You are on page 1of 70

Indian Oil Corporation Limited

Marketing Division,
Regional Contract Cell,
Southern Regional Office,
th
8 Level, “IndianOil Bhavan”
No. 139, Uttamar Gandhi Salai,
Chennai – 600 034

TECHNICAL/ COMMERCIAL CUM PRICE BID


Name of work : DEVELOPMENT NRO AT HYDERABAD
KNOWLEDGE CITY, MADHAPUR TO
GACHIBOWLI, RANGA REDDY DIST,
SECUNDERABAD DIVISIONAL OFFICE,
TAPSO
Tender No. : SRCC/LT/133/TAPSO/2019-20

E-Tender ID : 2019_SROTN_106568_1

EMD : Rs. 1,96,460

TYPE OF TENDER : SINGLE BID

DUE ON : 30.10.2019 at 15:00 hrs


TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
1 of 63
SECUNDERABAD DIVISIONAL OFFICE, TAPSO

LIST OF DOCUMENTS AND THEIR SUBMISSION


(ALL DOCUMENTS SHALL FORM PART OF THE CONTRACT)

SN. DESCRIPTION PAGE NO MODE OF SUBMISSION

TECHNICAL BID TO BE DIGITALLY SIGNED AND UPLOADED

AUDITED BALANCE SHEET FOR PRECEEDING THREE


TO BE DIGITALLY SIGNED AND UPLOADED
FINANCIAL YEARS(i.e., 2015 – 16, 2016 – 17 & 2017 - 18)

1. NOTICE INVITING E TENDER 2-6

2. LIST OF DOCUMENTS 7–9

3. SPECIAL TERMS AND CONDITIONS 10 – 32

4. LED SPECIFICATIONS 33 – 37

5. FLEXIBLE PIPE SPECIFICATIONS 38 – 39

5. DECLARATIONS & FORMATS 40 - 48

6. LIST OF APPROVED MAKES 49 - 50

7. CONSTRUCTION SAFETY CHECKLIST FOR ROS 56 - 58

8. DO’S & DON’TS FOR RO CONSTRUCTION 59 - 60

9. INDEMNITY BOND AND DECLARATION 61 – 63

10. PERFORMANCE BG FORMAT(LED) 64-69

11. PURCHASE REQUESTITION(DETAILED BOQ) 33 PAGES

GENERAL CONDITIONS OF CONTRACT WITH


COVER PAGE AND INDEX STANDARD IOC GCC & APPENDIX-III FORMING PART OF GCC,
STANDARD DRAWINGS AND IOC SPECIFICATIONS FORMING
PART OF EMPANELMENT CONTRACT ISSUED AND SIGNED AND
APPENDIX –III (SAFETY PRACTICES DURING ACCEPTED PART OF EMPANELMENT ACCEPTANCE WILL FORM
CONSTRUCTION) PART OF THIS TENDER. TENDERERS CAN GIVE AN
ACCEPTANCE FOR THE SAME IN THEIR LETTERHEAD.THIS
WILL FORM PART OF THE TENDER.
CIVIL SPECS, MECHANICAL SPECS &
ELECTRICAL SPECS
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
2 of 69
SECUNDERABAD DIVISIONAL OFFICE, TAPSO

NOTICE INVITING E-TENDER

Indian Oil Corporation Limited invites electronic bids through its website
https://iocletenders.nic.in under single bid system for the work as detailed below from
empanelled/approved bidders as stated hereunder.

: SRCC/LT/133/TAPSO/2019-20
1 TENDER NO.
: 2019_SROTN_106568_1
2 E-Tender ID
: DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,
3 NAME OF WORK
MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, SECUNDERABAD
DIVISIONAL OFFICE, TAPSO
: HYDERABAD KNOWLEDGE CITY, MADHAPUR TO GACHIBOWLI,
4 LOCATION OF WORK
RANGA REDDY DIST
: Rs. 1,96,45,925.09 (including GST @ 18%)
5 ESTIMATED VALUE OF
WORK
: Nil
6 TENDER FEE
Bidders are required to download the tender documents free
of cost from IOCL e-tender website
(https://iocletenders.nic.in)
:
7 EARNEST MONEY
Rs. 1,96,460/-( Rs. One Lac Ninety Six Thousand Four
DEPOSIT
Hundred Sixty)
EMD should be deposited as detailed below :
 Tenderers who had paid PEMD against e – Tender ID :
2016_SROTN_36312_1 need to upload the PEMD
Receipt towards EMD exemption.
 Tenderers not paid PEMD against e – Tender ID :
2016_SROTN_36312_1 and claimed EMD exemption
need to upload valid EMD exemption certificate along
with the tender.
 Tenderers not paid PEMD against e – Tender ID :
2016_SROTN_36312_1 and not claimed EMD
exemption has to pay Online EMD through Net
Banking or NEFT/RTGS.
For detail about process of payment of online EMD, bidders
shall refer “Special Instructions to the Bidder (SITB) ” and “
FAQs - Online EMD Facility in IOCL e-Tendering ”
documents attached separately along with the tender.
Offline EMD payment through Demand Draft (DD),
Bankers Cheque (BC) and Swift Transfer shall not be
accepted.
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
3 of 69
SECUNDERABAD DIVISIONAL OFFICE, TAPSO

In case of Bank Guarantee, bidder will upload scanned


copy of BG as exemption document. Original BG shall
be sent by the bidders /bank to Tender Issuing
Authority as mentioned in the tender.

Original BG should reach to Tender Issuing Authority


within the tender due date and time of bid submission.
For the purpose of receipt of BG, the time recorded in
the receipt/DAK section against receipt shall also be
considered as receipt time.

Exemption from submission of EMD:


a. Parties registered with any of the following agencies/bodies
as per Public Procurement Policy for Micro & Small
Enterprises(MSE) Order 2012 are exempted categories from
payment of EMD provided that the registration certificate
issued by any one of these below mentioned agencies must be
valid as on close date of tender . Bidders who have applied for
registration or renewal of registration with any of these
agencies/bodies but have not obtained the valid certificate as
on close date of tender are not eligible for exemption.
i. District Industries Centre(DIC)
ii. Khadi and Village Industries Commission (KVIC)
iii. Khadi and Village Industries Board
iv. Coir Board
v. National Small Industries Corporation(NSIC)
vi. Directorate of Handicraft and Handloom
vii. Udyog Aadhar Memorandum (UAM)
viii. Any other body specified by Ministry of MSME
Note: Against UAM, copy of acknowledgement generated
online shall be acceptable
a. PSUs (Central & State) and JVs of IOCL. are exempted
from submission of EMD.

A copy of the EMD instrument or exemption certificate in case


of exempted categories shall 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 link.

Tenderers not paying EMD or not uploading valid


exemption certificate on or before tender submission date
and time will be summarily rejected.
8 TENDER DOWNLOAD PERIOD FROM e-TENDER PORTAL:
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
4 of 69
SECUNDERABAD DIVISIONAL OFFICE, TAPSO

a) Starts on : 18.10.2019 15:00 Hrs

b) Ends on : 30.10.2019 15:00 Hrs


9 NA
PRE BID MEETING :
10
SUBMISSION OF TENDER IN e-TENDER PORTAL:

a) Starts on : 18.10.2019 15:00 Hrs

b) Ends on : 30.10.2019 15:00 Hrs


11
DUE DATE FOR OPENING OF TENDER:
12
Opening of Tender 31.10.2019 15:00 Hrs
13
TENDER VALIDITY :
Offer shall be valid for 120 Days from date of opening of
technical bid. In case of requirement, IOCL may seek further
extension of the validity of the offer from the bidders.
14
WORK COMPLETION : 120 (One Hundred Twenty) Days from the 15th day from the
TIME date of issue of LOI/Work Order or actual handing over of the
site whichever is earlier.
15
MODE OF TENDER : You may please note that this is an e-Tender and can only be
SUBMISSION downloaded and submitted in the manner specified in
‘Special Instructions to bidders for participating in e-tender’
attached separately in this tender
16 Name : K. R. Karunakaran
CONTACT PERSON :
Designation : DGM(Contracts)
Contact No. : 044-28333795
Email-ID : krkarunakaran@indianoil.in
17. I. Jurisdiction - For the tenders invited by RCC-SRO at Chennai:

a) For disputes up to stage of LOA (Letter of Acceptance) - At all places in the GCC
enclosed with the tender document OWNER shall mean INDIAN OIL
CORPORATION LIMITED, MARKETING DIVISION, SOUTHERN REGIONAL OFFICE,
with its office at IndianOil Bhavan”, Regional Contract Cell, Southern Regional
Office, 8th Level, No. 139, Uttamar Gandhi Salai, Chennai – 600 034. The Court of
jurisdiction for all matters under the tender shall be at CHENNAI.

b) For disputes after LOA and during execution stage - At all places in the GCC
enclosed with the tender document OWNER shall mean INDIAN OIL
CORPORATION LIMITED, MARKETING DIVISION, TAPSO, with its office at
HYDERABAD. The Court of jurisdiction for all matters under the tender shall be
at HYDERABAD.
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
5 of 69
SECUNDERABAD DIVISIONAL OFFICE, TAPSO

Note:
1. In case EMD (if applicable) is submitted by way of BG (only amount more than Rs. 1
Lac) (as per the format issued by the Corporation), the validity of the same should
be 05 (FIVE) Months from date of opening of technical bid.

2. The Bank guarantee shall be arranged from nationalized / scheduled banks as per
the format prescribed by us for the purpose. A copy of the format is enclosed for
reference and guidance. The rating of bank sanctioning the BG should not fall below
the rating of ‘AA’ of CRISIL or equivalent (from other rating agency) during the tenor
of the BG. In case the rating falls below threshold level at any time during the tenor
of the BG, the party will arrange to replace the BG, at its own cost, through bank
acceptable to IOC.

3. Any Addendum/ Corrigendum/ Sale Date extension/ in respect of the above tender
shall be issued on our web-site: https://iocletenders.nic.in only and no separate
notification shall be issued in the press. Bidders are therefore requested to regularly
visit our web-site to keep themselves updated.

4. All parties are requested to start the submission process at least 4 hours prior to the
submission end date to avoid problem in submitting documents due to last minute
rush.

18. Important Notes:


1) We request you to submit your lowest quotation for the work contained in the tender. Your
offer complete in all respects must be uploaded in the prescribed manner on our E-
Tendering portal “https://iocletenders.nic.in” on or before the due date and time. Offline
submission is not available, and such documents will not be considered.

2) Bidders are requested to go through the “Bidders Manual Kit” available in the homepage of
the e-tendering portal i.e. https://iocletenders.nic.in to have a clear understanding of the
steps to be followed for bid submission. The “Bidders Manual kit” is for general reference
only and the tenderers have to abide by the terms and conditions of this tender.

3) Tenderers must note that Indian Oil will not be responsible for delay in submission of online
tender.

4) Tenderers must also note that before the bid is uploaded, the bid comprising of BOQ excel
sheet and an undertaking for acceptance of all terms and conditions of tender including all
corrigendum/addendum issued to be uploaded as token of their acceptance of all terms and
conditions of tender. Undertaking to be submitted as per attached format on letterhead in
cover one with description as “Undertaking by the tenderer” uploaded in E-Tendering
portal.

5) The tenders are advised to submit their quote as a percentage (+/ -) on the total amount
indicated in the price schedule. In case of tie between two or more bidders at L-1 position,
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
6 of 69
SECUNDERABAD DIVISIONAL OFFICE, TAPSO

all the L-1 bidders shall be asked to submit discount bid in terms of percentage discount
over previous quoted amount in a sealed envelope.

6) In case there is a tie again, the bidder with the highest turnover worked out to three
decimal points in any of the preceding three years 2016-17, 2017-18 & 2018-19 shall be
considered as L-1 bidder. The balance sheet copy MUST bear the M.No. of the authorized
Chartered Accountant and its SEAL.

7) Conditional offers are liable for rejection.

8) Any query with regard to non-issuance of the tender documents or rejection of the
tender may be forwarded to Mr. R. Sundareswaran, GM (Contract Cell) SR.
e-mail: sundareswaran@indianoil.in

General Manager (Contract Cell) SR


TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 7 of 69

LIST OF DOCUMENTS REQUIRED TO BE UPLOADED

1.0 GENERAL:

Following points to be noted by the tenderer and quote accordingly;

a) All required documents are to be submitted only with technical/ commercial bid.

b) No other extra documents should be attached with the technical/ commercial bid.

c) No documents/conditions should be attached with the price bid.

d) Corporation reserves the right for outright rejection of conditional bids.

e) Non-submission of all required documents or incomplete submission of any documents


may result in rejection of the tender.

2.0 ESSENTIAL DOCUMENTS: (as specified in NIT)

Following documents to be uploaded in the Technical/ Commercial Bid packet for


consideration of the offer:

2.1 EMD/ Exemption document:(if applicable)

a) Online EMD

b) A scanned copy of EMD details/ Exemption document.

c) For EMD exemption, the valid Registration document from MSME bodies.

d) For PSUs/ JVs of IOCL, a self-declaration letter to be uploaded in the portal.

e) Scanned Copy of Cash Receipt of Permanent EMD (if applicable), issued by IOC.

f) Scanned copy of BG (if applicable).

Note:
i. Requests for adjustment of pending payments towards EMD/ Tender Fee shall not
be entertained.
ii. It is not mandatory to submit copy document from MSME bodies, in tender box.

2.2 Power of Attorney (in favour of tender Signatory on Rs. 300/- stamp paper)/ Board
resolution (as applicable) in favour of Tender Signing authority
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 8 of 69

Power of Attorney:
Authority of the person uploading the bids with his DSC shall be required to be
submitted in the bids. Document required showing the authority of the person
uploading & submitting the bid with his Digital Signature Certificate shall be as
given in the following table.

In case of Proprietary  If the bid is submitted by the proprietor, no POA


Concern required. However, he will upload undertaking certifying
that he is sole proprietor.
 If the bid is submitted by person other than proprietor,
POA authorizing the person to submit bid on behalf of
the concern.
In case of Company  Certified copy of Board Resolution authorising the
person submitting the bid on behalf of the
company.
OR
 POA and the supporting Board Resolution
authorising the person submitting the bid on behalf
of the company.
In case of Partnership POA along with Deed of Partnership / LLP Agreement.
Firm/LLP
In case of Co- Copy of resolution passed as per Society Rules.
Operative Society

2.3 The “Under taking towards documents submission” to be submitted on the Letter Head
of the Bidder as token of acceptance of all terms and conditions, tender specifications
etc. in lieu of resubmission of the tender document.

2.4 Undertaking towards tender not tampered.

2.5 Standard declarations (A,B,C,D & Holiday / Black listing).

2.6 Price Bid documents of the tender, after duly quoting the tenderer’s lowest price (to
be uploaded in the price bid packet).

3.0 OTHER DOCUMENTS:

Following copy of documents to be uploaded with the Technical/ Commercial Bid;

a) Undertaking for non-engagement of child labour.

b) Safety Declaration.

c) All Corrigendum, if applicable


TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 9 of 69

4.0 TENDER REJECTION:

The TENDER SHALL STAND SUMMARILY REJECTED inter-alia on following grounds:

a) Non-submission of EMD instrument (or) document towards exemption, if claimed.


b) If any tenderer submits more than one bid.
c) Tenderer not meeting tender qualifying parameters norms as specified in NIT.
d) Non-withdrawal of conditions imposed in tender document & conditions imposed
during negotiations.
e) Tenderer submitting fabricated/ false/ forged documents for the tender.
f) Is holiday listed or blacklisted as on date of opening of tender. Tenderer put on
holiday list during pendency of this tender.

5.0 TO BE FURNISHED/ UPLOADED AS BELOW:

Following documents to be uploaded with the Technical/ Commercial Bid;

a) ON LETTER-HEAD:
Form of tender, Undertaking towards documents submission & Undertaking towards
Tender not tampered is to be taken prints on the tenderers’ letter head, filled, signed
and uploaded.

b) ON PLAIN PAPER:
EMD particulars/ Declarations/ Undertakings are to be taken prints on plain papers,
filled, signed and uploaded.

