

5.4.0 5.5.0 6.0.0

25

6.1.0

The owner may provide the space within the premises, if any, free of cost to store contractors materials/consumables/tools & tackles at his own risk & cost during the contract period after which the space has to be vacated/cleared by the contractor to the satisfaction of the EngineerinCharge. If the contractor fails to do so suitable action will taken against him by the EIC. DEFECT LIABILITY PERIOD AND LATENT DEFECTS AND GAURANTEE DEFECT LIABILITY PERIOD "Defect liability period of the complete work shall be 12 months from the date of completion of the work in all respects. The Contractor shall at his own cost and the initiative correct, repair and/or rectify all such defect(s) and/or imperfections in the works performed as shall be discovered during the said defect liability period. In the event of the contractor fails to do so, all the listed defects shall be got rectified through other agency at the risk and cost of the contractor. The expenditure in rectification of defects shall be deducted from SD or any other dues due to him. Material supplied by the contractor should be of approved make. The contractor shall perform all works with due diligence in accordance with sound engineering practice & shall be entirely responsible for construction method or directive plans, bills of materials or other information made, prepared, given, checked, verified or accepted by the contractor. The contractor shall indemnify & keep indemnified against all loss and damage suffered by the owner arising from any negligence/ omission or default on the part of contractor or breach of any of the terms of the contract by the contractor observed within the defect liability period. At the close of the work and before issue of Final certificate of virtual completion, the contractor shall furnish written guarantee indemnifying the Engineerin-Charge against defective materials & workmanship for a period of One year after completion. The contractor shall hold himself responsible for reinstallation or replacement, free of cost to the owner the following: a) Any defective work or material supplied by the contractor during the contract period &upto one year from the date of issue of Completion certificate. b) Any material or equipment damaged or destroyed as a result of defective workmanship by the contractor during the contract period & during the defect liability period.

7.0.0 7.1.0

7.2.0

7.3.0

7.4.0

The event of failure by the contractor to abide by the above directives proper action will be initiated against the contractor & security deposit shall be forfeited. If in case the contractor abandon the job without completing the work the same shall be got done by any external agency as decided by the owner at the risk & cost of the contractor. EMPLOYMENT OF LABOUR The contractor shall ensure that local labour, unskilled as well as skilled to the extent possible and available from local resources are preferentially employed on work with special priority being given to the persons and/or dependents of persons whose lands have been acquired for the pump station or for any other facilities in connection with the Northern region Pipelines. The labourers shall be insured according to the Provisions of Labour Laws for Class-I, Division-I operational area. The contractor should also abide by the labour regulations act. For any infringement of this provision the owner shall be at liberty to rescind the contract without any liability to pay any compensation whatsoever to the contractor. RESTRICTION OF VISITORS

8.0.0 8.1.0

8.2.0 9.0.0

26

9.1.0

The contractor shall not allow any visitors on the works or premises of the site(s) without the approval of the Engineerin-Charge and/or Site Engineer.

10.0.0SAFETY GUIDELINES 10.1.0 Contractor has to adhere to the following safety precaution / check list. The contractor shall be responsible to enforce in his work force strict discipline and safety consciousness required to be observed and shall ensure that the work is carried out under constant supervision by competent supervisors, who are adequately informed and experienced for handling the work in such environment. All the members of the contractor work force should be clearly instructed not to carry match boxes inside the premises of the pump station and strict action shall be taken against anyone found to violating the instructions. 10.2.0 Proper and correct lifting methods shall be adopted. 10.3.0 All lifting tools tackles and wires ropes etc shall be of tested quality for safe working loads. Wire ropes shall be of sound construction without any splaying. 10.4.0 OISDGDN192 is given in General Condition of Contract for compliance. 10.5.0 It is mandatory for all jobs done at a height of 2.5 M and more to use fall arrestor type safety belts & safety nets. 10.6.0 In addition to the above, contractor has to adhere to the following safety checklist. GENERAL Safety starts from the individual on the job. Experience and common sense shall be generously used. In case of any doubt regarding safety, Engineerin-Charge or Safety Officer can be consulted. Proper communication and alertness on the job is to be ensured. Manholes and openings for ducts etc shall be kept properly covered. Correct tools and tackles should be used for every work. Make shift tools and tackles will result in accidents. Fire-fighting equipments shall be placed at designated locations and kept unobstructed. Do not use loose clothing, neckties, etc. while on the job. Safety precautions recommended by the manufacturers/ vendors shall be strictly adhered to. All machinery, tools and tackles shall be maintained properly, and clearly. 11.0.0 PENALTY CLAUSE 11.1.0 Violation of applicable Safety, Health & Environment related norm, a minimum penalty of Rs. 5,000.00 is applicable per occasion. 11.1.0 Violation as above resulting in: Any physical injury, a penalty of 0.5 % of the contract value (Maximum of Rs. 2,00,000.00) per injury in addition to Rs. 5,000.00 as mentioned in clause No. 11.1.0.Fatal accident penalty of 1 % of the contract value (Maximum of Rs. 10,00,000.00) per injury in addition to Rs. 5,000.00 as mentioned in clause No. 11.1.0 or as mentioned in GCC 12.0.0 SAFETY, FIRE & SECURITY REGULATIONS, ACCIDENT AND DAMAGE 12.1.0 Safety, Fire & Security regulations outlined below may be read in conjunction with Safety Rules and Fire Prevention Regulations of the Owner given in Safety Manuals and other such documents.
27

12.2.0

12.3.0

12.4.0

12.5.0

12.6.0

It will be the responsibility of the Contractor and its supervisors to make themselves fully conversant with all the Rules and Regulations regarding Safety and Fire Prevention and to issue necessary instructions to all persons deployed by the Contractor at the Construction site(s). As the work is to be performed in the operating station, while carrying out the jobs, contractor shall take all necessary precautions and abide by relevant rules of safety including explosive Rules and Regulation and such other rules and regulations enforceable within limits of Petroleum installation. The contractor shall also take such other additional precautions or resort to such other additional safety measures as may be directed from time to time by the EIC / Site Engineer. No hot work shall be undertaken without written permit issued by the Station-in-Charge/ Shift Officer of the station. The Contractor shall be responsible to fulfill and abide by all requirements and conditions subject to which the fire permit is issued. Though the Fire Permit will be issued by the Station-in-Charge/ Shift Officer after required testing for presence of any explosive mixtures etc., it will be responsibility of the Contractor to do periodic checking at least once in four hours by means of an Explosimeter or other means approved by Site Engineer. Records of such testing shall be maintained by the Contractor and in case of presence of any explosive mixtures is observed all hot jobs shall be stopped immediately and Site Engineer/Fire and Safety Department/Station-in-Charge shall be duly informed. Hot jobs shall be started after obtaining fresh permits only. The Contractor shall be responsible to enforce in his work force strict discipline and safety consciousness required to be observed in operating petroleum installation and shall ensure that the work is carried out under constant supervision by competent supervisors who are adequately informed and experienced for handling the work in such environment.