***********
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 10 of 69

SPECIAL TERMS & CONDITIONS OF TENDER

1. 0 GENERAL:

1.1 PARTY/ CONTRACTOR: Whenever the term ‘Party/Contractor is used the same shall
mean “Successful Tenderer”.

1.2 COMPLIANCE OF SAFETY CODE: Following clause is also included in the General
Conditions of Contract (GCC), which forms part of this tender / contract, under Section-10
(Safety Code).

Penalty for non-compliance:


a. Violation of applicable Safety. Health and Environment related norm, a penalty of
Rs.5,000/- per occasion.

b. Violation as above resulting in:

i. Any physical injury, a penalty of 0.5% of the contract value (maximum of Rs.2,00,000/-) per
injury in addition to Rs.5,000/- as in item 1.

ii. Fatal accident a penalty of 1% of the contract value (maximum of Rs.10,00,000/-) per
fatality in addition to Rs. 5,000/- as in item 1.

The aforesaid penalty clause is over and above the applicable statutory requirements.

1.3 ORDER OF PRECEDENCE: In case of contradictions between Indian Standards, General


conditions of contract, Special conditions of contract, item wise description of works etc, the
following shall prevail in order of precedence.

1. NIT
2. Formal contract
3. Acceptance of tender
4. Item wise description of work
5. Price schedule annexed to work order
6. Special terms & conditions of contract
7. General conditions of contract
8. Instructions to tenderers

2.0 NATURE, SCOPE & LOCATION OF WORK:

The Work Under this tender comprises DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,
MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, SECUNDERABAD DIVISIONAL OFFICE, TAPSO.
Scope of works includes works mentioned in detailed BOQ as per the work descriptions &
specifications and drawings.
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 11 of 69

3.0 The estimated quantum of work is given in the Price Schedule. Please note that this is
the estimated quantum of work and payment will be based on actual measurement of works
executed at site as per requirement.

4.0 EARNEST MONEY DEPOSIT (EMD):

4.1 Tenderers are required to submit an EMD in online in e-tender portal.

4.2 Tenders received without EMD shall be rejected outright.

a) Firms registered as per MSME Act 2006 (erstwhile NSIC registered parties), PSU’s (Central &
State) and JV’s of IOCL are exempt from payment of EMD. The MSME parties must note that
the certificate issued to them shall be valid on the date of tender opening and the certificate
contains the items tendered as mentioned in price schedule. Tenderers are also required to
note that no exemption other than EMD will be given to MSME parties.

4.5 Tenderers may note that the EMD shall be forfeited in case of any of the following
situations:

Canvassing of information or submission of false/ forged documents/ information by


tenderers.
Backing out after placement of work order.

Failure to deposit or furnish requisite ISD/ SD as specified in the work order

4.6 Firms registered as per MSME Act 2006 (erstwhile NSIC registered parties), PSU’s (Central
& State) and JV’s of IOCL are exempt from payment of EMD. THE MSME parties must note that
the certificate issued to them shall be valid on the date of tender opening and the certificate
contains the items tendered as mentioned in price schedule. Tenderers are also required to
note that no exemption other than EMD will be given to MSME parties.

5.0 EVALUATION OF TENDERS:

5.1 The tenders are advised to submit their quote as a percentage (+/ -) on the total amount
indicated in the price schedule. In case of tie between two or more bidders at L-1 position,
all the L-1 bidders shall be asked to submit discount bid in terms of percentage discount over
previous quoted amount in a sealed envelope.

In case there is a tie again, the bidder with the highest turnover worked out to three decimal
points in any of the preceding three years(FY 2016-17, 2017-18 & 2018-19), shall be considered
and the bidder is selected as L1.
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 12 of 69

Provisional statement will not be considered. Unaudited balance sheet / profit and loss
statements will not be considered.

5.2 The Tenderers must note that the rate in terms of percentage must be submitted limited to 3
decimal places. In case the rates in terms of percentage is quoted to more than 3 decimal
places, then the offer shall be worked out to the first 3 decimal places without rounding off.

5.3 For execution of the subject work, (1) One contractor will be selected. “Negotiations will not
be conducted with the bidders as a matter of routine. However, the Corporation reserves the
right to conduct negotiations”.

6.0 PLACEMENT OF WORK ORDER:


6.1 On finalization of tender, detailed work order in duplicate shall be released to the successful
tenderer. The Successful Tenderers shall arrange to submit Initial Security Deposit of Two
and one half percent of the Total Contract value or Full Security Deposit of Ten percent of
Total Contract Value within a period of TEN DAYS from date of DETAILED WORK ORDER.
(Please refer Clause 1.9.5 below in this regard). SD by BG shall be in prescribed format
enclosed with Work Order and on requisite value stamp paper as per Stamp Duty Act for
Telangana State (format enclosed as Annexure).
6.2 Second copy of work order along with all enclosures signed with the office seal on all pages
and all agreements/ISD/ declaration shall be submitted to our office within TEN DAYS from
date of LOI/work order.

6.3 On receipt of Initial Security Deposit or Total Security Deposit as above, and compliance of all
requirements as stipulated in Work Order, site will be handed over by the concerned
Divisional Engineer.
6.4 The Contractor shall digitally sign on all the pages of the TENDER DOCUMENTS including the
following re-confirming having studied, understood and quoted accordingly :
Tender covering letter
Special Terms & Conditions of Contract
Price Schedule including offer page
Item wise description of work (as per Item Code on second column of price schedule)
General Conditions of Contract
Working Drawings Set I – Site specific
Standard Drawings – RO Construction
IOC Civil works Specifications
List of Approved makes
QAP and formats for record – RO Construction

7.0 SECURITY DEPOSIT: As per Section 2, clause 2.1.1.0 of the GCC, the successful tenderer
shall pay security deposit OR initial security deposit up on placement of work order .
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 13 of 69

7.1 In case of Initial security deposit: The successful tenderer within 10 days of receipt of
acceptance of tender issued by owner shall deposit initial security deposit in an amount equal
to 2.5% (Two and a half percent) of the total work order value in any of the following modes.

a.Crossed Demand draft/ Pay order/ Bankers Cheque drawn on a nationalized/ scheduled
bank drawn in favour of Indian Oil Corporation Limited payable at Hyderabad. (Cheques shall
not be accepted)
If the EMD has been made in DD, the contractor may be permitted to adjust the same towards
the initial security deposit and pay balance in the manner stipulated in (a) above.
b. Balance security deposit will be recovered at the rate of 10% of gross certified value of
work from incoming running bills till such time entire security deposit is recovered.
c. Bank Guarantee is permitted if the value of ISD amount is more than Rs 1 Lac.

7.2 In case of SECURITY DEPOSIT:


Either by DD or BANK GUARANTEE (BG Only if the quantum of security deposit is in excess of
Rs. 1,00,000/-):

Entire amount of security deposit (worked out on the basis of work order value) should be
covered by BG as per the format issued by the Corporation and should be submitted prior to
commencement of work. The BG will be valid for a period of 3 months beyond the end of
defects liability period (12 months from the date of successful completion of works as per
contract) i.e. BG towards SD should be initially valid for a period of 17 months [ 2 months
completion time + 12 months defect liability + 3 months]. This BG shall be submitted directly
by the bankers under their covering letter to the office of the Corporation in a sealed cover.

The SD will be held for a period of 12 months from the date of successful completion of works
as per contract.

7.3 The security deposit collected as per the terms shall be released after a period of 12
months from the date of completion of works subject to the relevant clauses of the GCC. The
SD shall not carry any interest.

7.4 In case the tenderer does not accept the work order and complete the formalities of work
order acceptance along with submission of Security deposit within stipulated time of 15 days
then, Corporation shall reserve the right to cancel the work order awarded and forfeit the
EMD.
7.5 Security Deposit for LED Work:
The Supply of LED fittings shall be covered by following minimum warranty from the date
of supply of the fittings:
a) 60 Months warranty for Indoor & Outdoor commercial / Industrial complete luminaries
including LED.
b) 24 Months for LED Bulbs, Domestic or Decorative Luminaries including LEDs.
c) Defect liability period, for which 10% Security Deposit / Performance Bank Guarantee
shall be held toward performance as per following details.
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 14 of 69

i) 5 Years in case of Indoor & Outdoor commercial / Industrial complete luminaries


including LED.
ii) 2 Years in case of LED Bulbs, Domestic or Decorative Luminaries including LEDs.
iii) In case of composite tender which includes LED also the above mentioned
defect liability period and performance BG of 10% will be for the LED part of the
tender and for other works it will be as per existing guideline in practice i.e. for 1
Year.
8.0 VALIDITY OF OFFER : Tender offer shall be valid for a period of 4 months(120 days) from
the date of opening of tender for consideration. IOC reserves the right to place work order at
anytime within 4 months from date of opening of tender. Once work order is placed the rates
shall remain firm till completion of entire work in all respects.
9.0 FIRM PRICE: Once the offer is accepted and agreement executed, the rate shall be valid
till the completion of work in all respects and no escalation whatsoever will be entertained
due to extension of time on any grounds. Similarly no variations or reimbursement shall be
entertained due to revision in statutory tax or levies imposed by governments of state or
center. GST at actual shall be paid as per prevailing rates at the time of payment.
10.0 MOBILISATION ADVANCE: No mobilization advance shall be given for this work.
Mobilization clause, mentioned in the GCC, shall not be valid for this tender.
11.0 GCC – DELETION / MODIFICATION OF CLAUSE:
These Special terms and conditions shall be read in conjunction with the General term &
Conditions (GCC) of Contract. Following clauses forming part of the GCC issued along with the
tender are deleted / modified:
a. Deleted – Clause 2.6.1.0, 2.6.2.0, 4.5.0.0
b. Deleted – 3.0 of Instruction to tenders
c. Deleted – GCC contains provisions for arbitration and alternative dispute resolution
machinery under section 9, which stands deleted. Further, the reference to arbitration and
alternative dispute resolution machinery provision contained in any other term & condition in
GCC, which may be general or special in nature shall also stand deleted to the extent they
said contents are applicable to the arbitration provisions.
d. Modified – In partial modification of clause 4.4.0.0 of GCC, price adjustment for delay in
completion shall be deducted at applicable percentage from RA bills, on cumulative value of
works done up to the concerned RA bill. However, in cases of abandonment of site /
termination, price adjustment for delay shall be applied in line with GCC clause 7.0.9.0 on
the Total Contract Value as specified in the Acceptance of Tender.

12.0 QUOTED RATES :


12.1 Schedule of rates shall be read with work description, relevant Specifications,
Instructions to Tenderers, Particular Conditions of Contract, Works Contract Agreement and
other Special Terms and Conditions including relevant drawings.

12.2 Parties are required to make prior visit to the sites and quote accordingly. The price
quoted by the tenderer shall remain firm for the entire duration of the Contract till
completion of work. The rates quoted shall be inclusive of all materials, labour, Building Cess
and other levies, packing, forwarding and transportation charges on materials & machinery,
all leads and lifts, hire charges, insurance coverage etc., wherever as applicable and no
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 15 of 69

separate payment will be made for the same however only Goods and Service Tax (GST) will
be paid extra as per the prevailing rates at the time of payment.

12.3 The Contractor will have to execute the work in accordance with the drawings,
Technical specifications and other conditions laid down in the Work Order documents and
issued from time to time as well as to the full satisfaction of the Corporation/Consultants.
The drawings accompanying the Work Order are indicative in nature.

12.4 The rates quoted by the tenderer in the schedule of rates will be deemed to be for the
finished work and shall also include all charges for testing of materials, assisting taking joint
measurements, all safety related requirements in connection with execution of works
included in the schedule.

12.5 Any additional item if required to be operated, prior approval to be obtained from IOCL .
For the additional items operated which are available in SOR. The additional item rate
available in SOR shall be paid on quoted price(+/-). For the additional items operated which
are not available in SOR. Rate analysis to be submitted for approval based on the market
rates. The additional items rate not available in SOR shall be paid on the rate analysis only
and not on quoted price (+/-).

12.6 The rates once accepted shall remain unchanged till the expiry of Contract and no
request for revision of rates shall be entertained from the successful tenderer for any reason.

12.7 The Corporation reserves the right to accept the whole or any part of the tender
received and the Contractor shall be bound to perform the same at the quoted rate.

12.8 Making of any cut / opening for electrical wiring/ fitting in masonry work etc. and proper
finishing of the masonry surface is deemed to be included in the work and shall not be paid
extra.

12.9 All materials supplied by the Contractor shall be of best quality and shall be got
approved by the Site Engineer before use.

12.10 Unless otherwise provided in the description of various items of work, the rates
tendered by the Contractor shall be for complete items of work covering all liabilities,
obligations and risk arising out of the conditions of contract and carrying the work in part(s)
or under/across/along pipes, cables drains etc complete and shall apply to all heights,
depths, leads and lifts. No extra charges whatsoever consequent on any misunderstanding or
otherwise shall be allowed. All materials required for the entire work unless specifically
mentioned in rate schedule shall be supplied by Contractor.

12.11 Any damage caused to the existing work including finished work by the Contractor
while executing the work shall be made good by the Contractor at his own cost.

12.12 Payment to the Contractor shall be made for the actual quantity of work measured at
the site at the rates agreed. All the items of work given in the schedule of rates shall be
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 16 of 69

executed strictly in accordance with the relevant approved drawings, item wise description
work, specifications and instructions of Site Engineer.

12.13 The quoted prices for items shall include all accessories, consumables, spares etc as
required, whether specifically mentioned in the item or not, to make the item complete in all
respects compatible with other related /associated items and fully functional.

12.14 Loading, transporting, unloading, handling / double handling, hoisting to all levels,
setting, fittings and fixing in position protecting, disposal of debris and other labour necessary
in and for job in accordance with the Contract documents, good practice and recognized
principles shall be responsibility of the Contractor.

12.15 All hardware / fasteners and other components shall function smoothly without any
friction or crack when fixed in position.

12.16 Wherever any specified capacity of equipment/ fixture, thickness of material or size of
section is not available, the next higher available capacity, size or thickness is to be provided
without any extra cost.

12.17 Plans, drawings, and other information forming part of the tender documents shall
constitute only a general guidance to enable the Tenderer to visualize the work and/or
supplies contemplated under the Contract. These have been prepared and released in good
faith on the basis of information available to the OWNER. IOC assumes no responsibility as to
the correctness thereof and the Tenderer is expected prior to submission of offer to have
undertaken a complete and independent survey and to have made his own study of all factors
relevant to the performance of the work or making the supplies.

12.18 Should there be any doubt or ambiguity in the interpretation of the Tender Documents
or error, omission or contradiction therein or any of them the Tenderer shall sufficiently in
advance prior to submission of offer, apply in writing to IOC the Engineer-in-Charge for
clarification or resolution of the doubt, ambiguity or contradiction or correction of the error
or omission as the case may be. Should the Tenderer fail to apply to IOC for decision as
aforesaid, the Tenderer shall, if awarded the work perform the said work at their own risk
and the provisions relevant clauses of General Conditions of Contract shall apply to any such
work performed by the CONTRACTOR.

a) ACTION WHERE THERE IS NO SPECIFICATIONS:

In case of any class of work for which no specifications is mentioned, the same shall be
carried out in accordance with the latest Bureau of Indian Standards specifications subject to
the approval of the Corporation.

b) APPLICABILITY OF IS CODES :
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 17 of 69

It shall be the responsibility of Contractor to ensure correctness of applicable IS code and


conformity of material, equipment, makes, workmanship, testing etc to IS codes and
standards.

13.0 COMMENCEMENT OF WORK AND REFUSALS :

13.1 The Contractor shall have to start the work within 10 days from the date of issuance of
commencement order or the actual date of handing over, whichever is earlier, failing which
price adjustment shall be done as per provisions of clause No.4.4.0.0 of General Conditions of
Contract.

13.2 It shall be noted that for the purpose of price adjustments for delay in completion,
completion time, extension, delay and the time of commencement shall be calculated
separately for each RO and not on the entire work order value in case multiple ROs are
covered in the same tender.

13.3 If the Contractor accept the work order does not start the work by the above stated
period and if the Corporation is not satisfied with the reason for not starting the work in time
or if Contractor refuses to carry out the work due to any other reason, the Corporation can
cancel that work order by giving a Registered Notice after the expiry of the specified period
as per the order and the same work shall be carried out by any other Contractor at the entire
risk and cost of original Contractor.
13.4 In the event of such cancellation, the ISD/SD for the subject work will be forfeited
and the empanelment of the contractor in all categories shall be cancelled forthwith,
without any further intimation to the contractor. In addition the Corporation also
reserves the right to holiday list the contractor in the event of such default.