12.7.0 Contractor shall obtain HOT PERMIT from IOCL before carrying out any hot job like Gas cutting, welding etc at pump station/colony. The plan for taking up hot jobshall be informed to IOCL well in advance. The contractor shall submit job plan forworking in the pump station/colony area and necessary permission shall beobtained from the concerned authority for carrying out the jobs. Care shall be taken that no damage is caused to other nearby structures / properties. 12.8.0 The work front being located within the existing operating station of the Owner, the Contractor shall take necessary precautions to ensure that no damage, whatsoever is caused to the existing cable lines, pipelines and other facilities and utilities within the area. In case the contractor fails to adhere to this stipulation and if any damage to those facilities result due to his negligence, the contractor shall be held responsible and shall be liable to compensate the Owner for such damage caused as assessed by the Engineer-in-Charge. 12.9.0 Contractor shall take written permission of Site Engineer/EIC before connection/ disconnection of cables and electrical equipments, which exist in the station. The Contractor shall take due precaution to avoid damage to other pipelines, roads, cables, drains, water mains, dykes, poles, pillars, fences, wires, supports and embankments and other underground works, structures or construction whatsoever and shall at his own cost and initiative forthwith restore and repair any damage thereof to the satisfaction of the Owner. The Contractor shall also indemnify and keep indemnified the Owner from and against all losses and damages relative to loss of any gas, crude oil and other commodities. While working within the compound area of existing operating station, the Contractor shall make arrangement of gate pass for his employees as prescribed and instructed by the Station-in-Charge at his own cost. In the event of an employee's services being terminated during the contractual period, the Contractor shall surrender the gate pass issued to the said employee. At the end of the project, all the gate passes endorsed by the Station-in-Charge/ Shift Officer for use of Contractors employees shall be returned to the concerned authority.
28

12.10.0 The Station-in-Charge or any person authorized by Station-in-Charge shall have the right to search bodily or otherwise each and every employee of the Contractor and the Contractor shall abide by the rules and regulations. In addition to the safety arrangements, the Contractor shall also ensure strict adherence to the following provisions: (i) It is required to have proper and continuous supervision in hazardous area. It is essential that workers be allowed to work in hazardous area only after medical checkup. (ii) Whenever presence of entrapped hydrocarbon gas/liquid is suspected, anybody entering the closed space should be provided with air/gas mask by the Contractor. (iii) No job including vessel entry should be undertaken by the Contractor without clearance. 12.11.0 The following requirements shall be complied with by the Contractor in the event of an injury being sustained by anybody on the works: (i) All injuries occurring on works whether minor or critical shall be reported in the prescribed work Accident Forms to Engineer-in-Charge and Site Engineer immediately or within half an hour of occurrence of the event, as per rules of the Corporation. (ii) The EIC shall be kept informed by the Contractor on daily basis regarding condition, recovery/progress and date of joining in duty about the persons who after being inflicted by critical injuries were firstly examined and treated outside. 12.12.0 The Contractor shall ensure that the following general rules/guidelines pertaining to safety are rigidly complied with: (i) All vehicles such as trucks, tractors, bulldozers, cranes etc. moving within the station premises, should be fitted with spark arrestors. (ii) Vehicles should not be parked on road junctions within the station premises, where they are likely to interfere with the movement of Vehicles. (iii) Vehicles shall not be allowed to enter into any operating area without a valid fire permit, safety certificate and gate pass. (iv) Parking of vehicles on the side of fire hydrants is strictly prohibited. (v) Within the premises, the speed limit of vehicles shall be 20 Kmph. (vi) Use of ordinary torchlight within the premises is strictly prohibited and the Contractor should use only explosion proof torches. (vii) When a fire extinguisher is used, the Shift-in-Charge of Control Room or Site Engineer should be informed for replacing the depleted extinguisher immediately. (viii) In the event of fire emergency EIC/ Site Engineer and Control room should be informed immediately. The caller should indicate his identity, telephone number and the location of fire. (ix) Wearing of terylene/nylon/polyester/clothing within premises is strictly prohibited, as there are chances of generation of static electricity in these types of clothing. (x) While on duty, wearing of chapels/slippers is prohibited and everyone should wear shoes/safety shoes. (xi) Wearing of safety helmet and safety belt is essential for all persons working in construction jobs. (xii) All personnel of the Contractor shall be required to wear photo badges for identification. 12.13.0 The following provisions pertaining to sand/shot/grit/copper slag blasting shall be strictly adhered to by the Contractor: (i) The person carrying out sand/shot/grit/copper slag blasting (or standing near the site where wet abrasive blasting is going on) must use suitable protective means like spectacles/goggles, respirable dust particle mask, ear muffs, hand gloves, apron, safety helmet, safety shoes etc.
29

(ii)

The hoses/tubes used for sand blasting should be properly checked for leakages etc. regularly before use.

12.16.0The contractor shall instruct his personnel NOT TO SMOKE within the premises of station except at prescribed smoking booths, if any. NO MATCHES / LIGHTERS/ MOBILE PHONES shall be permitted to be carried inside the premises. The Contractor shall be held responsible for any default of his workers in this regard and the clause for termination of contract shall be imposed in that eventuality. 13.0.0 SITE CLEARANCE 13.1.0 After completion of works, the tenderer shall clear the work site as per the direction of Site Engineer/Engineer-in-Charge and the area is to be restored to original condition. 14.0.0 INSURANCE 14.1.0 The tenderer shall provide the following insurance through his regular agency to cover his men, machinery and equipment. (a) (b) (c) Workman Compensation Insurance for the persons deployed for execution of the work. Group Personnel Accident Policy & for person working at heights. All other Insurances like all risk insurance, third party liability etc. The Contractor shall obtain necessary third party insurance and shall indemnify the owner against any loss or damages caused to any other party /agency /individual.

15.0.0 LABOUR LAW AND REGULATIONS 15.1.0 The contractor shall take the comprehensive insurance policy for the workmen engaged by him/ them at site and shall submit the copy of the same to the EIC/ Site Engineer. It shall be noted that in no conditions, whatsoever owner shall permit the contractor to carry out the work as defined/specified elsewhere the workmen (including supervisors and work inspectors) not covered under such insurance policy. This may, however, be noted that the contractor shall have to take any other insurance policy/policies for workmen as required by the laws of the land i.e. by the State Government and/ or Central Government enforced from time to time, in this regard owner shall not take any responsibility whatsoever. The contractor at his own risk and cost shall take all such insurance policy/polices. 15.2.0 The contractor shall adequately cover all its eligible employees under the provisions contained in Employees Provident Fund Act 1952 and subsequent amendment thereof, if any. The contractor shall furnish a certificate and statement embodying therein all the relevant details in evidence of having complied with the provisions of the said act. It would be obligatory on the part of the Contractor to take necessary PF establishment code number and regularly deposit the PF amount (Amount deducted from the employee's wages and employer's contribution) for all the eligible employees to the concerned statutory authority. 15.3.0 The Contractor shall ensure that the wages are paid by himself or by his subcontractors to their workmen directly without the intervention of any Jamadars or Thekadars and that no amount by way of commission or otherwise is deducted or recovered by the Jamadars from the wages of the workmen. The contractor shall maintain a register showing names & address of the persons engaged along with photographs of each person and shall produce the same for inspection on demand by the Engineer-In- charge or such other person so authorized by the company. The contractor has to abide by the various state labor law, in addition to Contract Labour act 1970, Employees Provident Fund & Miscellaneous Provision Act 1952, Payment of Bonus act 1965, Payment of wages act 1936, Minimum wages act 1948, The workmens compensation act 1923, ESI act 1948 and different rules & regulations passed from time to time.
30

15.4.0 The owner shall be entitled at all times to carry out checks or inspection(s) of the Contractors facilities, records and account to ensure that the provisions of the PF Act, Labour laws and regulations are being observed by the contractors and that the workmen are not denied the rights and benefits to which they are entitled under such provisions. Any violation shall, without prejudice to any other rights or remedies available to the owner, constitute a ground for termination of the contract 15.5.0 The contractor shall also indemnify and keep indemnify the owner from and against all actions, claims, demands and liabilities whatsoever under and in respect of the breach of provisions of any/all clauses as mentioned elsewhere in the tender. 15.6.0 Contractor has to comply with all the regulations of Employees State Insurance Act (ESI), 1948 (wherever applicable) and submit copies of Challan of ESI contributions to EIC in respect of their Contract labour involved for the work during the contract period. 15.7.0 For any infringement of these provisions, the owner shall be at liberty to rescind the contract without any liability to pay any compensation whatsoever to the contractor.

15.8.0 As all our units and major installations engage in hazardous processes and employment of children in hazardous processes or young person in certain areas is prohibited by various enactments, the contractor is required to state that he/she is not engaging any child labour as per the labour laws applicable to him/her. Contractor making any fake claim would have its contract terminated forthwith if detected later. 16.0.0 LABOUR LICENCE 16.1.0 The tenderer shall produce labour license, if required from the Assistant Labour Commissioner to the Engineer-in-Charge before starting the works. 17.0.0 SALES TAX/INCOME TAX/SERVICE TAX ON WORK CONTRACT 17.1.0 The tenderer shall produce Sales & Works Tax Registration Certificate from the State Government wherever applicable for execution of the works. The sales/works tax at the applicable rates shall be deducted from the bills of the contractor. 17.2.0 The Service Tax at the applicable prevailing rates shall be reimbursed to the Contractor on production of proof of submission of the tax in the required format, provided party is showing valid Service Tax Registration from the Authorities before the expiry of the contract. The Service Tax documents (Bill/Invoice/Challan etc.) must be in the form prescribed in the Rule 4A (1) of Service Tax Rules 1994 and subsequent amendments thereof 17.3.0 To enable the Owner to avail of such CENVAT benefit, the Contractor shall furnish to the Owner any & all the certificates and Documents as may be required to be furnished by OWNER to avail of the CENVAT benefits with respect to Service Tax reimbursed by the Owner on the Services provided by the Contractor. 17.4.0 Service Tax 17.4.1 The price offer for the subject work shall exclude the service tax as applicable under Finance Act, 1994 and subsequent amendments. 17.4.1.1 17.4.1.2 For payment of service tax, serially numbered invoice / bill shall be issued by the service provider and should also specify following: (i) (ii) The name, address and registration number of the service provider The name and address of the recipient of the taxable service
31

(iii) Description, classification and value of taxable service provided and (iv) The service tax and cess payable on such services The above details are required to enable IOCL to avail Cenvat credit for the service tax payments. 17.4.1.3 In case CONTRACTOR does not furnish such invoices enabling the OWNER to claim CENVAT benefit then such amount shall not be paid to the CONTRACTOR irrespective of whether CONTRACTOR has paid such amount to the Tax Authorities. Bidder shall submit copy of certificate containing Service Tax Registration Number. The bidder shall also furnish the following information along with the bid with regard to Service Tax. Type of Relevant provision of Normal rate Availment of Rate of Service tax Service as per the Finance Act 1994 of Service any exemption under abetment Finance Act under which service is Tax / abetment scheme. 1994 falling

17.4.1.4

18.0.0 VARIATION IN ITEM QUANTITIES 18.1.0 In super cession of GCC clause No. 1.7 Contractor shall be entitled only for the item rates as mentioned in the Schedule of Rates. There may be some variation in quantities of any or all the items. The owner may not operate all the items as mentioned in the Schedule of Rate. No claims other than items rate will be entertained under any circumstances, even if the total executed values falls below 80% of the contract value. 19.0.0 CO-OPERATION WITH OTHER CONTRACTORS 19.1.0 The Owner may be engaging at the work site other Contractor(s)/Agency (ies) to carry out some other works. Performance of these Contractor(s)/ Agency (ies) might be contingent on performance of work by other Contractor(s)/Agency (ies) and/or dependent upon the performance of work by the contractor and/or the contractor's work might be dependent upon and/or contingent on the performance of work by other contractor(s)/Agency (ies) Works shall be carried out in such a manner as to cause least interference with or affect or retard or disturb the progress of works being executed by other Contractor(s)/Agencies). 19.2.0 The Contractor shall take into account the instruction of the Engineerin-Charge regarding the constraints, restraints and other requirement of works and the required sequence of works, in preparing the progress Schedule, notwithstanding the provisions relating to "Approved Progress Schedule" weekly/monthly work programs may be drawn up by the Engineer-in-Charge/Site Engineer taking into account the availability of work fronts and the requirements of other contractor(s)/ Agencies involved at the works site and the Contractor shall abide by the weekly or monthly works programs so drawn up. 19.3.0 In the event of failure on the part of the Contractor to adhere to the weekly or monthly work programs drawn up by the Site Engineer/EIC, the relevant clauses of contract shall apply. The decision of the EIC as to whether a failure on the part of the contractor to comply with the weekly or monthly work programs drawn up has occurred or not shall be final and binding on the contractor. 19.4.0 Any delay caused due to non-availability of work fronts (including delayed availability of work fronts wherever applicable) and/or due to the requirements of other Contractor(s)/Agency (ies) engaged at the work site shall not entitle the contractor to any extra payments/claims whatsoever.
32

Only suitable extension of time for completion shall be granted in accordance with the provisions of contract, provided the reasons for delay are not solely attributable to the Contractor. 20.0.0 UNDERGROUNG & OVERHEAD STRUCTURES 20.1.0 The contractor shall familiarize himself with and obtain information and details from the owner in respect of all existing structures, overhead lines, existing utilities existing at the work site before commencing work. The contractor shall execute the work in such a manner that the said structure, utilities, pipelines etc are not disturbed or damaged and shall indemnify and keep indemnified the owner from and against any destruction thereof or damages thereto. 21.0.0 PERMITS, EQUIPMENTS & MATERIALS 21.1.0 The Contractor shall at his own cost and initiative arrange for and obtain all necessary permissions, permits, consents and license, as may be necessary, to transport the Contractors materials, tools, equipments, machinery, and labour along or across highway, roadway, railway, bridge, dyke dam, river or through posts of toll collection, octroi checks or other line border or barrier. 22.0.0 SITE VISIT 22.1.0 The tenderer may visit the site before submission of the tender to have an idea & familiarize themselves with the existing conditions & the nature of the job. Non-familiarity of the site shall not be considered for extra claim or for not carrying out the work in strict conformity with the specifications. 23.0.0 DETAILS OF ISO 14001 (a) (b) (c) (d) Do not throw scrap materials /disbanded materials here and there. Do not damage any plants & trees. Do not contaminate land /water sources by disposing of materials in them. Do not throw waste in the fields /open areas.