14.0 HANDING OVER OF SITE BY CORPORATION:


The site will be handed over to the party on “as is where is” basis.
Any bushes/vegetation etc. required to be cut during the start/ course of the work shall be
done by the party and no separate payment shall be made for the same.

15.0 COMPLETION SCHEDULE :

15.1 The entire work of DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY, MADHAPUR TO
GACHIBOWLI, RANGA REDDY DIST, SECUNDERABAD DIVISIONAL OFFICE, TAPSO including all items
of work specified in the price schedule shall be completed within 120 days from the date of
handing over the site, which will be taken as 10th day from the date of LOI/Work Order or the
actual date of handing over which ever is earlier, failing which price adjustment shall be
made as mentioned below:

In partial modification of clause 4.4.0.0 of GCC, Price adjustment for delay in completion
shall be deducted at applicable percentage from RA Bills, on cumulative value of works
done up to the concerned RA Bill. However, in case of abandonment of site/termination,
price adjustment for delay shall be applied in line with GCC clause 7.0.9.0 on total
contract value as specified in Acceptance of tender.
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 18 of 69

15.2 The Contractor shall submit within 10 days of the receipt of detailed work order, a
detailed construction programme mutually agreed by the Corporation and the Contractor
giving the complete schedule of executing the work. The programme thus submitted shall
shall be binding on the Contractor. However, the Corporation reserves the right to alter the
programme if necessary. No claim whatsoever of the Contractor on this account, shall be
entertained. All works intimated by the Corporation shall have to be carried out at the
quoted rates irrespective of Contractor’s schedule for completing the works.

15.3 In case of failure to adhere to the time limit or if the pace of progress is not satisfactory,
the Corporation will be at liberty to terminate the contract and get the works executed by an
alternate agency at the risk and cost of the Contractor. No claims on account of loss in profits
on this or on any other grounds shall be entertained.

15.4 SITE ORGANISATION & WORKING HOURS

15.4.1 Adequate technical man power and site organization should be provided by the
Contractor during execution of the works. The Corporation reserves the right to ask for
replacement/enhancement in the site organization depending upon the progress of the work
and Contractor shall agree to abide by them.

15.4.2 The time limit for completion of the work is determined depending upon the nature of
jobs and site conditions etc. and the stipulated time of completion shall be strictly adhered
to, failing which price adjustments shall be made as mentioned below:

In partial modification of clause 4.4.0.0 of GCC, Price adjustment for delay in completion
shall be deducted at applicable percentage from RA Bills, on cumulative value of works
done up to the concerned RA Bill. However, in case of abandonment of site/termination,
price adjustment for delay shall be applied in line with GCC clause 7.0.9.0 on total
contract value as specified in Acceptance of tender.

15.4.3 Depending upon the requirement, with the concurrence of Site Engineer, the
Contractor may be permitted to work beyond the normal working hours to the extent of round
the clock and holidays also for which no extra claim would be entertained. A prior notice will
be required from the Contractor for nighttime working. In the event of nighttime working, the
Contractor shall provide and maintain at his own cost sufficient lights and Security Personnel,
if so required, to enable the work to proceed satisfactory without hindrance.

15.4.4 Similarly, if the Contractors required to work on holidays or extended hours to


complete the work within time schedule, a prior notice will have to be given to the
Corporation and no claims regarding payment of overtime etc will be entertained by the
Corporation.

15.4.5 The progress of work shall be proportionate to time of completion and amount of
order. If at any stage the progress is found to be below the schedule, the Corporation will
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 19 of 69

have option to cancel the work order and get the balance work executed from other agencies
at the risk, cost and consequences of the Contractor.

15.4.6 After issuance of the work order, under some special circumstances, the Corporation
may advise postponement of commencement date or to carry out the work in stages, in which
case the time of completion shall be extended suitably depending upon the actual
delay/interruptions caused. The Corporation will not however be liable under any
circumstances for payment of compensations of any nature to the Contractor for such delay
or interruptions.

15.4.7 If the Contractor fails to complete work within the completion period, does not show
sufficient progress as per schedule fixed for completion of the work, the Corporation can
terminate the contract by giving sufficient notice by a Registered Letter and get the full or
remaining job done through any other Contractor at even higher rate than the Order Rates
and recover the difference from the Contractors’ pending bill/security deposit. If the work is
done through any other Contractor at the same rate the Corporation shall in that event forfeit
party’s initial EMD/SD for a particular state office/Category.
15.4.8 The Contractor, if they so desire, can make an application sufficiently in advance
before the completion time, if they anticipate any obstacle/ hindrances in completion of
their work, before the schedule date of completion. The Corporation however shall not be
bound to give any extension of time if the delay is on the part of the Contractor.
15.4.9 Acceptance of facility/facilities by the Corporation does not constitute final
completion of the contract. The contract shall be deemed to be executed in full and final
measurement certified only when the Contractor has fully discharged all his obligations in
terms of all the contract documents.

16.0 PROGRESS MEETINGS:


During the progress of the work, progress review meetings will be held at regular intervals in
the Corporation’s office/ site. The Contractor shall be represented by a competent officer
who shall be qualified to accept instructions and take decisions on behalf of the Contractor.
The Contractors are required to advise the Corporation every month on the progress of works
as per the standard format.

17.0 SCOPE OF WORK:

17.1 The scope of work is as detailed in the schedule of rates, Item wise detailed description
of work, enclosed drawings and technical specifications enclosed.

17.2 The work described in the specifications and other Work Order documents along with
their various elements to be supplied and erected by the Contractor shall be complete with
all components and accessories which are necessary, or are usual for their efficient
performance and satisfactory maintenance. Such works shall be deemed to be within the
scope of the Contract, whether specifically included or not in the schedule. All material and
workmanship shall be best of its particular kind.

18.0 POWER / WATER:


TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 20 of 69

IOC will not make available electrical power / water, required for the job. The contractor
should make their own arrangements at their cost for required power / Diesel Generator sets
and water for all leads and lifts for completion of works within stipulated time limit. No delay
shall be entertained on account of non-availability of water or power supply. Electrical work
shall be carried out through licensed electrical personnel only.

19.0 TERMS OF PAYMENT:


19.1 The following payment terms shall apply for this tender:

19.1.1. CIVIL WORKS:


A. Upto 95% of the item rate on completion of each item in RA Bills
B. Balance 5% on completion of all works and in final bill.

19.1.2 TANK WORKS:


A. 60% of the item rate on completion of tank installation, hydro testing & sand filling.
B. 30% of the item rate on completion of top slab.
C. 5% of the item rate on commissioning of tank, provision of tank manhole covers and in final
bill.
D. 5% of the item rate on completion of all works & in final bill.

19.1.3 EQUIPMENTS LIKE COMPRESSOR, DAG , SUBMERSIBLE PUMP ETC & ITEMS LIKE YARD
LIGHT ETC.
A. Upto 80% of the item rate on supply of equipment/ items to site including test certificates
B. 15% After installation & grouting of equipment
C. Balance 5% on completion of all works & in final bill

19.1.4 ELECTRICAL & PIPELINE WORKS


A. 60% of the item rate on supply of items to site
B. 35% of the item rate on installation of items
C. Balance 5% on completion of all works & in final bill.

19.1.5 CANOPY WORK


a. 60% of item rate quoted on supply to site. The structural items supplied to site must be in
prefabricated condition and in readiness for erection.
b. 35% of item rate quoted on completion of erection.
c. Balance 5% on completion of all works and in the final bill.

19.2 Submission of Bills: The Contractor is required to submit the bills in the standard
Performa of the Corporation only.

19.3 E-PAYMENT SYSTEM : To enable quick release of payments, Corporation has implemented
SYSTEM OF PAYMENTS THROUGH EFTT/RTGS/ INTERNET. Tenderer is required to positively
furnish Particulars of their Bank Account in prescribed format enclosed with Tender
(Annexure A of Special Terms and Conditions).
20.0 SAFE CUSTODY AND STORAGE:
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 21 of 69

Contractor shall make necessary arrangements for the safe custody of their materials and the
Corporation shall in no case be responsible for any loss or damage to the same. Any temporary
structure if allowed to be erected by the Corporation for the purpose shall be demolished and
removed on completion of works. Further, safe custody of all machinery and equipment used
by the Contractor for the work shall be their sole responsibility. They shall therefore employ
sufficient staff for watch and ward at their expenses if felt necessary.

21.0 WORKS BY OTHER CONTRACTORS / NON HINDRANCE TO SALES:


Along with the works covered under this contract other works shall be carried
simultaneously by other Contractors. The Contractor shall extend full co-operation to
the Contractors and the works, shall be carried out in such a way as not to affect the
progress of the project. Any damage caused to other works shall be rectified by the
Contractor at their entire risk and cost. The works are to be carried out at functioning
petrol pumps and suitable safety precautions, as advised, will have to be taken by the
Contractor. The Contractor will be fully responsible for implementation of all
precautionary measures and for ensuring safety of all structures till the work is
completed in all respects. The working of the Contractor should cause minimum
hindrance to the sales activity of the petrol pump.

22.0 DAMAGE TO EXISTING FACILITIES:


Any damage caused to the existing facilities while carrying out the work shall be made good
by the Contractor to the entire satisfaction of the Corporation at his own risk and cost.

23.0 FORCE MAJEURE:


The term “Force majeure” as employed in the contract shall mean declared civil war, tidal
waves, fire, major flood, earthquakes (above 7 magnitude on Richter scale), damage from
aircraft, nuclear fission, riots, (other than among the Contractor’s employees), lightening and
other such causes over which the Contractor has no control and are accepted as such by
Corporation whose decision shall be final and binding. Delays resulting from such reasons shall
extend the time for completion for the work and commencement of free maintenance period
without any financial obligation of any kind from either side.

24.0 Insurance Policy :

Contractor to obtain necessary Insurance to cover any accident in line with General
Conditions of Contract .

25.0 ESIC Registration:

The Contractor shall enforce the provision of ESI Act/ scheme and other Acts/ Scheme
with regard to this contract and shall fulfill other obligations/ requirements of the
Act/Scheme for proper compliance as may be directed by the ESI Authorities or the
Corporation. The successful contractor also needs to obtain applicable registration in
this regard.
26.0.REMOVAL OF DEBRIS:
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 22 of 69

Contractor shall arrange to dispose off debris and any other waste product created while
carrying out the work, outside Corporation’s premises. The Contractor shall take due care
while disposing of such waste materials and ensure that any rules/ regulations laid down by
Municipal Corporation or any other statutory body are not violated. The Contractor shall be
responsible and answerable to any complaint arising out of improper disposal of waste
material. Quoted rate shall involve the cost of same and no extra payment shall be made
towards this account.

27.0 CLEARING THE SITE OF WORKS:


The Contractor shall clear the site of works as per the instructions of the Site Engineer. The
site of works shall be cleaned of all men, site equipment, materials, etc and shall be
delivered back to the Corporation in a clean and neat condition as required by the Site
Engineer within a period of one week after the job is completed after ensuring that all
surfaces spoiled during the works such as floors, walls, glass panels, etc are spotless clean.

In case of failure to do so by the Contractor, the Corporation will have the right to get the
site cleared at the risk and cost of the Contractor.

28.0 OBSERVATION OF RULES:


The Contractor shall have to observe all local rules for safety/ security. The Contractor shall
also be required to comply with all acts and regulations for the successful completion of the
contract works and shall give due notices and pay all fees.

29.0 TYPOGRAPHICAL OR CLERICAL ERRORS:

The Corporation’s clarifications regarding partially omitted particulars or typographical or


clerical errors shall be final and binding on the Contractor.

30.0 CONFIDENTIALITY OF DOCUMENTS/CONTRACT DETAILS :


The Contractor shall not without the Corporation’s prior written consent disclose any
specification, plan, drawing, pattern, sample or information furnished by or on behalf of
Corporation in connection to a person other than a person employed by the Contractor in the
performance of the contract. Disclosure to any such employed person shall be made in
confidence and shall extend only so as may be necessary for the purpose of such
performance. The Contractor will bind such employee to secrecy of information. The
Contractor shall not make use of any document or information set out above or in this
contract except for the purpose of performing the contract. The Contractor shall indemnify
and make good any loss that may be sustained by the Corporation In the event of non-
fulfillment of the above condition by the Contractor.

31.0 INSPECTION OF WORKS/SHOP/SITE BY CONSULTANT OR THIRD PARTY INSPECTION


AGENCY:
The Corporation if engaged the services of third party inspection agency /consultant to carry
out any stage/ final inspection or for supervising a part or whole of the works and as
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 23 of 69

authorized representatives of the Corporation, the Contractor will be required to take


instructions from them regarding all aspects of the work.

32.0 On execution of the Contract, all prior proposals of the Contractor, quotations, and
agreements between the parties, understandings, representations and arrangements not
specifically incorporated in the Contract shall be superseded.

33.0 DRAWINGS:
Wherever dimensions or sizes are not specified in schedule of rates, the drawings
provided may be referred. Figured dimensions are to be followed in all cases. Large-
scale details take precedence over small-scale drawings. In general, the drawings
shall indicate the dimensions, positions and type of construction, the specifications
shall indicate the quantities and methods, and the schedule of rates shall indicate the
quantum and rate for each item of work. Any work indicated in the drawings and not
mentioned in the specifications or vice-versa, shall be treated as though fully set
forth in both. Any ambiguity, conflict of interpretation, errors or inconsistencies
discovered in the drawings/documents shall be promptly brought to the attention of
the Corporation shall prevail, but in the event of disagreement between the
Contractors and the Site Engineer, decisions of Engineer-In-charge shall be final. In
case of any discrepancy, the Contractor is to ask for explanation before proceeding
with the work.

34.0 MATERIALS/EQUIPMENT :

34.1Any sub standard materials, used during execution will be rejected and the Contractor
shall replace the same to the entire satisfaction of the Corporation at their own cost.

34.2 All material required for this work shall be supplied by Contractor except dispensing
pumps and horizontal tanks which will be supplied by IOC. It will be the responsibility of the
party to provide at their cost qualified welders, labour, equipments, machinery, power and
all materials as detailed in our price bid schedule, scope of work/item wise detailed
description of work, specification and relevant IS codes so as to complete the job in all
respects.

34.3 Materials supplied by party shall be utilized only after getting approval from Site
Engineer.

34.4 Corporation shall not be responsible for the security of the party’ material/ equipments.

34.5 No covered space shall be made available for storage/stacking of party’s materials. The
party shall make their own arrangement for the same.

35 ISSUE OF MATERIALS BY CORPORATION :


TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 24 of 69

35.1 The tank/ pump and the miscellaneous fittings/fixtures, engineering materials etc. for
Retail Outlet, are usually dispatched in the name of Dealer OR Contractor and the Contractor
after taking over the site shall take delivery of the above materials from dealer for
installation and keep them in safe custody till the time of handing over. If any material is
found to be missing or short from the list of materials, the Contractor shall immediately
inform the concerned Divisional Engineer in writing of such shortages. If any material is lost or
damaged while it is in Contractors custody, the Contractor will have to make up for the
losses. The Corporation can ask for Bank Guarantee or security in the form of cash deposit for
any material issued to Contractor for the work outside any established premises of the
Corporation.

35.2 For works at any other site where Corporation has no established premises, the
Corporation may request the Contractor to take charge of equipment till handing over and
Contractor shall be responsible for security of the same.

35.3 The Contractor will not have any legal ownership on materials issued for Corporation
works.

35.4 The Contractor will submit the name of his authorized representative with his attested
signature to Divisional Engineer/Location- in-charge for issue of materials.

35.5 Contractor will preserve MIN/MRN (for receipt of material from the Corporation/ Return
of balance material to the Corporation after the individual work has been completed) till the
submission of final bill for individual works. The consumption of material for work will be
settled on the basis of MIN/MRN if any materials is found short, the Corporation will recover
its cost either book value plus 10% or market rate whichever is higher.

35.6 The Contractor on completion of job will hand over the facilities and site to Corporation
or its authorized representative and will have no legal claim of ownership on materials,
equipment and site.