24.0.0 NON ASSIGNABLE 24.1.0 No part of the contract or any share or interest there in shall in any manner or degree to be transferred, assigned or sublet by the contractor directly or indirectly to any person firm or company whatsoever without written permission of Engineer-in-Charge. 25.0.0 PERFORMANCE OF WORKS 25.1.0 All works shall be performed & executed by the contractor in strict conformity with the job description, specification, plans drawings designs & other contract documents applicable to the specific works(s) and any relative instruction as may be issued to the contractor by the Engineerin-Charge or Site Engineer from time to time. 25.2.0 The Engineerin-Charge and Site Engineer shall be entitled from time to time or at any time at their discretion to issue written orders or instructions to the contractor relative to the performance and or execution of the works (s) by the Contractor or otherwise relative to any matter touching or effecting the contractor or arising there from and to revise or revoke any orders or instructions previously issued and the Contractor has to abide by them. 25.3.0 Engineer-in-Charge may stop the work whenever it is necessary for proper execution of the job. He shall have the authority to reject all work or part thereof at any time, which do not conform to the specifications, & no claim whatsoever on this account will be entertained.
33

25.4.0 During the contract period if any damage /defect is discovered due to poor quality material/ workmanship it shall be rectified / replaced by the contractor at his own expenses. The contractor shall attend this problem in the shortest time. 25.5.0 If there is any loss or damage to the Corporation property or its employees due to the negligence of the persons (s) deployed by the contractor he shall make good the loss as accessed by the IOCL. 25.6.0 If it is necessary to work on Sunday or Holiday as per the direction of Engineer in-Charge, no compensation will be paid for the same. The material supplied by the owner if any shall be preserved against deterioration/ damage/ loss while under contractors custody. Any damage or losses suffered shall be considered as losses suffered due to the willful negligence on part of the contractor & shall be liable to compensate on the rates as decided by the EngineerinCharge Contractor has to make necessary arrangement as instructed by the Engineer-in-Charge / Site Engineer for supervision & measurement of the job by the Engineer-in-Charge /Site Engineer at no extra cost to the owner. Test if any suggested by the Engineer-in-Charge, required to proof the suitability of materials like bitumen, asphalt, aggregates etc will have to be conducted by the contractor at his own cost.

26.0.0 ARBITRATION 26.1.0 All disputes arising out of this work order shall be referred to the sole arbitration of a person selected by the contractor out of panel of three persons nominated by the General Manager (NR), Pipelines and his decision / award shall be final and binding on the pipelines and the contractor. Subject to as aforesaid, the Indian arbitration Act, 1940, shall apply to the arbitration proceedings under this contract. 27.0.0 TERMINATION 27.1.0 In addition to the clause No. 7.0 of General Condition of Contract the following clause shall also be taken in to account: If the performance of the party is not found to be satisfactory the contract can be terminated at a notice of 7 days by IOCL during the currency of the contract. IOCL may engage another agency to complete the pending jobs under this contract at the risk & cost of the contractor. The contractor shall not be entitled for any compensation on account of such foreclosure/ termination. 28.0.0 JURISDICTION 28.1.0 Further to article 4.1 of the Form of contract in the General conditions of contract, Delhi Court shall have exclusive jurisdiction 29.0.0 CONDUCT OF CONTRACTORS EMPLOYEES 29.1.0 The employees of the Contractor have to be well behaved & well mannered. On the advice of Engineer-in-Charge the contractor shall immediately remove from the work any person who misbehaves or causes any nuisance or who is in the opinion of the Engineerin-Charge is not competent. Such person shall not be employed again at our site without written permission of the EIC.

34

Annexure -A Schedule of rate for Annual Rate contract for service & maintenance of Fire Fighting equipment at NRPL Mathura. Unit Service items description Quantity Unit Rate Checking, Inspection, Servicing and Maintenance of Fire Fighting System, equipments hydrants, extinguishers of all type, Water monitor up to the mark as per OISD/ISI Standards to provide & best functioning of the equipments always in best healthy condition inclusive of periodically cleaning, checking /inspection/oiling/ greasing of assemblies such as coupling, nozzles, valves, hydrants, extinguishers, hose pipes, water monitor, compounds drums, nozzles foam bunch, hose boxes, sand buckets etc, updating the data & identification tags, recording the status of checking in history register etc. as directed by the engineers in charge with all labors, carriages, materials etc. complete inclusive of all taxes. (inspection and servicing of the equipment/Fire Fighting facilities is to be done periodically as mentioned against each):Fire Hydrants (double headed) on Monthly basis Fire Extinguishers of all types & capacities on Monthly Basis Hose pipes-Monthly Basis Hose Boxes-Monthly basis Valves of fire line of all sizes Foam /Water Monitors on Monthly Basis Nozzles All types on monthly basis Sand bucket with Stands on monthly basis Foam branches on monthly basis Taking delivery and refilling the extinguishers of various sizes /capabilities including supply of dry chemical powder, CO2 gas etc updating the data & identification tags, recording the status of checking in history register etc as per ISI standard and replacing the same as directed by Engineer-in-Charge (The rates are inclusive of all Taxers). (The CO2 cylinder may to be taken out and delivered back within 10 days after refilling /repairing. However Fire extinguishers CO2 are to be supplied /Kept temporary in place of each fire extinguisher for which taking out for re-filling /repairing is required). Dry Chemical Powder 0.2 Kg DCP Cartridge 2 Kg CO2 cylinder 4.5 Kg CO2 cylinder 6.8 Kg CO2 cylinder 225 1,500 300 150 650 110 350 600 115 EA EA EA EA EA EA EA EA EA 33 33 33 33 33 33 33 33 33

Sr. No.

Total amount

a b c d e f g h i

7425 49500 9900 4950 21450 3630 11550 19800 3795

a b c d e

300 85 17 25 18

KG EA EA EA EA

36 72 248 385 495

10800 6120 4216 9625 8910

35

3 a b c d e

Supply and replacing the spares /assembles etc of the Fire Fighting equipments system for all sizes / Capacities as per ISI standard and approved make with all labours, materials, carriages, inclusive of all taxes etc. complete PVC suction pipes upto 3m length Hydrants Sheet Washer/Rubber including fitting at site. Hydrant Coupling washer PVC Lock for extinguishers Rubber Washer for extinguishers ISI marked Discharge pipe with Horn for 2Kg,3.2Kg,4.5Kg CO2 f extinguishers 35 150 150 125 125 60 EA EA EA EA EA EA 198 13 13 6 13 26 6930 1950 1950 750 1625 1560

g Aluminium squeeze grip nozzles h CO2 safety valves 155 kg/sq. cm i CO2 safety pins ISI marked Discharge Pipe with horn for 6.5 Kg and 6.8Kg CO2 j Exitinguishers. k l m n o p q r s t Rubber gasket of DCP main cap Hose coupling lug Hose Plunger set & Nut Hose Spring & Nut DCP main cap (gun metal) CP DCP Plunger pin with spring DCP plunger top Squeezing grip (Plastic) nozzle Replacement of fire hose box glass(frnt) Replacement of key glass Supply Installation, testing and commissioning of plug in type ionization smoke detector with LED indication complete in all respect as per site requirement and as approved by Engineerin-Charge. (The ionisation type smoke detector shall be capable of sensing fire in the soldering or the incipient stage,smoke detector shall be sensitive to products of combuslion of all materials like wood, paper, natural and synthetic fibres, plastic and common liquid hydrocarbons etc. (Make should be Cease fire /Agnisurksha/Honeywell/Safeway/Minimax/Apollo).

30 15 75 30

EA EA EA EA

40 53 6 124

1200 795 450 3720

120 75 70 70 30 35 35 45 25 25 10

EA EA EA EA EA EA EA EA EA EA EA

6 20 13 13 40 13 13 13 119 7 2,123.00

720 1500 910 910 1200 455 455 585 2975 175 21230

36

Supply, installation, testing and commissioning of plug-intype rate of rise cum fixed temperature Head detector with LED indication complete in all respect as per site requirement and as approved by Engineer-in-Charge (The Heat sensitive detector shall be of the rate of rise cum fixed temperataure detection type. The detector shall respond to a rate of rise in temperature of 8 deg C per minute and a fixed temperature of 57 deg. C.)(Make should be Cease fire /Agnisurksha /Honeywell / Safeway/ Minimax/Apollo).

10 EA

1,496.00

14960

Supply, installation, testing and commissioning response indicator with LED & cover complete in all respect as per site requirement and as approved by Engg-in-Charge.(Make should be Cease fire /Agnisurksha / Honeywell/ Safeway/ Minimax/ Apollo). Taking the Hose Pipe for Hydrotesting and keeping it back in position after drying /rolling inclusive of all taxes. Air filling in cylinders of Breathing Apparatus inclusive of all taxes. Hydraulic testing of CO2 Cylinders inclusive of all taxes ( 2 to 4.5 Kg/Cm2) Hydraulic testing of CO2 Cylinders inclusive of all taxes ( 6.8Kg/Cm2) Hydraulic testing of DCP Cylinders of all sizes inclusive of all taxes Hydraulic testing of breathing appratus PPE maintenance / up-keeping / cleaning on Monthly Basis of various items like helmets, Breathing apparatus, Water jel blanket, Asbestos blanket,hand gloves (rubber / asbestos),first-aid box,stretcher,resuscicator,safety belt,earmuffs, fire proximity suits, safety torch,safety goggles including the cost of labour, material and taxes etc. complete as per instruction of Engineer-in-Charge. Supply and fixing of wind socks on the position including all labour, tolls and tackels as per direction of Engineer-inCharge inclusive of all taxes.

10 EA

380

3800

100 EA

33

3300

5 EA

1,760.00

8800

60 EA

220

13200

25 EA

275

6875

10

55 EA

50

2750

11 12

5 EA 24 MON

770 242

3850 5808

13

10 EA

605

6050

14

37

15

16

17

18

Supply and fixing of small hammers with chains for Hose Boxes asper direction of Engineer-in-Charge inclusive of all taxes.ers Supply & pasting of slips on the extinguishers showing how to use the extinguishers & date wise maintenance records of Fire Extingusher. The good quality of adehsive to be used on slips for sticking on the extinguishers inclusive of all taxes as per direction of Engineer-in-Charge. Patch work welding on the Firefighting/Foam Line in case of leakage including all manpower & materials with tools and tackels with materials required as per satisfaction of the Engieer-In-Charge upto 12"x12" size inclusive of all taxes. Cleaning & stacking properly the foam containers,updating stock,date of expiry,date of manufacturing on board and in register,placing foam containers at the foam monitors and water hydrants. Supply and Painting with two coats enamel paint Brush painting of fire hose boxes ( Inside and outside) including stand with two coat of Paint including letter/number writing ( Colour to be specified by EIC) Spray/Brush painting of fire bucket stand with its bucket (4-6 Bucket) including letter/number writing. Spray painting of Fire extinguishers of all sizes including letter/number writing. Spray/brush painting of Foam/water monitors/Double hydrant valves along with its stand post including letter/number writing. Fire Siren including letter/number writing. Total

16 EA

13

208

400 EA

2400

10 EA

275

2750

24 MON

330

7920

19 a

36 EA

83

2988

30 EA

83

2490

125 EA

26

3250

90 EA

26

2340

d e

6 EA

26

156 317611

38

ANNEXURE-I
DATE: ______________

COMPLIANCE TO BID REQUIREMENTS


We confirm that our bid complies with the total techno-commercial requirement of Tender Document without any deviation except as mentioned in Annexure-II.

SIGNATURE OF BIDDER NAME OF BIDDER COMPANY SEAL

: : :

_______________________ _______________________ _______________________

39

ANNEXURE-II
DATE: ______________

EXCEPTIONS AND DEVIATIONS STATEMENT

Bidder may stipulate exceptions and deviations to Tender Document, if considered unavoidable as per the following format: PAGE NO. OF BID DOCUMENT

SL. NO

CLAUSE NO.

SUBJECT

DEVIATIONS

All exceptions/ deviations taken by Bidder to the stipulations of the Tender Document shall be brought out in the techno-commercial bid (and not in the Tender Document or price bid) as per this format. No cognizance will be taken of any exceptions/ deviations brought out elsewhere in the bid and the same shall be treated as null & void. In case of no exceptions and deviations, NIL shall be marked by the tenderer.