36 DEALING WITH OUTSIDE PARTIES :


The Contractor should purchase all materials from the market, which they require for the
work allotted to them in cash or credit in their own firm name only.

If any material has been purchased by the Contractor or credit and payment is not cleared,
Corporation on receipt of such complaint from any party can recover the amount from
Contractor’s pending bill or a security deposit, on account of non-clearance of such
transaction where the Corporation’s name/ dealing is likely to be adversely affected and may
make the payment to the concerned party.

Contractors in their own interest should purchase material from the authorized sources and
should fulfill all their obligations of all taxes etc. If the Corporation has reasons to believe
that any material has been brought to its premises from unauthorized sources, the
Corporation can refer the matter to police for verification. The Contractor can then be
debarred from Corporation and EMD/SD shall be forfeited for such lapses.
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 25 of 69

37.0 SECURED ADVANCE FOR SUPPLY OF MATERIALS:


No Secured Advance Shall Be Payable For Materials Brought To Site By Contractor.

38.0 INCOME TAX, STATUTORY LEVIES :

a. The contractor shall note that the rates quoted shall be inclusive of all taxes, duties,
statutory levies, royalty, Income tax, building cess, transportation etc, except GST which will
be paid extra as per the prevailing rates.

b. Contractor is liable to pay the prevailing taxes and all other statutory levies on the
materials purchased by them which shall be utilized or consumed to carry out this work.

The quantities in the schedule are approximate. There may be variation in the quantities.
Payment shall be made only on the actual work carried out by the party

39.0 CODES AND STANDARDS:


The party shall arrange, at their own cost, to keep a set of latest edition of all applicable
standards and codes at site.

40.0 SAFETY PRECAUTIONS & HOT WORK :


a.The Contractor shall have to take all safety precautions for carrying out hot work in the
Retail Outlet if required, at his own cost as directed by the site Engineer. Necessary safety
equipments such as safety belts, helmets and other equipment are to be positioned by the
contractor and used as per requirement

b. Heating the stone metal, sand, bitumen and hot mixing shall be done outside the Retail
Outlet.
Safety distances as per CCE Rules & OISD shall be maintained strictly.

c. Any casualty or damage caused by any untoward incidents while executing this contract
will be at the Contractors’ risk and cost.

d. Welding work may not be allowed during the daytime when Operation is on and may have
to be done during scattered hours or during night hours, however, no compensation will be
paid on account of idling of labour/equipment.

e. Since the work shall be carried out at running retail outlets, hot work permit on day to-day
basis as required under prevailing guidelines shall be obtained from the dealer of the retail
outlet.

f. The successful tenderer shall be responsible for observance of all conditions as per
appendix 3 furnished along with GCC with regard to safety.

41.0 SECURITY OF MATERIAL/ EQUIPMENT :


TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 26 of 69

Contractor is fully responsible for the equipment/materials handed over to him for the
execution of the work and in case these are mishandled or stolen, he has to arrange these
entirely at his own cost to the satisfaction of Site Engineer.
Corporation shall not be responsible for the security of Contractor’s material / equipment.

42.0 ELECTRICAL WORK:


During the execution of job temporary connections are to be provided by the Contractor and
all possible assistance shall be rendered by the Contractor for the smooth operation of the
Retail Outlet. No extra payment shall be made on this account.

All temporary connections are to be spark proof/ flame proof and shall be got approved from
Site Engineer.

Test Report (if required for this job as decided by the engineer) duly approved by the local
Electricity Department shall be submitted by the Contractor after completion of the work.
Any payment to Electricity Department needed shall be borne by the Contractor.

The entire electrification work shall be carried out by the Contractor under supervision of
licensed Electrical supervisor to the satisfaction of local Electricity Dept./Site Engineer.

The entire electrification work shall be carried out as per I.E. Rules/ Local Electricity
regulation/ IOC specification as applicable.
43.0 MAKES OF MATERIAL/EQUIPMENT :
LIST OF MAKES IS ATTACHED WITH TENDER FOR REFERENCE. NO MATERIAL/EQUIPMENT SHALL
BE BROUGHT TO SITE WITHOUT PRIOR APPROVAL FROM IOC ENGINEER.

The Contractor shall produce all invoices in original for the materials purchased as called for
by the Corporation Engineers for proof of having purchased approved makes / authorized
dealers, etc.

The Contractors should produce manufacturers test certificates as and when called for. The
Contractors have to get the materials tested from the Laboratories as approved by IOC
Engineer at no extra cost. The materials, which do not meet the minimum requirements, have
to be replaced with new materials. The Contractor should get new materials tested at no
extra cost.
It is also to be noted that if insisted by Engineer in charge, the material sample of
roofing and false ceiling should be tested by NABL accredited lab, and shall not be
accepted if it fails the test.

44.0 OTHER SPECIFICATIONS :


The work shall be carried out as per Corporation’s specifications/drawings and to the entire
satisfaction of site engineer.
Unless otherwise stated above the work shall be carried out as per IOC Specifications.

45.0 ADDITIONAL ITEM :


TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 27 of 69

The Contractor shall not take up any extra item unless he receives specific written
instructions from the concerned office or from IOC Engineer. For the additional items
operated which are available in SOR. The additional item rate available in SOR shall be paid
on quoted price(+/-). For the additional items operated which are not available in SOR. Rate
analysis to be submitted for approval based on the market rates. The additional items rate
not available in SOR shall be paid on the rate analysis only and not on quoted price (+/-).
46. SECRECY AGREEMENT:
Contract shall, as a part of his obligation sign an agreement for secrecy of the
drawings/documents with IOC. Contractor, shall hereby expressly undertake to keep all
drawings/documents as well as other technical information given in the contract document
secret and shall not diverse or leak or otherwise cost to be known to the competitors or
otherwise having any interest in such process in any way the contents in any form shape or
method.

47.0 SPECIAL CONDITONS:

47.1. The works at site will be supervised either by IOC site engineer or by Project
Management Consultant (PMC) agency appointed by IOC. It shall be the responsibility of the
contractor to ensure that the works are carried out with due inspection of works by PMC
agency as per approved QAP at every stage of work. Further it shall also be the responsibility
of the successful tenderer to submit bills for payment which are duly certified by PMC agency.
Bills shall be processed for the works completed, measured and entered in the MB duly signed
by both successful tenderer and TPI. During execution of works, it shall be noted that
deviations shall be put up duly endorsed by TPI agency.

47.2. Since the work is to be carried out in running location also in some cases, the work is
likely to be hampered / delayed due to operational reasons. No claims on account of the
above and any other reason whatsoever shall be entertained by the corporation and work
shall be completed by the Contractor within the stipulated period considering the above
conditions also the Corporation shall not pay any compensation whatsoever for idling of
labour/ equipment.

47.3. Acceptance of the facility/ facilities by the Corporation does not constitute final
completion of the contract. The contract shall be deemed to be executed in full and final
measurement certified only when the Contractor has fully discharged all his obligations in
terms of all the contract documents.

47.4. Facilities dismantled/ Damaged while executing the works shall be restored to its
original condition without any extra cost to the Corporation.

47.5.THE BILLS ARE TO BE CERTIFIED BY CONCERNED DIVISIONAL ENGINEERS AND THE


PAYMENT WILL BE MADE BY STATE OFFICE AS PER PREVAILING POLICY OF THE CORPORATION
FROM TIME TO TIME.
47.6. Many works executed may need clearance from an Acceptance Committee formed by
Corporation at any stage of the work. Contractor shall render full cooperation and comply
with all the observations, instructions of the Committee at no extra cost to IOC.
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 28 of 69

47.7. The work orders shall be cancelled in the event of negligence in carrying out the works
or poor quality of work/workmanship.

47.8. The relevant clauses in the GCC shall also be applicable for termination of individual
work order / contract.
47.9. The checklist for bills and the materials / makes used is enclosed. The same has to be
filled and enclosed with the Running / Final bills along with the relevant documents, failing
which the bill shall not be passed for payment. The list is not exhaustive and hence, items
may be added, as applicable, by the Site Engineer.

47.10. PHOTOGRAPHS OF WORKS CARRIED OUT: The contractors shall submit 4” X 6” size
coloured photographs of the work carried out from time to time, at their own cost as per the
instructions of the TPI Agency/ IOCL prior to clearance of final bill. Photographs to be
submitted for each of the major items of work such as Sales Building, Tank Installation,
Piping, Driveway, Compound/Retaining wall/ Chain link fencing, canopy etc and shall indicate
final completion of works.

48. Tenderers are advised to note that GST at prevailing rates will be paid to the party,
Taking in to account of the Reverse Charge Mechanism (RCM) as applicable.

49. DELETIONS IN GCC CLAUSE:

A. MOBILISATION ADVANCE: No mobilization advance shall be given for this work. Mobilization
clause, mentioned in the GCC, shall not be valid for this tender.
B. Following clauses forming part of GCC already issued are deleted from the scope of this
tender:
Clause 2.6.1.0 & 2.6.2.0- General, Section 2 of GCC
Clause 3.0 – Instruction to tenderers of GCC

C. GCC contains provision for arbitration and alternative dispute resolution machinery under
Section 9, which stands deleted. Further, the reference to arbitration and alternative dispute
resolution machinery provision contained in any other term & condition in GCC, which maybe
general or special in nature shall also stand deleted to the extent the said contents are
applicable to the arbitration provisions.

50. CLARIFICATIONS ON DESCRIPTION OF WORK:

50.1 Item of GI sheet mentioned as 0.4m shall be up to 1.2 m at the same rate mentioned
in the SOR/ Detailed description.

50.2 Item of tank kerb wall in underground tank installation shall be paid separately and is
not part of tank installation item as mentioned in the SOR.

50.3 Item of structural steel used for canopy fabrication and erection shall be considered
under built up section.
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 29 of 69

50.4 Unit of ductile manholes is EA instead of KG.

TAXATION CLAUSES:

DEFINITIONS
1. Contractual period / Work Completion Period /Contractual Delivery Date / Contractual
Completion Period shall mean the Scheduled Delivery / Completion Period as
mentioned in the LOA (Letter of Acceptance) or Purchase Order or Work Order and
shall also include approved extensions, if any.
GENERAL
1. Where any portion of the GCC/any other section of tender, is repugnant to or at
variance with any provision of the Standard Taxation Condition (STC), then the
provision of the STC shall be deemed to override the provisions of the GCC and shall,
to the extent of such repugnance or variations, prevail.
2. For the purpose of this STC, the term “tax” in addition to tax imposed under CGST
(Central Tax)/SGST (State Tax)/IGST (Integrated Tax)/UTGST (Union Territory Tax)/
GST Compensation Cess Acts, also includes any duties, cess or statutory levies levied
by central or state authorities.
3. Rate variation in Taxes and any new promulgated taxes after last date of the
submission of price bid only on the final product and/or services (applicable to
invoices raised on IOCL) within the contractual delivery date /period (including
extension approved if any) shall be on IOCL’s Account against submission of
documentary evidence.
Further , in case of delay in delivery of goods and/or services, any upward rate
variation in Taxes and any new promulgated taxes imposed after the contractual
delivery date shall be to the Seller’s / Contractor’s Account.
Similarly in case of any reduction in the rate(s) of the Taxes between last date of
submission of price bid relevant to the Contract and the date of execution of activities
under the contract, the Contractor shall pass on the benefit of such reduction to IOCL
with the view that IOCL shall pay reduced duty/Tax to Govt.
4. It would be the responsibility of the contractor to get the registration with the
respective Tax authorities. Any taxes being charged by the Contractors would be
claimed by issuing proper TAX Invoice indicating details /elements of all taxes charged
and necessary requirements as prescribed under the respective tax laws and also to
mention his correct and valid registration number(s) along with IOCL’s registration
number as applicable for particular supply on all invoices raised on IOCL.
5. Wherever any escalation / de-escalation linked to raw material price (Basic price
excluding taxes) is allowed as per terms of the contract, Variation to the extent
related to escalation / de-escalation of value of material shall be allowed without Tax
unless specified otherwise.
6. The contractor would be liable to reimburse or make good of any loss/claim by IOCL
towards tax credit rejected /disallowed by any tax authorities due to non deposit of
taxes or non updation of the data in GSTIN network or non filling of returns or non
compliance of tax laws by the Contractor by issuance of suitable credit note to IOCL.
In case, contractor does not issues credit note to IOCL, IOCL would be constrained to
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 30 of 69

recover the amount including interest payable alongwith Statutory levy/Tax, if any,
payable on such recovery.
7. Tax element on any Debit Note / Supplementary invoice, raised by the contractor will
be reimbursed by IOCL as long as the same is within the permissible time limit as per
the respective taxation laws and also permissible under the Contract terms and
conditions. Contractors to ensure that such debit Notes are uploaded while filing the
Statutory returns as may be prescribed from time to time.
8. The contractor will be under obligation for quoting/charging correct rate of tax as
prescribed under the respective Tax Laws. Further the Contractor shall avail and pass
on benefits of all exemptions/concessions/benefits/waiver or any other benefits of
similar nature or kind available under the Tax Laws. In no case, differential Tax Claims
due to wrong classification of goods and/or services or understanding of law or rules or
regulations or any other reasons of similar nature shall be entertained by IOCL.
9. In case, IOCL’s Input Tax Credit (ITC) is rejected on account of wrong levy of tax i.e.
payment of Integrated Tax in place of Central Tax+ State/Union Territory Tax or vice
versa, the contractor is liable to make good the loss suffered by IOCL by issuance of
suitable credit note to IOCL. In case, contractor does not issue credit note to IOCL,
IOCL would be constrained to recover the amount including interest payable along
with Statutory levy, if any, payable on such recovery.
10. In case the contractor is opting for Composition scheme under the GST laws, in such
event the evaluation of his bid will be based on the Quoted Price.
In case the contractor is falling under Unregistered category, then GST liability, if any,
on IOCL will be included for the purpose of evaluation.
11. In case, IOCL is eligible to avail Input TAX Credit (ITC), the same shall be reduced from
the delivered price to arrive at the net landed cost.
12. IOCL shall reimburse GST levied as per invoice issued by the Contractor as prescribed
under section 31 of the CGST Act and respective states and Rules.
13. To enable IOCL to avail ITC, the contractor/supplier shall furnish/submit any and all
certificates, documents and declarations as are required by IOCL to avail of the ITC
with respect to GST reimbursed by IOCL on materials sold to IOCL.
14. Invoice should be raised as per Tax Rates mentioned in the BIDs and in case at the
time of raising Invoice if the invoices raised are not as per Tax rates mentioned in the
bid, payment will be limited to the rate quoted as per BID subject to increase
/decrease in Rates after last date of submission of Price Bid provided delivery is within
the Contractual period.
ROAD PERMIT/WAY BILL
1. IOCL will issue Road Permit/Way Bill, by whatever name it is called, to the Contractor
only in those cases where materials is purchased by IOCL directly and/or IOC is
statutorily required to issue the Road permit/Way Bill, by whatever name it is called.
Contractor will be under obligation for proper utilization of road permits for the
specific supply and in case of seizure of goods/vehicle, the Contractor will be wholly
responsible for release and reimburse the litigation cost to IOCL.
2. IOCL shall on no account be responsible for delay or hold up due to the timely non
availability of such documents as are required to be furnished by the owner to obtain
the Road Permit/Way bill, by whatever name it is called. However, IOCL shall make
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 31 of 69