SIGNATURE OF BIDDER NAME OF BIDDER OWNER SEAL :

: :

_______________________ _______________________

40

ANNEXURE - III CHECK LIST FOR SUBMISSION OF TENDER (Mark in Appropriate Box as Applicable) The bidder should upload all the required documents in the pre-designated folders on the e-tender website.
Sl. 1. 2. 3. 4. 5. 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 Item Description Duly filled in tender check-list as per Annexure-III uploaded Tender Forwarding Letter uploaded Power of Attorney or other proof of authority, in favour of the person who is having valid Digital Signature Certificate (DSC) and participating in e-tendering EMD in requisite form sent to IOCL and scanned copy uploaded Audited Balance sheets for the last 3 (three) financial years Form of Tender(Commercial Bid-Annexure-XI) Form of Tender(Price Bid-Annexure-X) Blank SOR duly signed on each pages indicating QUOTED or NOT QUOTED for each item of SOR Information regarding the bidder as per (Annexure-XII) Provident Fund Code Number Income Tax Permanent Account Number Certificate containing Service Tax Registration Number Service Tax Declaration as per as per Annexure XV Certificate containing TIN and declaration regarding VAT as per Annexure XVI Solvency certificate from a Scheduled bank in India or a reputed foreign Bank acceptable to the Owner Declaration of Blacklisting in the prescribed format (Annexure-XIII). Declaration of relationship with directors of IOCL as per Annexure-IX. Details of experience as per Annexure-VI Copies of work orders, completion certificates, performance certificates, etc. fulfilling NIT Experience Criteria. Exceptions/deviations pertaining to terms & conditions of whole tender as per Annexure-II Declaration as per Annexure-V regarding Non-engagement of child labour Bank details in the format as per Annexure-VIII Declaration for acceptance of terms and conditions of Techno-commercial volumes of the tender documents including SOR as per Annexure-XIV. UNPRICED SOR (excel format) duly filled in as QUOTED/ NOT QUOTED shall be uploaded along with the above declaration Details of concurrent commitments as per Annexure-VI Any Other applicable documents Tick mark

Nil

41

ANNEXURE IV

DATE: _________________

FINANCIAL DETAILS
ANNUAL TURNOVER STATEMENT
The Bidder shall indicate here the turnover during preceding 3 years based on the audited balance sheets & profit & loss account statement. Copy of audited balance sheets including profit & loss account is to be attached. FINANCIAL YEAR 2012 2013 2011 2012 2010 2011 ANNUAL TURNOVER (IN Rs.) REMARKS

SERVICE TAX REGISTRATION DETAILS (IF APPLICABLE) SERVICE TAX REGISTRATION NUMBER: PLACE & REGISTRATION AUTHORITY: PF REGISTRATION NO : ESI REGISTRATION : VAT REGISTRATION NO.:

42

Annexure V
DATE: _______________ UNDERTAKING FOR NON-ENGAGEMENT OF CHILD LABOUR I/We hereby declare that: a) We are committed to elimination of child labour in all its forms. b) Neither we nor any of our nominated sub-contractor(s) are engaging Child Labour in any of our work(s) in terms of the provisions of The Child Labour (Prohibition and Regulation) Act, 1986 and other applicable laws. c) We as well as our nominated sub-contractor(s) undertake to fully comply with provisions of The Child Labour (Prohibition and Regulation) Act, 1986 and other applicable labour laws, in case the work is awarded to us. d) It is understood that if l/We, either before award or during execution of Contract, commit a transgression through a violation of Article b/ c above or in any other form, such as to put my/our reliability or credibility in question, the Owner is entitled to disqualify us from the Tender process or terminate the Contract, if already executed or exclude me/ us from future contract award processes. The imposition and duration of the exclusion will be determined by the severity of transgression and determined by the Owner. Such exclusion may be for a period of 1 year to 3 years as per the procedure prescribed in the guidelines for holiday listing of the Owner. e) I/ We accept and undertake to respect and uphold the Owners absolute right to resort to and impose such exclusion.

Place:

Signature of Bidder: ______________________

Date :

Name of Signatory: ______________________

43

Annexure VI DATE:_____________ EXPERIENCE QUESTIONNAIRE


(To be furnished with the Tender) The Tenderer has completed the following similar works in the last five years :-

S.No

Type and Name of Work executed

Year of Completion

Owner

Value of Work Executed

44

Annexure VII DATE:_____________ DETAILS OF MANPOWER TO BE DEPLOYED


(To be furnished with the Tender) The details of manpower along with qualification / experience are as given below :

S.No

Name of Person

Qualification / Experience

Note: In case of deployment of any other personnel for the subject work apart from the personnel mentioned in the above list, approval shall be taken from Engineer In Charge / Officer In Charge before deployment of the personnel.

45

ANNEXURE-VIII FORMAT FOR GIVING CONSENT AND BANK DETAILS ON LETTER HEAD Date: To M/s.Indian Oil Corporation Ltd., Pipelines Division, A-1, Udyog marg, Sector-1, Noida-201301

Dear Sir, With reference to your letter, we hereby agree to accept the payment of our bills through direct credit to our below mentioned Bank account through Internet banking. 1 2 3 4 5 6 Beneficiarys Name Branch Name Address of the Branch STD code & phone no. of Branch Branch Code 9 Digit MICR code of Branch as appearing on the cheque (copy of cancelled cheque may be enclosed)* Bank Account No Account Type (SB/CA/CC) Branch IFSC code Email Address of the Vendor Mobile Telephone No. of Vendor Please attach a blank cancelled cheque or photocopy of a cheque issued by your bank relating to your above account for verifying the accuracy of the 9 digit MICR code. I/We, hereby declare that the particulars given above are correct and complete.

7 8 9 10 11

(Signature of authorized person with seal)

Encl: As above.

46

ANNEXURE-IX

DECLARATION OF RELATIONSHIP WITH DIRECTORS OF IOCL


The Tenderer shall declare the following information in exhaustive details on his companys letter head with the document duly signed and stamped:i Where the Proprietor is a sole proprietor Whether the proprietor is a Director or any relative of Director of IOCL present or retired within the past 2 years. ii Where the Tenderer is a firm Whether any partner or member of the firm is a Director or a relative of any Director of IOCL, present or retired, within the last two years. iii Where the Tenderer is a Company whether a Director(present or retired within the past two years) of IOCL or relative of such Director is a substantial member holding more than 10% (ten percent) of the paid up capital in the Company, or a Director of the Company. LIST OF DIRECTORS Mr. R.S. Butola Chairman Mr. R K Ghosh Director (Refineries) Dr. R.K. Malhotra Director (R&D) Mr A.M.K Sinha Director (planning & Business Development) Prof. (Dr. V.K. Bhalla) Prof. Gautam Barua Director ,IIT-Guwahati Mr. Anees Noorani VC & MD Zodiac Clothing Co. Ltd. Dr.(Mrs.) Indu Shahani Mr. M. Nene Director (Marketing) Mr. V.S. Okhde Director (Pipelines) Mr. Sudhir Bhalla Director (HR) Mr. P.K. Goyal Director (Finance ) Mr. Sudhir Bhargava Additional Secretary, MoPNG Smt. Shyamala Gopinath Mr. Michael Bastian Smt. Sushama Nath

Mr. N.K. Poddar Dr. Sudhakar Rao Mr. Shyam Saran Chairman , Research & Information systems for Developing Countries

47

ANNEXURE-X FORM OF TENDER


(To be filled up by the Tenderer) For Price Bid Serial No. Date:

From _______________________________ _______________________________ To Indian Oil Corporation Ltd. (Pipelines Division) _____________________Refinery/Project Tender No._______________________________ Dear Sirs, Having examined the Tender Documents consisting of the Short Tender Notice, General Instructions to Tenderers, General Conditions of Contract, Special Instructions to Tenderers, Special Conditions of Contract, Specifications, Plans(Exhibits____________________________to__________________________________), Drawings (Exhibits____________________________to_______________________________)Time Schedule, Form of Contract, Form of Tender, Form of Schedule of Rates, and Addendum(a) to the Tender Documents, and having understood the provisions of the said Tender Documents and having thoroughly studied the requirements of Indian Oil Corporation Ltd. relative to the work tendered for in connection with the ____________________(Name of the Refinery/Project) and having conducted a thorough study of the job site(s) involved, the site conditions, soil conditions, the climatic conditions, labour, power, water, material and equipment availability, the transport and communication facilities, the availability and suitability of borrow areas, the availability of land for right of way and temporary office accommodation and quarters and all other facilities and things whatsoever necessary for or relative to the formulation of the tender for the performance of work, I/we hereby submit my/our tender offer for the performance of proposed work in accordance with the terms and conditions and within the time mentioned in the Bid Documents at the rate(s) quoted by me/us in the accompanying Schedule of Rates based on the Form of Schedule(s) of Rates included within the Tender Documents and arrived at a total contract value of Rs._____---(Not to be quoted)_____________________ (Rupees____________._____---(Not to be quoted)__________only) based on an application of the rates tendered in theaccompanying Schedule(s) of Rates to the relative quantities indicated in the Form of Schedule(s) of Rates forming part of the Tender Documents. If the work or any part thereof is awarded to me/us, I/ We undertake to perform the work in accordance with the Contract Documents as defined in the Form of Contract forming part of the Tender Documents and accept the terms and conditions of Contract as laid down therein and undertake within 10 (ten) days of receipt of acceptance of Tender to pay to and/or deposit with the Accounts Officer,_________________(Name of the Refinery/Project) Indian Oil Corporation Ltd. (Pipelines Division) a sum which together with the amount of earnest money deposited by me/us in terms hereof, shall make 2 % (two and one-half percent) of total contract value as specified in the Acceptance of Tender for the purpose of security deposit, by any one or more of the modes of payments specified in this behalf in the General Conditions of Contract, and to commence work at each job site(s) involved within 10 (ten) days of handing over the job site or any part thereof to me/us, and to sign the formal Contract in the terms of the form of contract forming part of Tender Documents, within 10 (ten) days of receipt of Letter of Acceptance from and on behalf of Indian Oil Corporation Ltd., in this behalf failing which Indian Oil Corporation Ltd., shall be at liberty, without reference to me/us and without prejudice to any of its rights or remedies, to terminate the Contract and/or to forfeit the earnest money deposited in terms hereof. In consideration of the sum of Rupee 1/- (Rupee one only) paid to me/us by Indian Oil Corporation Ltd., by adjustment in the price of Tender Documents, I/We further undertake to keep my/our this tender offer open for a period of not less than 4 (four) months from the scheduled date of opening of Tenders as specified in the General Instructions to Tenderer forming part of the Tender Documents. I/We have annexed to this Bid the following documents: (i) Schedule of Rates in the prescribed Form. (ii) Original Power of Attorney or other proof of authority of the person who has signed the Tender OR copy of Power of Attorney or other authority duly certified by a Gazetted Officer or a Notary Public 48

in proof of authority of the person who has signed the Tender. I/We hereby undertake that the statements made herein/information given in the Annexures referred to above are true in all respects and that in the event of any such statement or information being found to be incorrect in any particular, the same may be construed to be a misrepresentation entitling Indian Oil Corporation Ltd. to avoid any resultant contract. I/We further undertake as and when called upon by Indian Oil Corporation Ltd. to produce, for its inspection, original(s) of the document(s) of which copies have been annexed hereto. (Signature(s) of the Tenderer(s)) Name & Designation of authorised person signing the Tender on behalf of the Tenderer (s)

Full Name and address of the Tenderer (s) Witness : Signature : Name : Occupation

49

ANNEXURE-XI

FORM OF TENDER
(To be filled up by the Tenderer) For Commercial Bid Serial No. Date:

From _______________________________ _______________________________ To Indian Oil Corporation Ltd. (Pipelines Division) _____________________Refinery/Project Tender No._______________________________

Dear Sirs, Having examined the Tender Documents consisting of the Tender Notice, General Instructions to Tenderers, General Conditions of Contract, Special Instructions to Tenderers, Special Conditions of Contract, Specifications, Plans (Exhibits_____________________to_____________________), Drawings (Exhibits_____________________to_____________________) Time Schedule, Form of Contract, Form of Schedule of Rates, and Addendum(a) to the Tender Documents, and having understood the provisions of the said Tender Documents and having thoroughly studied the requirements of Indian Oil Corporation Ltd. relative to the work tendered for in connection with the_____________________(Name of the Refinery/Project) and having conducted a thorough study of the job site(s) involved, the site conditions, soil conditions, the climatic conditions, labour, power, water, material and equipment availability, the transport and communication facilities, the availability and suitability of borrow areas, the availability of land for right of way and temporary office accommodation and quarters and all other facilities and things whatsoever necessary for or relative to the formulation of the tender or the performance of work, I/we hereby submit my/our tender offer for the performance of proposed work in accordance with the terms and conditions and within the time mentioned in the Tender Documents. In consideration of the sum of Rupee 1/- (Rupee one only) paid to me/us by Indian Oil Corporation Ltd., by adjustment in the price of Tender Documents, I/We further undertake to keep my/our this tender offer open for a period of not less than 4 (four) months from the scheduled date of opening of Tenders as specified in the General Instructions to Tenderers forming part of the Tender Documents. I/We hereby further state that I/We/None of us (in the case of partnership firm) and none of our Directors (in the case of a Company) was/were employed as Directors of Indian Oil Corporation Ltd., during the period of 2 (two) years immediately preceding the date hereof OR I/We hereby declare that I/Shri_____________________one of our partners (in the case of partnership firm/Directors in the case of a Company) was employed as a Director in Indian Oil Corporation Ltd., during the period of 2 (two) years immediately preceding the date hereof and that I/Shri_____________________have/has obtained previous permission of Indian Oil Corporation Ltd. to make this tender. I/We have annexed to this Bid the following documents: (i) Schedule of Rates in the prescribed form. (ii) Original Power of Attorney or other proof of authority of the person who has signed the Tender OR copy of Power of Attorney attested by a Gazetted Officer or a Notary Public in proof of the authority of the person who has signed the Tender. (iii) Original Income-tax Clearance Certificate OR copy of Income-Tax Clearance Certificate duly attested by a Gazetted Officer/Notary Public. (iv) Information regarding tenderer in the form annexed to the Form of Tender. (v) Information regarding experience of the tenderer in the performance of work of a comparable nature in the form annexed to the Form of Tender. (vi) Information regarding construction organisation and equipment in the form annexed to the Form of Tender. (vii) Solvency Certificate from a Nationalised/Scheduled Bank. (viii) Set of Tender Documents, as issued duly signed. (ix) Additional Documents as listed below. 50

I/We hereby undertake that the statements made herein/information given in the Annexures referred to above are true in all respects and that in the event of any such statement or information being found to be incorrect in any particular, the same may be construed to be a misrepresentation entitling Indian Oil Corporation Ltd. to avoid any resultant contract. I/We further undertake as and when called upon by Indian Oil Corporation Ltd. to produce, for its inspection, original(s) of the document(s) of which copies have been annexed hereto. I/We confirm having deposited Earnest Money of Rs.__________________ (Rupees________________________) as detailed hereunder (Strike off whichever is not aplicable)

(Signature(s) of the Tenderer(s))

Name & Designation of authorised person

signing the Tender on behalf of the Tenderer (s) Full Name and address of the Bidder(s) Witness : Signature : Name : Occupation :

51

ANNEXURE-XII INFORMATION ABOUT TENDERER


(To be furnished with Tender) 1. In case of Individual 1.1 Name of Business : 1.2 Whether his business is registered : 1.3 Date of Commencement of business : 1.4 Whether he pays Income Tax over Rs.10,000/- per year : 1.5 Whether he is a Director or is related to any Director of IOC present or retired within the past 2 years : 1.6 Permanent Account Number : 1.7 What are his profits/losses for the past 3 (three) years with a copy of Balance Sheet and Profit & Loss Account for the past 3 (three) years with a copy of the audited Balance Sheets and Profit & Loss account for the past 3 (three) years: 1.8 What are his concurrent job commitments : 1.9 How does he propose to finance the work if awarded to him : 2. In case of Partnership 2.1 Name of Partners : 2.2 Whether the partnership is registered : 2.3 Date of establishment of firm : 2.4 If each of the partner of the firm pays Income tax over Rs.10,000/- a year and if not, which of them pays the same 2.5 Whether any partner of the firm is a Director or is related to any Director of IOC, present or retired within the past 2 years. 2.6 Permanent Account Number : 2.7 What are the firm's profits/losses for the past 3 (three) years with a copy of Balance Sheet and Profit & Loss Account for the past 3 (three) years : 2.8 What are the firm's concurrent job commitments : 2.9 How does the firm propose to finance the work if awarded to him : 3. In case of Limited Company or Company Limited by Guarantees : 3.1 Amount of paid up capital : 3.2 Name of Directors : 3.3 Date of Registration of Company : 3.4 Copies of the Balance Sheet of the company of the last 3 (three) years : 3.5 Whether any of the Directors of the Company is a Director or is related to any Director of IOC, present or within the past 2 (two) years : 3.6 Permanent Account Number 3.7 What are the Company's profits/losses for the past 3 (three) years with a copy of the audited Balance Sheet for the past 3 (three) years : 3.8 What are the company's concurrent job commitments : 3.9 How does the Company propose to finance the work if awarded to it :
FOOT NOTE : Reference is also invited to Clause 8.0 of Instructions to Tenderers forming part of GCC.

Signature of Tenderer Name & Address of the Tenderer

52

ANNEXURE-XIII

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 involved as a Managing Partner have been placed on black list or holiday list declared by Indian Oil Corporation Ltd. or its Administrative Ministry (presently the Ministry of Petroleum & Natural Gas), except as indicated below : (Here give particulars of blacklisting or holiday listing, and in absence thereof state "NIL")

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 or managing partner of any firm or concern have or has been placed on blacklist or holiday list declared by Indian Oil Corporation Ltd. or its Administrative Ministry (presently the Ministry of Petroleum & Natural Gas), except as indicated below : (Here give particulars of blacklisting or holiday listing and in the absence thereof state "NIL")

In the case of Company: We hereby declare that we have not been placed on any holiday list or black list declared by Indian Oil Corporation Ltd. or its Administrative Ministry (presently the Ministry of Petroleum and Natural Gas), except as indicated below: (Here give particulars of black listing or holiday listing and in the absence thereof state "NIL") It is understood that if this declaration is found to be false in any particular, Indian Oil Corporation Ltd 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 : Date :

Signature of Bidder:

Name of Signatory:

53

ANNEXURE-XIV DECLARATION BY THE TENDERER(S)

We _______________________ (Name of the Tenderer) hereby represent that we have fully read and understood the tender requirements and accept all the terms and conditions of the tender, including the GCC (General Conditions of Contract) and SCC (Special Conditions of Contract),except for the ones mentioned in the Exceptions and Deviations statement as per Annexure-II. Our offer is in confirmation to all the terms and conditions of the tender. In the event of award of contract to us, the complete tender document shall be considered for constitution of Contract Agreement.

SIGNED FOR AND ON BEHALF OF TENDERER(S) Name of Tenderer(s) Seal & Signature of Tenderer : Date : _________ PLACE:

NOTE: This declaration should be signed by the Tenderer's authorized representative who is signing the Bid.

54

ANNEXURE-XV
SERVICE TAX DETAILS

Bidder shall submit scanned copy of certificate containing Service Tax Registration Number(If applicable). The bidder shall also furnish the following information alongwith the bid with regard to Service Tax.

Type of Service as per Finance Act Relevant Normal rate Availment of 1994 provision of the of Service any exemption Finance Act Tax / abetment 1994 under which service is falling Supply(If applicable mark -) Services(If applicable mark -) Composite items(If otherwise mark -) otherwise otherwise applicable

Rate of Service tax under abetment scheme.

Place : Date :

Signature of Bidder:

Name of Signatory:

Companys Seal

55

ANNEXURE-XVI
DECLARATION OF VAT VAT would be applicable for intra-state supplies only in this tender. Bidders who are considering VAT in the supply item price may indicate (item wise for items relating to supplies portion of SOR) the details of VAT (in percentage only) in following format and submit along with technical part of bid.

S. No.

ITEM DETAILS ALONG WITH REFERENCE

PERCENTAGE OF VAT CONSIDERED IN QUOTED RATE

REMARKS

(SEAL & SIGNATURE OF BIDDER)

NOTE: The bidder will have to furnish to the owner, taxable invoices as per VAT laws for all such items as referred above for enabling the Owner to take credit of VAT.

56

ANNEXURE_XVII

Reference table on service tax composite part with abatement

Sl no

Taxable portion of total value of contract (%)

1 2

100 40

Effective rate of service tax including cess and HSEC (%) 12.36 4.944

Applicable services

70

8.652

60

7.416

40

4.944

25

3.09

For all type of composite contract which is not covered under any of the following categories For all type of new constructions, additions or alteration jobs, erection commissioning or installation of plant, machinery or equipment or structure where service provider is not availing CENVAT credit on inputs Maintenance of machinery, equipment or appliances, software where service provider is not availing CENVAT credit on inputs Repair and maintenance of immovable property, outdoor catering contract etc where service provider is not availing CENVAT on inputs. Renting of motor vehicle where the contractor is not availing CENVAT credit on inputs, input services and capital goods and there is no separate reimbursement on account of fuel. In other cases serial(1) is applicable For GTA service CENVAT credit is not availed by the service provider on the input, capital goods and input services

Note: 1) Above abatement has been attached as a reference table only and in case of dispute service tax as per latest Act will prevail. Normal present service tax rate w.e.f 01.04.2012 is 12.36% on applicable services and nil on supply. 2) Bidders are requested to ascertain the applicable effective rate of service tax applicable on the quoted price on this job and the same shall be used in evaluation of bids.

57

You might also like