best efforts to provide sufficient number of Road Permits/way bill, by whatever name
it is called. on demand to avoid any delay or Hold up.
WORKS CONTRACT / COMPOSITE SUPPLY / MIXED SUPPLY
1. Works contracts as defined under the GST law includes Contracts for Building,
Construction, Fabrication, Completion, Erection, Installation, Fitting out,
Improvement, Modification, Repair, Maintenance, Renovation, Alteration or
Commissioning of any immovable property wherein transfer of goods is involved in the
execution of such contracts.
Composite Supply has been defined as supply in which two or more supply of goods or
service or both or any combination are naturally bundled and supplied in conjunction
with each other in the ordinary course of Business, and then the rate as applicable for
principal supply will be applicable on the entire transaction.
Mixed supply has been defined as supplies of goods or service or both which are made
in conjunction with each other for a single price and which does not constitute a
composite supply then the rate as applicable for the highest rate will be applicable.
In view of the above various definitions under GST law, bidders are required to
evaluate the jobs to be undertaken covered under the tender and quote accordingly by
taking in to account the nature of Job read with the legal provision.
The place of supply in relation to an immovable property shall be the location at
which the immovable property is located or intended to be located.
2. In case, IOCL is eligible to avail Input TAX Credit (ITC), the same shall be reduced from
the delivered price to arrive at the net landed cost. IOCL shall reimburse GST levied as
per TAX invoice issued by the Contractor as prescribed under respective GST Acts and
Rules. In case the contractor is not permitted to issue Tax Invoice the same should be
clearly mentioned in the price Bid.
3. To enable IOCL to avail ITC, the contractor/supplier shall furnish/submit any and all
certificates, documents and declarations as are required by IOCL to avail of the ITC
with respect to VAT reimbursed by IOCL on materials sold to IOCL
4. Invoice should be raised as per Tax Rates mentioned in the BIDs and in case at the
time of raising Invoice if the invoices raised are not as per Tax rates mentioned in the
bid, payment will be limited to the rate quoted as per BID subject to increase
/decrease in Rates after last date of submission of Price Bid provided delivery is within
the Contractual period.
APPLICABLE TDS FOR INCOME TAX & GST
1. The contractor has to get registered under GST in the state where the work is to be
executed and should raise invoices only on the GST registration of the executing
state. In case contractor brings any material from other state or import from outside
the state, then same needs to be brought under its own registration and road permit.
IOCL will not issue any road permit for such transactions.
2. It may please be noted that the Bidders shall furnish copies of GST registration under
Govt. of Telangana/Andhra Pradesh for carrying out the works within the state.
3. Parties not having GST registration of the State in which the works have to be carried
out shall be considered provided they obtain the GST number within 6 weeks from the
date of receipt of the work order. However, no payment shall be released till such
time GST registration is obtained by the parties and copies of the same are submitted
to the Corporation. In case, GST Registration is not available at the time of submitting
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 32 of 69

the tender, the Bidder shall furnish a written undertaking that they shall obtain GST
registration within 6 weeks from the date of receipt of work order and furnish the
proof of the same to the Corporation.
4. In case of failure to obtain the GST registration as above, the work order/ Contract
shall be liable for cancellation.
5. Tax Deducted at Source wherever applicable under the state law where the Work is
being executed will be deducted and deposited to concerned authorities and
certificates will be issued as per provision of the State Statute.
6. Where the contractor is eligible for deduction at lower rate of TDS, supporting
documents to be furnished to paying authority of IOCL before the payment is released.
Once the deduction is made at higher rate and TDS is deposited to authorities, no
claim will be entertained by IOCL.
7. Wherever provisions of Tax deduction at Source (TDS) are applicable under the CGST /
SGST / UTGST/IGST Act ,2017 on supplies of goods or services or both to IOCL , tax
will be deducted from the invoice raised and deposited with the authorities by IOCL.
TDS certificate as per provisions of CGST / SGST / UTGST/IGST Act, 2017 shall be
issued by IOCL.

INCOME TAX:
1. The contractor shall be exclusively responsible and liable to pay Taxes on Income
arising out of payment made out of the contract.
2. Wherever withholding tax i.e. Tax deduction at source (TDS) is applicable under the
Income tax Act, 1961 the same will be deducted from the Invoices raised and TDS
Certificate as per provision of the Income tax Act and Rules shall be issued to the
contractor.
3. PAN is mandatory. If PAN is not provided TDS would be deducted at higher rate as per
the provisions of Income Tax Act.

IOCL GST NUMBER:


IOCL GSTIN TELANGANA : 36AAACI1681G1ZQ
IOCL GSTIN ANDHRA PRADESH : 37AAACI1681G2ZN
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 33 of 69

LED Fittings

a. The detailed specification for LED Luminaire is attached with this tender document.

b. The scope of work for LED fitting for under Canopy lighting shall include submission of
the detailed lighting design (developed by use of software), as per the requirement of
IOCL, in order to attain the required level of illumination.

c. The required level of illumination to be achieved in ROs is defined as under.

1) Category – I – A Class of Market City ROs

Sl. No Location of RO In Lux Required Levels


1 Under Canopy Max 325 – 350(at the Pump Island)
2 Under Canopy Min 125-150
3 Under Canopy Avg 200-225
4 In Approach Area 50-60
5 In Yard 50-60

2) Category – II – ROs on Highways and B/C Class of Market

Sl. No Location of RO In Lux Required Levels


1 Under Canopy Max 250-300(at the Pump Island)
2 Under Canopy Min 100-120
3 Under Canopy Avg 150-160
4 In Approach Area 50-60
5 In Yard 40-50

TECHNICAL SPECIFICATIONS

1. Technical Specifications for LED:


a. LED Efficiency shall be greater than 140 Lumens/Watt @ 350mA drive current. In
respect of LEDs of higher power ratings, drive current greater than 350mA can be
accepted if the LED’s LM 80 / IS:16105 test report support the same.

b. LED shall be SMD (Surface mounted device) type LED for all applications. COB type to
be considered only for applications such as Highbays, Flood Lights & Flameproof Light
Fittings.

c. Approved makes of different LED technology / types shall be as below:

LED Technology / Type Approved Make


SMD Nichia, Osram, Lumileds (Erstwhile Phillips Lumileds), CREE
COB Citizen, Bridgelux
Domestic/Decorative Everlight Taiwan, Edison Taiwan, Samsung Korea, Osram
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 34 of 69

Luminaries Germany along with makes approved for SMD

d. Test report for Ambient Temperature of 55 / 85 / 105 Deg C at Rated and Maximum
current shall be submitted for SMD type LED. For COB type LED, as soldering temperature
is not applicable for COB technology, LM 80 test report shall be submitted.

e. TM 21 life projection calculations along with LM 80 for all three ambient temperature
of 55 /85 /105 Deg C as per applicable standard shall be submitted to substantiate that
life of LED Chip shall be more than 50,000 Hrs for both commercial and industrial range
and 25,000 Hrs for LED Bulb, domestic and decorative range.

f. Reported life span of LEDs used in the Luminaire shall be greater than 50,000 Hrs at the
soldering point temperature of 85 Deg C and at luminaire driving current.

g. The LEDs shall comply to Photo biological Safety norms as per IEC62471 / EN62471 /
IS:16108 and should fall in the exempt or low risk group for outdoor LED luminaires.

h. View angle: typical 120 Deg.

i. Colour temperature of the proposed white colour LED shall be from 5700K (i.e. 5665K ±
355K) to 6500K for indoor type luminaire Step 5 or Step 3 McAdam as per ANSI standard
C78.377A & 5700 K (I.e. 5665K±355K). For outdoor type luminaires Step 5 McAdam as per
ANSI standard C78.377A, will be accepted on account of colour consistency.
Colour Rendering Index (CRI): CRI should include all colour ranges from R1 to R15,
shall be > 80 for indoor luminaire and > 70 for outdoor luminaire.
2. Technical requirements for LED driver:
a. Minimum efficiency of driver: The minimum efficiency of LED driver shall be 85%
for driver power output rating <= 40Wand 87% for driver power output rating > 40
W.
b. Power factor of complete fitting: Greater than 0.9 (Except for Domestic /
Decorative LED luminaire).
c. In-built high voltage cutoff: >=290 Volt (High).
d. Short circuit protection / Open load protection shall be required.
e. Driver Surge Protection standard: Surge Protection for minimum 2kV for indoor
and minimum 3kV for outdoor LED systems shall be provided. However if a site is
prone to lightning and surges 10kV surge protection shall be required. In case of
outdoor luminaires, the Surge Protection Devise (SPD) should be series type with
fail safe.
f. Total Harmonic Distortion (THD): Less than 10% for full load for more than 20W
and less than 20% for less than 20W. Not applicable for Domestic / Decorative LED
fixtures.
g. Isolated driver should be used.
h. Potting of LED Driver: For driver power output rating > 50W, potted driver shall
be mandatory requirement.
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 35 of 69

i. The power supply shall be connected to the LED PCBs through proper
connectors.
j. EMI /EMC compliance: Compliance to the following EMI /EMC standards:
i. CISPR 15 / IS:6873 (CE, RE, CDN) or compliance to equivalent EN
standard.,
ii. IEC: 61547 (reference standards are listed as follows)
k. Driver shall comply with the safety requirements laid down in IEC:61347-2-13 /
EN:61347-2-13 / IS:15885-2-13.
l. Driver shall also comply with the performance requirements as per IEC:62384 /
IS:16104.
3. Technical requirements of electronic components used:
The circuit boards and electronic components to be used in the luminaire should
be of rating / type so as to provide reliable functioning. Following shall be the
requirements during procurement:

a. MCPCB is to be used for SMD technology for LED wattage in excess of 0.5. The minimum
thickness should be 1.0 mm for indoor and 1.6 mm for outdoor type luminaire. However
the same is not applicable for COB.

b. FR4 grade PCBs of minimum thickness of 1.6mm shall be used in driver circuits. The
same is not applicable for COB.

4. Technical requirement of luminaire:

a. The luminaire shall have LM – 79 / IS:16106 test report from NABL accredited
laboratory.

b. The minimum system lumen efficacy of the luminaire shall be 95 lm/W for luminaire
system wattage ≤ 15 W and 100 lm/W for wattage > 15 W. The same shall be at least 50
lm/W for decorative fixtures.

c. Following shall be required in terms of secondary lens / optics:

i. Indoor lights like bulb, tube, down lighter with a diffuser may not have
secondary lens.
ii. Outdoor Industrial luminaire like well glass, flat glass may not have secondary
lens / optics.
iii. For other Industrial and Outdoor fixtures, luminaire must have secondary lens /
optics of type PMMA / Borosilicate glass / Polycarbonate.

d. Colour temperature: 5700 K (5665K ± 355K, as per ANSI standard C78.377A).

e. CRI: CRI should include all colour range from R1 to R15 and Ra shall be > 80 for Indoor
luminaire and > 70 for Outdoor luminaire.
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 36 of 69

f. Housing of luminaire: Housing of Outdoor and / or FLP shall be Pressure die-cast LM6 /
ADC12 / LM24. For Indoor, non-weather proof items like CRCA / PC / Aluminium Extrusion
housing can be used.

g. Cover type: For Outdoor type fittings, cover type shall be toughened glass or UV
stabilized polycarbonate whereas for Indoor and non-waether proof items, UV stabilized
Polycarbonate can be used.

h. Housing Ingress protection:

Application Type Minimum Ingress Protection


required
LED Street Light IP 66
LED Flood Light / Outdoor Industrial IP 65
Domestic and Commercial Indoor (Such as IP 20
Administrative Building, Stores)
Toilet Fixtures IP 44
Industrial Indoor (such as High bay fittings, IP 54
Medium bay fittings)

i. Impact resistance: For Outdoor fittings minimum impact resistance shall be IK-05 and
not applicable for Indoor fixtures.

j. Temperature rise test: When the luminaire has stabilized thermally, soldering point
temperature shall be ≤ 85 Deg C for SMD type but for COB type the temperature rise test
shall not be applicable.

k. Temperature rise (above ambient) of heat sink should generally remain within 20 Deg C
– relaxation on this account can be granted as long as the soldering point temperature
limit of 85 Deg C is not violated and there is no unacceptable outcomes.

l. BIS registration: The luminaire shall have BIS approval for surface mounted luminaire as
applicable.

m. Flameproof light fittings shall be certified for use in hazardous are as per area
classification and the flameproof certificate shall be submitted along with the offer.
Explosion proof certificate from PESO shall be submitted before or along with supply of
such light fittings.

5. Inspection & Testing:

a. Following acceptance tests shall be carried out as per relevant standards and approved
sampling plan:
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 37 of 69

i. Visual and dimensional checks.


ii. Resistance to humidity test.
iii. Insulation resistance (IR) test.
iv. High Voltage test.
v. Over-voltage Protection test.
vi. Surge Protection test.
vii. Total Harmonic Distortion (THD) test.
viii. Reverse polarity test.
ix. Temperature rise test.
x. Ingress protection test.

Type test report / routine test certificates from NABL accredited labs shall be
submitted.

6. WARRANTEE & PERFORMANCE GUARANTEE:


The Supply of LED fittings shall be covered by following minimum warranty from the date
of supply of the fittings:
a) 60 Months warranty for Indoor & Outdoor commercial / Industrial complete luminaries
including LED.
b) 24 Months for LED Bulbs, Domestic or Decorative Luminaries including LEDs.
c) Defect liability period, for which 10% Security Deposit / Performance Bank Guarantee
shall be held toward performance as per following details.
i) 5 Years in case of Indoor & Outdoor commercial / Industrial complete luminaries
including LED.
ii) 2 Years in case of LED Bulbs, Domestic or Decorative Luminaries including LEDs.
iii) In case of composite tender which includes LED also the above mentioned
defect liability period and performance BG of 10% will be for the LED part of the
tender and for other works it will be as per existing guideline in practice i.e. for 1
Year.
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 38 of 69

SPECIFICATIONS OF FLEXIBLE PIPES

1. Description of Pipes

Primary Carrier (Single Wall) pipe system comprising of Non – metallic HDPE (flexible)
pipelines with manufacturer supplied fittings for underground use in the distribution of
petroleum-base flammable and combustible liquids, alcohol-blended fuels.

2. Sizes

a) 2” (50 mm)
b) 4” (110mm)

3. Certifications and Approvals

a) The non-metallic HDPE (flexible) pipelines and various types of fittings used
shall be certified to be conforming to UL 971/EN 14125 or equivalent
standards.
Pipe-work/Pipe-system, certified as above, shall have designated means of
connectors specified by the manufacturer or supplier.
b) The Pipeline system comprising of the HDPE pipeline along with the other
fittings shall be approved by CCOE/PESO.
4. Rating of Pipelines & Fittings

a) Operating Pressure: 3.5 bar (3.57 kg/cm2)


b) Test Pressure : 5.0 + 0.1 bar (5.10 + 0.1 kg/cm2)

5. Product Compatibility

The pipes shall be suitable for use with Petroleum and blended fuels(Alcohol-Gasoline
mixtures etc.,)

6. Installation

a) The manufacturer of the pipe system or an authorized representative of the


manufacturer shall carry out installation.
b) Piping trench width shall be such that a clearance of 100mm is available from
the pipe edges to the sides of the trench. All piping within the trench shall be
separated by at least 2” of clear spacing. Trench turns shall not be sharp.
c) The bottom of the trench shall be compacted to avoid high spots and also to
obtain an even layer of bedding material. All sharp rocks/materials shall be
removed before spreading the bedding material.
d) Clean sand shall be used for bedding and back filling the trench. Minimum
thickness of the bedding layer beneath the pipeline shall be 150mm.
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 39 of 69

e) The joints in the pipelines, except the end connections at the tanks and
dispensers, shall be made by electro-fusion welding.
f) Pressure Testing shall be done before the final backfilling.
g) The minimum gap between the top of the paved surface and the top of the
buried pipe shall be 450mm.

7. Recommended Makes

Sl. No Manufacturer Distributor/Representatives in India


1. FGS Eco Flex M/s. Sumo Hi-Tech Marketing Pvt. Ltd. 422-424, Gemstar
Commercial Complex, Ramchandra Lane Extn., Malad(W),
Mumbai – 400 064
2. UPP(M/s Franklin M/s. General Energy Management Systems Pvt. Ltd., B-56,
Fuelling Systems India Sector-B1, Phase II, Noida – 201 305
Pvt. Ltd.)
3. Halock(M/s. Hallingplast M/s. Kiran Construction Company Engineers & Contractors,
Norway) H.No.236, Sec. 19-A, Chandigarh – 160 019
4. KPS(M/s. Dover India M/s. Midco Ltd, Metro Estate, Vidyanagari Marg Kalina,
Pvt. Ltd., OPW Division) Mumbai – 400 098
5. DURAPIPE UK make “PLX M/s. K.W. Engg & Signs Pvt Ltd., Farm No.2, Club Drive
Brand” Road, Ghitroni, Delhi - 110030
6. ZEPPINI ( M/s ZEPPINI M/s Gilbarco Veeder Root India Pvt. Ltd. 1st Floor, tower
Industrial e Commercial 1, Equinox Business Park, Off.BKC, LBS Marg Mumbai-
Ltd.) 400070
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 40 of 69

Format for giving consent and bank details on letter head


(Annexure – A)
Dated:
To,
M/s Indian Oil Corporation Ltd.
Address

Dear Sir,
With reference to your advise, we hereby agree to accept the payment of our bills through
“RTGS/NEFT/Electronic Mode”.

The desired bank account details are given below:

1. Vendor Code allotted by IOCL in SAP


2. Name of Beneficiary (i.e., IOCL Vendor )
3. Name of the Beneficiary’s Bank
4. Address of the Beneficiary’ Bank Branch

5. Contact details of Branch with STD Code


6. Beneficiary’s Bank Account No. ( as per cheque
copy )
7. Beneficiary’s Account Type (SB/CC/CA)
8. Beneficiary’s Bank IFSC Code ( 11 Digit)
9. Mobile No of Beneficiary (One Number only)
10. E-Mail Id of Beneficiary (One Mail Id only)

A blank cancelled cheque leaf relating to the above bank account is enclosed for verifying the
accuracy of the bank account details.

I hereby declare that the particulars given above are correct and complete. I agree to receive
transactional SMS / E-Mail Alerts from IOCL with regard to my bill payments.

(Signature of Account Holder)


Seal of the Vendor
Encl: Cancelled Cheque
**** We hereby confirm that the above bank account details of beneficiary are correct in all
respects and the account of Beneficiary (IOCL vendor) is maintained at our bank branch.

(Name of Bank & Branch)


Authorized Signatory
**** Verification required only in case vendors name is not printed/appearing on the cancelled
cheque leaf being submitted to IOCL office
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 41 of 69

Annexure – B
CHECK LIST WHILE PREPARING BILLS AT FIELD / DIVISONL OFFICE:
Sr Submitted Submitted
No Name of document Yes/No Yes/No
Site handing over / taking over
1 certificate (in case of 1st bill)

2 Copy of work order (in case of 1st bill)

Sales tax certificate (Form 8 AB) of


3 the party)

Proforma for Works Contract Bills duly


4 signed by the contractor

Measurement book (signed on all


pages by Contractor / their
authorized representative and IOCL /
5 IOCL representative)

Manufacturer
’s Reports of test
Test certificates (Copies with Test Carried out
6 R / A bills & original with final bills) Certificate by Contractor

Cement (For makes of cement


A purchased)

Steel reinforcement (For all lots of


B steel purchased)

C Bricks (One test for every 100 cum)

Sand (One test for every change of


D quarry)

20mm metal (One test for every


E change of crusher)
Water (One test for every change of
F source)
Field Density Test (One test for every
1000 Sqm for every layer of 200mm
G thick)
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 42 of 69

CBR test before WBM (One test for


H every 1000 Sqm)

Structural Steel (For every lot of steel


I purchased)

J Roofing sheets (For every batch)

K False ceiling (For every batch)

Paver blocks (For every load MTC and


L 5 Nos for every 1000 Sqm)

M Column cladding (For every lot)

N RCC hume pipes (For all diameters)

Electric cables (For all cable sections


O / makes)
P Cube Test 7 Days 28 Days
Canopy footings

Sales Bulding footings

Sales building columns

Sales Building lintels

Sales Building slab

Tank strip raft foundation (for every


tank)

Tank matt slab (For every tank)

Tank top slab (For every tank)

Deviation statement (In case of final


7 bills)
M C Bills signed on all pages by the
contractor with seal
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 43 of 69

INDEMNITY BOND UNDERTAKINGS PROFORMA-‘A’ (FOR PF)


(To be executed if Applicable on obtaining work order )
From :
M/s. ………………………………………………………………………………
(Contractors)

To,
M/s. INDIAN OIL CORPORATION LIMITED
Sub.: (1) Work Order No. ......................................................... dt..............
(2) Agreement No............................................................ dt...............

THIS INDEMNITY BOND/UNDERTAKING executed at ...……………..……...... this


.......................................day ........………....... of ………………………….. by Messers
…………………………………………………………………………………………..

hereafter called the "Contractors" (which expression shall mean and include if the context so
admits, the partners or partner for the time being of the Firm and their his respective heirs,
executors and administrations its successors and assigns in law) in favour of INDIAN OIL
CORPORATION LTD., a Company incorporated under the Company Act 1 of 1956 and having its
Registered Office at G-9, Ali Yavar Jung Marg, Bandra (East). Bombay - 400 051, hereinafter
called "the Corporation” (which expression shall include its successors and assigns in law).

WHEREAS the Corporation, desirous of having executed certain work specified in the
work order No. _____________ dated __________ issued by the Corporation on the
Contractors has caused drawings, specifications and bill of quantity showing and describing
the work to be done prepared and the same have been signed by or on behalf of the parties
hereto AND WHEREAS the Contractors have agreed with the said work Order upon certain
terms and conditions provided in the Agreement executed between the Contractors and the
Corporation and also contained in the General Conditions of contract attached thereto.

AND WHEREAS the Contractors are bound by law to comply with the provisions of various
Labour Laws like Minimum Wages Act 1948, Equal Remuneration Act 1976, Inter-State Migrant
Workmen (Regulation of Employment and Conditions of Service) Act 1979, Contact Labour
(Regulation and Act 1970), Workmen's Compensation Act 1923, Employees State Insurance Act
as also the Provident Fund Act providing for Provident Fund Act Scheme for labourers engaged
by the Contractors but amenities and facilities to the workers under the different labour laws,
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 44 of 69

not only the contractors but also the Corporation as the principal employer becomes liable for
the acts of omission and commissions by the Contractors.

IT IS THEREFORE THE INTENT OF THIS INDEMNITY BOND

UNDERTAKING BY THE CONTRACTORS to indemnify and keep indemnified the Corporation as


stated hereinafter;

The Contractor hereby undertake to furnish a certificate with regard to the number of
labourers employed by them in the Corporation and in other organisation throughout the
country to the Location in-charge of the Corporation where the work is undertaking by
the Contractors.

The Contractors hereby confirm and state that they are duly registered under Contact
Labour (Regulation and Abolition) Act 1979 as amended from time to time and that they
undertake to furnish a certified copy of the requisite License obtained by the Contractors
from the competent authority to the Corporation's representative.

The Contractors hereby undertake to keep proper record of attendance of his labourers
and will give opportunity to the officers of the Corporation to supervise the same and
confer upon the Corporation's representative the right to countersign the said register.
The Contractors shall provide a copy of pay sheets to the Location in-charge of the
Corporation and also confer the right of wages to the labourers on the spot whenever
required by the Corporation.

The Contractors state that they are fully aware of the provisions of the Provident Fund
Act, particularly with regard to the enrolment of labourers as a member of Provident
Fund. The Contractors further confirm that they are aware of the provisions and that
they are obliged to recover Provident Fund contribution from the eligible labourers
engaged by them and after adding their own contribution, remit the same to RPFC. The
contractors state and confirm that they are fully aware of their obligation to remit the
said amounts on account of Provident Fund to the RPFC within the prescribed period and
that they have obtained a separate code number from the Regional Provident Fund
Commissioner which is bearing Sanction No…………….……………………. dated
..................…………....... from ...............................RPFC.
The Contractors will afford all opportunities to the Corporation whenever required to
verity that the Provident Fund is actually deducted by the Contractors from the wages of
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 45 of 69

the labourers and the same together with the Contractors' contribution has been duly
remitted by the Contractors to the concerned P.F. Commissioners. The Contractors also
undertake to provide photocopy of the receipt issued by the concerned P.F.
Commissioner for having received the P.F. contribution from the Contractors.
In the event the location in-charge of the Corporation is not satisfied about the payment
of wages made and the recovery of P.F. etc. from the labourers employed by the
Contractors, the Contractors hereby agree and authorize the location in-charge to
complete all their obligations by deducting the dues from the bills.
Notwithstanding the provisions contained in clause 6 above, the Contractors hereby
undertake and authorize the Corporation to recover dues payable by the Contractors to
the labourers employed by them as also amounts on account of P.F. contributions
(including the Contractors' -contribution) as also all losses. damages, costs, charges,
expenses, penalties from their bills and other dues including the security amounts.
The Contractors hereby agree, confirm and declare that they have fully complied and will
comply with the provisions of various labour laws, particularly those referred to herein
above and that no violation of the provisions of various amenities and facilities to the
workers under different laws has been done by them and in the events of any past or
future violation of the various labour laws the contractors shall indemnify and keep the
Corporation duly indemnified against all losses, damages, costs, expenses, penalties,
suits or proceeding which the Corporation may incur, suffer or be put to.
The contractors hereby agree that the aforesaid indemnity undertaking are in addition to
and not in substitution of the terms and conditions contained in the tender documents
and the work order and also the Agreement executed by the Contractors with the
Corporation.
The Contractors hereby confirm, agree and record that these terms of undertaking and
indemnity shall be irrevocable and unconditional and shall be binding on their heirs,
executors, administrators and legal representatives and shall ensure for the Corporation's
benefit and for the benefit of its successors and assigns. Yours
faithfully.
Contractor's Name and Signature
Witness (1) …………………………………………………………………………...
(Full address) …………………………………………………………………………...
…………………………………………………………………………...
Witness (2) …………………………………………………………………………...
(Full address) …………………………………………………………………………...
…………………………………………………………………………...
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 46 of 69

PROFORMA OF DECLARATIONS TO BE FURNISHED BY THE TENDERERS

D E C L A R A T I O N - `A'

We declare that we have complied with all the conditions of the tender including technical specifications,
drawings, GCC & all the documents etc., forming part of tender.

Date: Tenderer’s
Place: Signature & Seal

D E C L A R A T I O N - `B'

We declare that we do not have any employee who is related to any officer of the
Corporation/Central/State Governments.

We have the following employees working with us who are near relatives of the Officer/Director of
the Corporation/Central/State Government.

Name of the employee Name & designation of


the Officer of the
of the Corporation/Central/State
Governments

Date :

Place :

Signature & Seal of tenderer:


TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 47 of 69

D E C L A R A T I O N - `C'

The Tenderer is required to state whether he is a relative of any Director of our Corporation or the Tenderer is
a firm in which any Director of our Corporation or his relative is a partner or any other partners of such a firm
or alternately the Tenderer is a private company in which Director of our Corporation is a member or Director.
1. Name of the Contractor and his relations
with the Director in our Corporation :

2. Name of the Director of the Corporation


who is related to the Contractor :

3. Name of the Director of the Corporation


who is a member or a Director of the firm :

Date :

Place : Signature & Seal of tenderer

DECLARATION – ‘D’

Tenderer is required to state whether they have employed any retired Director and above rank officer of Indian
Oil Corporation Limited in their firm. If so, details hereunder to be submitted.
Name of the person :

Post last held in IOC :

Date of retirement :

Date of employment in the firm :

Date :
Place : Signature & Seal of tenderer

N.B.
1. A separate sheet may be attached, if the above is not sufficient.
Strike out whichever is not applicable. If the Contractor employs any person subsequent to signing the above
declaration and the employee/s so appointed happens to be the near relatives of the Officer/Director of the
Corporation/Central/State Governments, the Contractor should submit another declaration furnishing the
name/s of such employee/s who is/are related to the officer/s of the Corporation/Central/State Governments .

List of IOCL directors is available at : https://iocl.com/AboutUs/Management.aspx


TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 48 of 69

DECLARATIONS TO BE FURNISHED BY THE TENDERERS ALONGWITH TENDER IN LETTER HEAD

PROFORMA OF DECLARATION OF BLACK LISTING I HOLIDAY LISTING

In the case of a Proprietary concern:

I hereby declare that neither I in my personal name or in the case 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 Limited or its Administrative Ministry (the
Ministry of Petroleum & Natural Gas) or by any department/s of the State or Central Government/s or by any
other Public Sector Undertaking/s and that there is no inquiry in respect of any corrupt or fraudulent practice
pending against him/it/them 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 black list or holiday list declared by Indian
Oil Corporation Limited or its Administrative Ministry (the Ministry of Petroleum & Natural Gas) or by any
department/s of the State or Central Government/s or by any other Public Sector Undertaking/sand that there
is no inquiry in respect of any corrupt or fraudulent practice pending against him/it/them except as
indicated below:

(Here give particulars of black listing or holiday listing, and in absence thereof state "NIL")

In the case of Company:

We hereby declare that the Company nor its Promoter/s I Director/s having controlling stake in the Company
(here controlling stake means person having minimum 26% shareholding of a company) as a proprietor or as a
Managing Partner has not been placed on black list or holiday list declared by Indian Oil Corporation Limited or its
Administrative Ministry (the Ministry of Petroleum & Natural Gas) or by any department/s of the State or Central
Government/s or by any other Public Sector Undertaking/s and that there is no inquiry in respect of any corrupt
or fraudulent practice pending against him/it/them except as indicated below:

(Here give particulars of black listing or holiday listing, and in absence thereof state "NIL")

It is understood that if this declaration is found to be false, Indian Oil Corporation Ltd, shall have the right to
reject my/our bid, and if the bid has resulted in a contract, the contract is liable to be terminated.
Place: Signature of Bidder:________________
Date: Name of Signatory :________________
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 49 of 69

LIST OF APPROVED MAKES

S Item Description Approved Makes


No
CIVIL WORKS
1 Tiles (Terrazzo, Mosaic, Chequered Nitco/ Bharat/ Dura/ Modern or equivalent
Plain
2 Cement)
Ceramic Tiles - White/ Coloured Somani Pilkington, Nitco, Bell, Johnson, Kajaria,
Glazed Euro
3 Vitrified
Tiles Tiles Somani Pilkington,
Merchandise Bell, Nitco,
(India) Ltd. orKajaria, Marbonite,
equivalent
Johnson, Euro
4 Ceramic Tiles (Non-Glazed) Somani Pilkington,
Merchandise Bell,Ltd.
(India) Johnson, Spartek, Regency,
or equivalent
Kajaria,
5 Waterproofing Tiles (West Coast IS Makes or equivalent
Nitco, Euro Merchandise (India) Ltd. or
6 Tiles)
PVC Antistatic Flooring/ Tiles Marblex, Premier Vinyl, Krishna Vinyl or
equivalent
7 Cement Tiles equivalent
Nitco, Dura, Modern or equivalent
8 Flush doors & Plywood Sitaboard , Anchor, India Plywood Mfg. Co. or
products equivalent
9 including
Steel doors,Teak Particle
Windows and Boards) Agew Steel, Sen Harvic, Steelage India, Raymos or
Ventilators equivalent
10 Aluminium Doors, Windows, (to be approved
Jindal, Hindalco,by IPCL)ECIE or equivalent
Indal,
Partitions
11 Rolling
sections,Shutter & Grills
Extrusion As per IS Codes or equivalent
12 Waterproofing Compound Fosroc, Multiplas, Pidilite, Cico No.1, Impermo, Acco-proof,
STP,
13 Hardners Ironite, Fosroc, Hardonite, Walia, Cecco, Ciba Geigy,
Impermo, Llyod, ACC or equivalent
14 Paints & Distempers Pidilite
Jenson & orNicholson, Berger, Asian Paints,Bombay Paints,
equivalent
CDC
15 Red Oxide Zinc Phosphate Shalimar, Asian Paints, Berger, Bombay Paints, CDC
Carboline, ICI, Goodlass, Nerolac, Garware, Shalimar,
Primer Carboline,
Solvosol,
16 Waterproof Cement Paint Supersnowcem,
Nerolac, ICI, Nitcocem,
Grand Polycoats Garware Nitcote,
Paints or
or equivalent Acrocem, Surfacem,
equivalent
Apex or
equivalent
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 50 of 69

17 Marking Compound Shalimar/ MRF or equivalent


18 Glass Modiguard, Ashahi, St. Gobain or equivalent
19 Door Closers, Floor Springs Everite, Godrej, Garnish, Efficient Gadgets,
20 A.C. Sheets, Fittings & Fixtures Sandhu
Everest,orCharminar,
equivalentUppal or equivalent
SATYA CONCRETE PAVERS (P) Ltd, VIJAYAWADA, SAI CONCRETE
21 Interlocking Paver Block for
driveway and parking PAVERS, ANAKAPALLI, MAGICOLOR BUILDING PRODUCTS,
SECUNDERABAD, AEONS CHENNAI,COBBELSTONE
BANGALORE,EARTH PAVERS, PERFECT CONCRETE PAVERS,
SRI VENKATESWARA TILES, JADEITE CONCRETE PAVERS (I) pvt
Ltd, LEO TILES,NRB Bricks and Blocks, M/s Kapil Precast and
Infra Pvt. Ltd, Lalitha Constructions, Shri Sai Industries
22 False Ceiling Sheets – Canopy TRAC (INTER ARCH BUILDING PRODUCTS LTD.)/ METACRAFT
/METASIL/LUXALON (HUNTER DOUGLAS)/ SWATHI COLOUR
Precoated
ROOF/SPECO - TECH (SPECO-TECH ROOFING & FALSE CEILINGS
PVT. LTD) CONWED ENTERPRISES
23 False Ceiling Sheets – Non Anchor, Sinxtex or equivalent
Roofing Sheet for Canopy Hi-Rib Bare
24 Metallic
Galvalume,(including clip on)Hi-Rib TRAC (INTER ARCH) /UNIMET PROFILES Pvt. Ltd., /SWATHI
Galvalume colour coated,GI Hi-Rib,GI COLOUR ROOF
Hi-Rib colour coated roof sheeting
/Gutter /Flashings. (Roofing)

25 Permoulder Joint fillers STP ltd. or equivalent


26 Sealing Compounds FOSROC, Apoorva, STP, Pidilite or equivalent
27 Bitumen Sealents FOSROC, STP or equivalent
28 PVC Door / Windows Sintex, Rajshree or equivalent
29 HDPE Water Tanks Sintex , Uniplas, Unitank, Devi Polymer, Prakash,
Diplast or
30 G.I. Sheet TATA,
approvedJindal ,Bhushan(to, Essar,
ISI equivalent Lloydby
be approved orIndianOil )
31 PVC Pipe & Fittings Finolex, Supreme, Prince, Surya or equivalent
equivalent
32 Submersible Pump KSB, Crompton, CRI or equivalent
33 Structural Steel Tata, Vizag, SAIL, IISCO, JISCO, Jindal, Essar,
Hindustan, Sujana or equivalent conforming to relevant
IS code of latest edition. Angle upto
50x50, Channels upto 75 x 40mm, Flats & Square bars to
be of
ISI make or equivalent
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 51 of 69

34 Tubular Section VIZAG /ASIAN /JINDAL / Surya Roshini/ TATA,


SAIL, IISCO or
35 Reinforcement Steel TATA, SAIL, Vizag, SUJANA or IS approved make.
Equivalent

36 Cement ACC, L&T, JK, Birla, Sriram, Jaypee, Ambuja,


Ultratech, KCP, RAMCO, India Cements, Maha Cement
37 White Cement JK, BrilaBinani,
Bangur, or equivalent
Grasim, India Cements or
38 Anti-Termite Treatment equivalent
Pest Control (India) Ltd., Aristo Chemica or equivalent
39 Chromium plated bath/ fitting Plumber, Essco, Jaquar, GEM, SS or equivalent
40 G.I. Pipe Surya Prakash, TATA, Jindal or equivalent
41 Kerb Stone Nimco Prefab, KK Manholes or equivalent
42 Pipeline Duct Covers Nimco Prefab, KK Manholes, Shree Ji Concrete
Industries or
43 Plywood National,
equivalentKitply, Green ply or equivalent
44 Particle Board/ Pre-laminated Novapan or equivalent
45 Flush Doors Sitapur, Swastic, Duratuf or equivalent
46 MDF Board Nuwud, Duratuf or equivalent
47 Sun Control Film Garware Polyester or equivalent
48 FRP TANK (15/20/30/50 KL) - duly M/s Amiantit Fibre Glass Industries India Pvt, Ltd. North
approved by PESO Goa,
M/s Graphite India Ltd, Nahik, M/s Sintex Industries Ltd.,
SANITARY
Kalol, WORKS
1 European Type Water Closet Gujarath, Parryware,
Hindware, M/s Ruia Chemicals Pvt.(Catlogue
Neycer, Cera Ltd, Kolkata, M/s
No as per
Beluga
detailed
Tanks India Pvt.
specifications or Ltd., Vadodara.
equivalent
2 Orissa Type Water Closet Hindware, Parryware, Neycer, Cera (Catlogue No as per
detailed
3 Vitreous Chinaware Sinks specifications or equivalent
Hindware, Parryware, Neycer, Cera (Catlogue No as per
detailed
4 Wash Basin specifications or equivalent
Hindware, Parryware, Neycer, Cera (Catlogue No as per
detailed
specifications or equivalent
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 52 of 69

5 Plastic Seat Cover Parryware, Patel, Barbie, Marshel or equivalent


6 Flushing Cistern Hindware, Parryware, Neycer, Cera (Catlogue No as per
detailed
7 Soap Tray specifications
Hindware, or equivalent
Parryware, Neycer, Cera, Chilli or
8 PVC Pipe Fittings equivalent
Star, Prince, Supreme or equivalent
9 Tower Rail Metro, Parko, ARK, Soma, Essco, Chilli or
10 PVC Pipes equivalent
TATA, Supreme, Finolex, Prince, Prakash, Surya or
11 CP Brass Spray Shower with ball equivalent
Metro, Parko, ARK, Soma, Essco, or equivalent
&
Socket
12 Paper Holder As per approved by Site Enginner
13 Floor Trap Cast Iron : IS Approved

CP Brass Fitting : Chilli

PVC: Prince, Kishan

14 Brass Float Valves with Copper Orient, Leader, Chilli or equivalent


15 Floats
CP Brass Pillar Taps Metro, Parko, ARK, Soma, Essco, Gem, Chilli or
16 CP Brass Stop Cocks equivalent
Metro, Parko, ARK, Soma, Essco, Gem, Chilli or
17 CI Frame & Cover for equivalent
IS Approved or equivalent
Inspection
18 Chamber
Manholes in Sewer RFC, NECO or equivalent IS Approved or
19 Flush Valve equivalent
Metro, Parko, Essco or equivalent
20 Electric Water Heater Johnson, Inalsa, Crompton, Venus, Bajaj, Voltas or
21 PVC Waste Pipe equivalent
Prince, Kishan or equivalent
22 Locks Godrej, Harrison or equivalent
MECHANICAL WORKS
1 Sprinkler & Accessories UL listed to be approved by IndianOil before
execution.
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 53 of 69

2 Pipe-ERW, Black, GI, API Surya Prakash, Jindal, TATA or equivalent

3 Pipe fittings DRP Melleable, Fit-well Ind. or equivalent


4 Valve Flange- Check Valve, Gate Sant, Audco, Leader, GG, Orient, South Point, Hawa
valve, Valve
Globe valve (India) Ltd or equivalent

5 Valve Screwed - Check Valve, OPW, Leader, Syall, South Point, Petro or
Gate equivalent
6 valve, Globe valve
PV Valves OPW, South Point, Pentatech or equivalent
7 Ball Valves (25mm to 80mm SN Traders (SNT)
dia)
8 Nut & bolts Unbrako, TVS, GKW or equivalent
9 Pressure guage Fiebig, Manometer or equivalent
10 Painting for pipe line Asian Paints, Berger Paints, Nerolac, Jenson &
Nicholson,
Bombay Paints, CDC Carboline, Shalimar, Grand
11 Wraping & coating Polycoats,
STP Ltd. or equivalent
Coromondal Prodorite or equivalent
12 Doping Agent Shalimastic HD of STP Ltd, FOSROC or equivalent
13 Digital type inflator Protec, Elgi, IRA, PCL Sumo Hitech, PCL-SUMO Air
Technology Pvt. Ltd (PCL-SUMO) or equivalent as per
14 Rubber hose pipe Specification
Dunlop, to be
Swastik, approved
Maxwel/ Gates, Markwel brand or
15 Compressed Asbestos Fibre by IndianOil L)
equivalent
Champion,Telborite or equivalent
16 Gasket
Electrode ESAB, Advani, D&H, Hanovar, Mailam, Royalarc, Maruti
Weld,
GEE Electrode, Anand Arch or equivalent
ELECTRICAL
1 1.1 kV Power & Control cables Cable Corporation of India, Nicco, Finolex, Havells,Fort
Gloster,
Gloster,Polycab, Incab, Nicco, National, L&T or
equivalent as
approved by IndianOil.
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 54 of 69

2 Cable glands Baliga, FCG, FDS, Victor, Comet, Gripwel, Braco or


3 Flame proof glands equivalent
Comet, Sudhir, Switchgear, FCG, Flexpro, Baliga or
4 Lugs equivalent
Dowells, Jainson or equivalent (as approved by
5 Cable Jointing Kits IndianOil)
Raycham, M Seal, Super Seal or equivalent (as
approved by
6 MCCB, MCB, TPN, SP, ELCB, IndianOil)
Siemens, Havells, MDS-legrand, L&T, Schneider, GE
Motor Protection Circuit Power,Hager, Datar, Sprecher+Schuh, HENSEL
Breaker Power Electrical Power
7 Distribution Board,
Normal lighting LDB lamps Distribution
fixtures, Systems, Standard
Phillips, Crompton, Bajaj, or equivalent
Wipro (as
or equivalent
approved by IndianOil)
8 Electronic ballast Phillips, Crompton, Bajaj, Wipro or equivalent
9 Flame proof lighting fixtures Sudhir Switchgear, FCG, Flexpro, Baliga or
10 Magnetic Induction Lamp equivalent
Surya, Bajaj, Fortune Arts, Dyanics, Crompton
11 Flame proof equipment Greaves.
Sudhir Switchgear, FCG, Flexpro, Baliga or
12 L.T. Capacitors equivalent
Siemens, L&T, GE Power, Shakti, Khatau Junkar,
Universal or equivalent
13 Switch fuse units, switches, Siemens, Havells, MDS-legrand, Anchor, L&T, Alstom,
Fuses, C&S, AE
14 Change oversocket
Industrial switch, outlets
current or equivalent
Crompton, Havells, MDS-legrand or equivalent
transformer
15 Decorative Switches, Sockets Anchor Roma, MK, Havells, Northwest, Toyama,
Crabtree or
16 PVC & FRLS PVC wires equivalent
Anchor, Finolex or equivalent (as approved by
17 Ceiling/ exhaust fans/ Bracket IndianOil)
Crompton, Orient, Usha, Bajaj, Havels, GE, Alstom,
Mounted Khaitan or
18 Fans
Octagonal Light pole equivalent (as Crompton,
Bajaj, Phillips, approved Surya,
by IndianOil)
Valmont or
equivalent (as approved by IndianOil)
19 Fire Extinghisher Ceasefire, Safex, Firetak or equivalent
20 Ammeter /Voltmeter AE, GEC, IMP, L&T, Rishab, Kaycee, Salzer or
21 LED equivalent
Phillips, Crompton, Bajaj, Wipro, Goldwyn or
equivalent
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 55 of 69

22 Clip On type terminals Phoenix, Wago or equivalent


23 Selector Switch/ Auto manual Kaycee, Salzer or equivalent
24 switch
Servo controlled stabilizer/ Technoline, Alacrity, Universal, Servel, Powertron, V-
CVT Guard, Logicstat, Jindal, AE, Bhurji, Spectron,Venus, Sri
Power Max Technologies, Power ,DeTech, DELTECH Pvt Ltd
25 Telephone Cable Doorvani,
or equivalentDelton, Finolam, Havells or
26 MS Fan Box equivalent
Gupta, Homelite, PEW or equivalent

27 MS Junction Box Gupta, Homelite, PEW


28 Electronic Regulator Anchor Roma, Crabtree, Northwest, MK, Havells,
Legrand,
29 PVC Conduits Prakash,
Toyoma orVIP, Universal, Avon Plast or
equivalent
30 Motor Starter equivalent
L&T, LK, Crompton, Siemens or equivalent
31 Pumps (Jet/Submersible) Usha, Crompton, Kirloskar, KSB, Batliboi, Tullu or
32 D.G. set equivalent
Crompton, Kirloskar, Cummins, Jacksons, Sudhir,
Mahindra,
33 Water cooler Blue star, Voltas or equivalent
Eicher
Eureka or equivalent
34 Aquaguard, RO system forbes, ION-Exchange or equivalent
35 Air Compressor Elgi, Ingersall-Rand, Airtec, Kirloskar, KG Khosla or
36 Power line conditioners equivalent
Switching Avo Electro Power Ltd., Consul Neowatt
Power Solutions,Usha Powertech, Elcomponics
Technology India Pvt Ltd., HDC power systems pvt
ltd., HBL Power Systems, Fair Fax Technologies Pvt

37 LT Electrical Panels Type I & Type II Ltd.,


SavitruElectro ServiceEnterprises
Engineering (india). Pvt. Ltd. or equivalent

NOTE: ANY EQUIVALENT MAKE BEFORE USING/INSTALLATION AT SITE, SHALL BE


GOT APPROVED BY AUTHORISED REPRESENTATIVE OF INDIANOIL IN WRITING, WITH
COST BENEFITS (if any) TO BE PASSED ON TO INDIANOIL BY THE CONTRACTOR.
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 56 of 69

Construction Safety Checklist For Retail Outlet ( To be followed on receipt )

R/OUTLET:__________________DIST:________DIV.OFFICE_____________
STATE OFFICE:____________________
CAT:_____YR COM:______PROP:_______________INSP
BY:_________________DATE:___/___/___
Sr DESCRIPTION YES NO NA REMARKS

1) Excavation

a. Whether safe angle of repose (usually 450 ) maintained while excavating trenches
exceeding 1.5m to 3m.
b. Whether suitable bench of 0.5m width at every 1.5m depth of excavation in all
soils except hard rock.
c. Whether proper shoring and strutting to prevent cave-in or slides.
d. Whether proper precaution taken for live electrical cable
passing under the area.
e. Whether minimum 2m distance from edge of excavation maintained from vehicles
operating near excavation or whether the support work has been specially designed
to permit the vehicle come close to excavation with adequately anchored stop
blocks and barriers.
f. Whether area has been cordoned off with warning board displayed.
g. Does the excavation not affect the stability of neighbouring structure.
h. Are excavated earth kept away from edge of the pit.
i. Personal Protective Equipment are in use by the persons.
j. Whether proper arrangement is provided in case of flooding of pit with water (Ring
buoys and de-watering pumps etc.)
k. Whether sufficient lighting arrangement has been made (in case working in dark).

2) Welding
a. Check whether acetylene cylinders are not kept near the hot area and kept in right
position.
b. Whether electric cables in use for electric arc welding, are armoured and properly
insulated.
c. Whether separate earthing conductor provided for the item being welded, in
addition to welding current return cable.
d. Whether painting and welding work is not carried out simultaneously at same work
site.
e. Whether work area is free from obstruction and combustible material.
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 57 of 69

f. Whether personal protective equipments are in use during welding (face shields
overall, goggles, gloves, shoes).
g. Whether the welder during welding work is in ‘Dry’ condition.

3) Electrical Safety

a. Whether licensed electricians carrying out electrical installation


b. Whether ELCBs/double insulation provided in hand tools and tackles
c. Whether armoured cables are in use
d. Whether electrical equipments are protected from rain/ water
e. Whether all electrical equipment are properly earthed
f. Whether temporary electrical connections are absent
g. Whether bare wire ends are not used in sockets
h. Whether guards are provided on all rotating equipments including grinder
i. Whether overhead un-insulated electrical lines are deenergised during construction
work.
j. Whether proper fire fighting equipments are at place near the electrical
equipment.
k. Whether electrical shock treatment chart displayed at site.
l. Whether proper Do’s and Don’ts displayed at site.

4) Building Construction Safety

a. Whether enough barriers or protection provided to stop people falling from height.
b. Whether workers use personal protective equipment (helmet,safety shoes, safety
belt, hand gloves).
c. Whether proper ladders are in use for working at height.
d. Whether metallic scaffoldings are in use.
e. Whether loose clothes are not in use by workers working on roof for reinforcement.
f. Whether shuttering is stable or not
g. Whether earthing of electrical mixer or vibration have been done.
h. Whether people excluded from the area below the roof work or additional
precautions been taken to stop debris falling on them.

5) Structure/facility demolition

a. Whether initial survey of the structure to be demolished has been carried out and
method of demolition has been formulated.
b. Whether all electrical connections have been cut off before start of demolition
c. Whether proper supporting temporary structure has been erected before
demolishing the structure.
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 58 of 69

d. Whether information on previous use of the structure has been obtained to prevent
any hazard from chemicals/flammable material.
e. Whether danger zone round the structure has been adequately fenced off and
caution sign board displayed.
f. Whether personal protective equipment are in use during demolition work in
progress.
g. Whether proper supervision is ensured during demolition work.
h. Whether proper precautions have been taken to avoid collapse of neighbouring
facilities which may occur during demolition of the structure.
i. Whether clearing of debris from the site is being done from time to time.

6) General

a. Whether work is being done under proper supervision.


b. Whether DOs / DON’Ts displayed in local language at conspicuous place.
c. Whether part of GCC pertaining to safety precaution available at site.
d. Whether first aid kit with proper medicines is available.
e. Whether no overhead (energized) HT/LT line passes through the area of work.

Signature of Signature of
Proprietor / Manager Inspecting Officer
Distribution of 4 (Four) sets:

⇒ Original copy to Inspecting Officer


⇒ 1st & 2nd photo-copy to Divisional & State Office by Inspecting Officer
⇒ 3rd photo-copy for Retail Outlet.
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 59 of 69

Do’s and Don’ts for Construction site at Retail Outlet

Name of the RO : _______________________________


Work Order No : _______________________________
Period of Contract : _______________________________
Name of the Contractor : _______________________________
Do’s
1. Before commencement of work give sufficient input to the workers on safety requirement of the
job.
2. Use personal protective equipment (safety belt, safety shoes, safety helmet etc) at
construction.Safety belts (ISI approved) must be used when working at heights above 3 m height.
3. Keep the site clean from all unwanted materials and properly store the equipment for easy access.
4. Keep the visitors away from the construction site.
5. Use safety net whenever required.
6. Keep fire fighting equipment handy at site.
7. Keep the escape route clear.
8. Provide adequate lighting at site.
9. Use electrical hand tools with double insulation or fitted with ELCB protection.
10. Maintain safe angle of repose while excavating pit exceeding 1.5M depth. (450 ). Suitable bench of
0.5 M width at every 1.5 M depth of excavation in all soils to be provided expect in case of hard rock
or proper shuttering and shoring . Necessary steps to be provided for escape.
11. Protect the neighbouring structure from collapse where excavation is planned.
12. Take adequate precaution for underground utility lines (cables, sewers) before carrying out
excavation.
13. Make necessary arrangement for de-watering of the pit.
14. Ensure Mechanised excavator is operated by well-trained experienced operator. Ensure the wheel /
belt of the excavator are suitably jammed to prevent accidental movement.
15. Ensure use of metallic scaffolding designed for their maximum load.
16. Check for any overhead electric wire running over the construction site. If exist, ensure the same is
de-energised.
17. Cordon off the excavated pit with proper red and white band / caution board.
18. Provide suitable rubber mat around electrical panels/switches.
19. Provide First Aid kit with proper medicine at the site.
20. Openings of manholes etc should be kept in close condition.
21. Cordon off the area where field radiography is carried out.
22. Ensure all electrical connections, water connections etc have been cut off before start of
demolition.
23. Use 24 Volt FLP lamp fitting only for illumination inside confined space.
Don’ts
1. Do not start any work without presence of contractor’s skilled supervisor.
2. Do not wear loose clothing while working near rotating machine or working at height.
3. Do not keep inflammable material, waste and debris near the construction site.
4. Do not carry out hot work where inflammable materials are present and also while carrying out
painting job.
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 60 of 69

5. Do not keep the excavated earth within 1M of the edge of the pit.
6. Do not allow vehicles within 2 M distance from the edge of the pit.
7. Do not allow personnel to come within 1 M of extreme reach of the mechanical shovel.
8. Do not exceed safe working load marked on lifting equipment.
9. Do not use unamoured electric cable in construction site.
10. Do not allow electrician without license for carrying out electrical job.
11. Do not use bare wire ends in the socket.
12. Do not use temporary electrical connection.
13. Do not use barrels, boxes, loose bricks etc as working platform
14. Do not allow welding work if the welder is not in ‘Dry’ condition and not wearing protective goggles
/ face shield.
15. Do not start the job without proper work permit.
16. Do not keep any load / equipment near the edge of excavated pit.
17. Do not enter the confined space such as empty product tank without proper safety checks and in
absence of competent persons.
18. Do not demolish any structure without initial survey and formulating the method of demolition
19. Do not keep the lighted gas torch left unattended.
20. Do not throw or drop material / equipment from height.
Site specific Do’s & Don’ts (Date of visit by Site Engineer …………………………………………… )
SITE SPECIFIC DO’S AND DON’TS TO BE NOTED BY THE SITE ENGINEER AFTER MAKING THE SITE VISIT AND
THE SAME ALONG WITH ABOVE Do’s & Don’ts SHOULD BE EXPLAINED TO THE CONTRACTOR / HIS
SUPERVISOR

1.
2.
3.

Name of the Site Engineer: :


Signature of the Site Engineer :

Date :

ALL THE ABOVE POINTS ARE EXPLAINED TO ME BY THE SITE ENGINEER. AND HAVE ALSO
BEEN UNDERSTOOD BY ME AND I AGREE TO THE SAME AND TAKE FULL RESPONSIBILITY FOR COMPLIANCE
OF ABOVE POINTS.

Name of the Contractor :


Signature of the Contractor :

Date :
NOTE : The above list of Do’s and Don’ts broadly cover the requirement with and aim to Highlight
specific points related to safety. This does not override the details mentioned in the contract
in addition to the OISD 192 Guidelines / other safety requirement mentioned therein and
included in the GCC.
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 61 of 69

INDEMNITY BOND UNDERTAKING FOR ESIC


(On Stamp Paper of Rs. 100/- - to be typed in double spacing)

PROFORMA ‘B’
(To be executed if Applicable on obtaining work order)

From: M/s. _____________________________________________


(Contractors)

To: M/s. INDIAN OIL CORPORATION LIMITED

Subject: (1) Work Order No. _________________, dated __________

(2) Agreement No. __________________, dated _________

THIS INDEMNITY BOND/ UNDERTAKING executed at.............................this


.......... day
……………… of ........................ 2007 by
M/s................................................................ hereinafter called “The
Contractors” (which expression shall mean and include, if the context so admits, the
partners or partner for the time being of the Firm and their or his respective heirs,
executors and administrations its successors and assigns in law) in favour of INDIAN
OIL CORPORATION LIMITED a Company incorporated under the Company Act I of 1956
and having its Registered Office at INDIAN OIL BHAVAN, G-9, Ali Yavar Jung Marg.
Bandra (East), Mumbai 400051, and with their Telangana and Andhra Pradesh State
Office in Himayatnagar, Hyderabad, hereinafter called “The Corporation’ (which
expression shall include its successors and assigns in law).

WHEREAS the Corporation, desirous of having executed certain work specified in the
work order No. .................... dated........... issued by the Corporation on the
Contractors: has caused drawings, specifications and bill of quantity showing and
describing the work to be done prepared and the same have been signed by or on
behalf of the parties hereto AND WHEREAS the Contractors have agreed with the
Corporation to execute and perform the said work specified in the said Work Order
upon certain terms and conditions provided in the Agreement executed between the
Contractors and the Corporation and also contained in the General Conditions of
contract attached thereto.

AND WHEREAS the Contractors are bound by law to comply with the provisions of
various Labour Laws like State Migrant Workmen (Regulation of Employment and
Conditions of Service) Act 1979, Contract labour (Regulation and Abolition) Act 1970,
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 62 of 69

Workmen’s Compensation Act 1923, Employees State Insurance Act as also the
Provident Fund Act by the Contractors but in the event of violation of the provisions
of various amenities and facilities to the workers under the different labour laws, not
only the Contractors but also the Corporation as the principal employer becomes
liable for the acts of omissions and commission by the Contractors. IT IS THEREFORE
THE INTENT OF THIS INDEMNITY BOND UNDERTAKING BY THE CONTRACTORS to
indemnify and keep indemnified the Corporation as stated hereinafter.

1. The Contractors hereby undertake to furnish a certificate with regard to the


number of labourers employed by them in Corporation/ in other organization
throughout the country to the location in charge of the Corporation where the
work is undertaking by the Contractors.

2. The Contractors hereby confirm and state that they are duly registered under
Contract Labour (Regulation and Abolition) Act 1970 as amended from time to
time and that they undertake to furnish a certified copy of the requisite
Licence obtained by the Contractors from the competent authority to the
Corporation’s representative.

3. The Contractors hereby undertake to keep proper record of attendance of his


labourers and will give opportunity to the officers of the Corporation to
supervise the same and confer upon the Corporation’s representative the right
to countersign the said register if so required by the Corporation. The
Contractor shall provide a copy of the pay sheets to the Location in-charge of
the Corporation nominated by the Corporation for supervision of the payment
of wages made to the labourers by the contractors and also confer the right on
the Corporation for supervision of the payment of wages made to the labourers
by the contractors and also confer the right on the Corporation‘s
representative to supervise the payment of wages to the labourers on the spot
whenever required by the Corporation.

4. The Contractors state that they are fully aware of the provisions of the
Provident Fund Act, and the rules made thereunder. The Contractors hereby
confirm that the said act and the rules made thereunder are not applicable to
them since they have not employed labourers exceeding ______ at any time
and that the labourers so far employed were also not on continuous basis. The
contractors further confirm in this regard that no worker employed by them is
in service for circumstances none of the workers employed by them is eligible
for P.F. benefits under the said Act. The Contractors therefore state that they
are exempted from the purview of the said ACT and the rules made there
under and they are therefore not required to obtain a separate code No. from
the R.P.F.C.
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 63 of 69

5. The Contractors hereby undertake and agree that in event of any claim on
account of P.F. liabilities arising in future, they shall keep the Corporation duly
indemnified against all losses, damages, charges, expenses, penalties, suits or
proceedings which the Corporation may incur, suffer or be put to on that
account.
6. The Contractor hereby agree, confirm and declare that they have fully
complied and will comply with the provisions of various labour laws,
particularly those referred to herein above and that no violation of the
provisions of various amenities and facilities to the workers under different
laws has been done by them and in the events of any past or future violation of
the various labour laws the contractors shall indemnify and keep the
Corporation duly indemnified against all losses, damages, costs, expenses,
penalties, suits or proceeding which the Corporation may incur, suffer or be
put to.
7. The Contractor hereby agrees that the aforesaid indemnity undertaking are in
addition to and not in substitution of the terms and conditions contained in the
tender document and the work order and also the Agreement executed by the
Contractors with the Corporation.
8. The Contractors hereby confirm, agree and record that these terms of
undertaking and indemnity shall be irrevocable and unconditional and shall be
binding on their heirs, executors, administrators and legal representatives and
shall ensure for the Corporation’s benefit and for the benefit of its successors
and assigns.
9. That all questions, issues, disputes and differences between the contractor and
the Corporation arising under this indemnity bond/undertaking shall be
referred to arbitration in the same manner as indicated in the contract dt
________ executed between the contractors and the Corporation.

Yours faithfully,
Date:

Contractor’s Name and Signatures


Witness (1) _________________________________________
(Full address) _________________________________________
Witness (2) _________________________________________
(Full address) _________________________________________
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 64 of 69

PROFORMA OF BANK GUARANTEE


(FOR PERFORMANCE OF LED LIGHTING)
(On non-judicial paper of appropriate value)

To
Indian Oil Corporation Ltd.
(Marketing Division)
…………………
……………………
………………

Dear Sirs,

1. In consideration of the Indian Oil Corporation Ltd (Marketing Division)


having its
Registered Office at Mumbai (hereinafter called “The Corporation” which
expression
shall include its successors and assigns) has awarded M/s
_________________________________________ (hereinafter called “The
Contractor” which
expression shall include its successors and assigns) the work of designing,
manufacturing, fabricating, supply, installation, testing & commissioning of
(name
of the work) _________________________ in terms of a contract as
constituted by
Purchase Order No._________________ dated _________________ issued
by the
Corporation to the Contractor (hereinafter called “The Contract” which
expression
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 65 of 69

include any formal contract entered in to between the Corporation & the
Contractor
in super session of the said Purchase Order and/or all the amendments
and/or
modifications of the Purchase Order).
Further as per Clause (clause no) of the said Contract, the Contractor has to
furnish security by way of a Guarantee for a value of ` <10 % of the
contractual value> ________ (Rupees only * - value of work is restricted
towards supply of indoor and outdoor commercial/industrial complete
luminaires including LED lighting only) for the due performance of the LED
light fixtures supplied & installed under the said contract:

2. We __________ ( indicate the name of the bank) do hereby undertake to


pay the
amounts due and payable under this guarantee without any demur, merely
on a
demand from the Corporation stating that the amount claimed is due by way
of
loss or damage caused to or would be caused to or suffered by the
Corporation by
reason of breach by the said Contractor(s) / Supplier(s) / - Seller(s) of any
of the
terms or conditions contained in the said Agreement or by reason of the
Contractor(s) / Supplier(s) ‘ failure to perform the said Agreement. Any such
demand made on the bank shall be conclusive as regards the amount due
and
payable by the bank under this guarantee. However, our liability under this
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 66 of 69

guarantee shall be restricted to an amount not exceeding ` _________

3. We undertake to pay to the Corporation any money so demanded


notwithstanding
any dispute or disputes raised by the Contractor(s) / Supplier(s) / - Seller(s)
in any
suit or proceeding pending before any court or Tribunal or Arbitrator relating
thereto our liability under this present being absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our
liability for payment there under and the Contractor(s) / Supplier(s) / -
Seller(s)
shall have no claim against us for making such payment.

4. We, ____________ further agree that the guarantee herein contained


shall remain in full force and effect during the period that would be taken for
the performance of
the said Agreement and that it shall continue to be enforceable till all the
dues of
the Corporation under or by virtue of the said agreement have been fully
paid and
its claims satisfied or discharged or till ___________ office / department at
_____________ certifies that the terms and conditions of the said
agreement have
been fully and properly carried out by the said Contractor(s) / Supplier(s) / -
Seller(s) and accordingly discharge this guarantee. Unless a demand or
claim
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 67 of 69

under this guarantee is made on us in writing on or before _______ we shall


be
discharged from all liability under this guarantee thereafter.

5. We, __________(indicate the name of Bank) further agree with the


corporation that
the corporation shall have the fullest liberty without our consent and without
affecting in any manner our obligations hereunder to vary any of the terms
and
conditions of the said agreement or to extend time of performance by the
said
Contractor(s) / Supplier(s) / - Seller(s) from time to time or to postpone for
any
time or from time to time any of the powers exercisable by the corporation
against
the said Contractor(s) / Supplier(s) / - Seller(s) and to forbear or enforce
any of the
terms and conditions relating to the said agreement and shall not be relieved
from
our liability by reason of any such variation or extension being granted to
the said
Contractor(s) / Supplier(s) / - Seller(s) or forbearance, act or omission on
the part
of the corporation or any indulgence by the corporation to the said
Contractor(s) /
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 68 of 69

Supplier(s) / - Seller(s) or by any such matter or thing whatsoever which


under the
law relating to sureties would, but for this provisions have affect of so
relieving us.
6. This guarantee will not be discharged due to change in the constitution of
the
Bank or the Contractor(s) / Supplier(s) / - Seller(s).

7. We, __________(indicate the name of Bank) lastly undertake not to


revoke this
guarantee during its currency except with the previous consent of the
corporation
in writing.

Place:
Date:
Yours faithfully
For ____________________________________________
Signature _______________________________________
Name & Designation_______________________________
Name of the Branch _______________________________

NOTE
1. This Guarantee/Undertaking is not to be witnessed.
TENDER NO.: SRCC/LT/133/TAPSO/2019-20

DEVELOPMENT NRO AT HYDERABAD KNOWLEDGE CITY,


MADHAPUR TO GACHIBOWLI, RANGA REDDY DIST, Page
SECUNDERABAD DIVISIONAL OFFICE, TAPSO 69 of 69

2. This Guarantee is required to be stamped as an agreement according to


the
stamp duty act.
3. This Guarantee is required to be sent by Vendor’s Bankers directly to the
Corporation.

You might also like