Professional Documents
Culture Documents
RCC/NR/UPSOI/LPG/PT-100/20-21
TECHNICAL BID
Subject: Transportation of Indane LPG Cylinders in
vertical position on unit rate basis Ex- TRISUNDI LPG
Bottling Plant under UP State Office-1.
SR. DESCRIPTION
NO.
1 Notice Inviting Tender (NIT)
2 Pre –Qualification criteria (PQC)
Other documents to be submitted
3 General Instructions to Bidders
4 Tender Evaluation Criteria
5 Declaration by bidder in his/ her letter pad
(Check list of documents to be submitted)
6 Standard Tender Conditions
7 Special Tender Conditions
8 Standard Taxation Condition
9 Details of markets , provisional RTD & tentative monthly upliftment as
per Annexure-A
10 Documents to be uploaded as per Annexures I-XVIII
11 Transport Contract Agreement
12 Drawings (showing details of truck(s) fitting including cage & painting
scheme)
13 Documents not to be uploaded as per Annexures W1-W8
14 Transport Discipline Guidelines (TDG) (attached separately)
15 Special Instructions to Bidders (attached separately)
16 Format for giving consent & Bank Details as per Annexures -XVI
(Details to be provided on Vendors Letter Head after placement of LOA)
1-NOTICE INVITING e-TENDER (NIT)
Indian Oil Corporation Limited (IOCL), a public sector oil company and the largest Commercial
undertaking in the country, is engaged in the business of refining, transportation and marketing of
crude oil and petroleum products. Indian Oil Corporation is a Fortune “Global 500” Company.
Indian Oil Corporation Limited (Marketing Division) hereby invites digitally signed e-tender in ”Two-
Bid System”, (Part A: Technical-Bid with Commercial Terms and Part B: Price-Bid) from
Company, partnership / proprietorship firm, Co-operative Society meeting the minimum PQC (pre-
qualification criteria) for award of contract for Transportation of Indane LPG Cylinders in vertical
position on unit rate basis, ex- Trisundi Bottling Plant for a period of three years initially, with a
provision of two yearly extensions of one year each at the same rate, terms & conditions at sole
discretion of the Corporation (IOC). Indane Distributors may also participate in this tender for other
than their own loads and they shall be treated at par with other transporters. The Tender Schedule
is given below:
I. TENDER SCHEDULE:
1 Tender No RCC/NR/UPSOI/LPG/PT-100/20-21
Note - Corporation reserves the right to revise/ extend any Date/time from scheduled timelines of
published tender.
Note:
i. However, mere submission of the relevant information and meeting the qualifying
criteria would not entitle the Bidder for technical qualification. In the event
document/information submitted by the Bidder is found to be incorrect, the contract
with such Bidder shall be terminated at any stage and EMD or SD submitted shall be
forfeited. Such Bidder may also be blacklisted/ put on Holiday List by IOC.
ii. Notwithstanding any other condition/ provision in the tender documents, bidders are
required to submit complete documents pertaining to PQC along with their offer.
Failure to meet the PQC will render the bid to be summarily rejected. IOC reserves
the right to complete the evaluation based on the details furnished by the bidder,
with or without seeking any additional supporting documents/ clarifications.
III- OTHER MANDATORY DOCUMENTS TO BE SUBMITTED BY THE BIDDERS
PARTICIPATING IN THE TENDER:
i. Copy of PAN card: Bidder should have PAN Number (self attested copy of PAN card to be
uploaded). PAN card should be in the name of Proprietor or the Firm participating in the
tender.
ii. Particulars of bidder/ Firm's constitution as per Annexure-I to be uploaded in relevant
worksheet of excel file
iii. Statement of particulars of trucks offered as per Annexure-II of Technical Bid to be uploaded
in relevant worksheet of excel file.
iv. Undertaking: Undertaking duly signed and stamped on bidder’s Letter Head as per
Annexure-III.
v. Category of bidder declaration as per Annexure-IV
vi. Affidavit for attached trucks offered (if any) as per Annexure-V duly notarized and signed.
vii. Undertaking for trucks, already in operation or under consideration by any other Oil
Companies including at other locations of IOCL. Copy to be uploaded duly Notarized and
signed as per Annexure-VI.
viii. Details of relationship ( Part A , B , C & D) duly filled-in as per Annexure-VII
ix. Copy of SC/ST certificate duly issued by competent authority as per Annexure-VIII or any
other format by the competent authority to be submitted by bidders, i.e. Proprietor/All
Partners/Directors. General category shall mention “not applicable” in the check list.
x. Copy of registration certificate from Registrar of Firm to establish the registered partnership
firm enclosing all annexure wherein names of all the partners of the said partnership firm are
mentioned or Certificate of Incorporation (wherever applicable).
xi. Notarized copy of irrevocable Power of Attorney meeting the law of land , if applicable as per
Annexure- IX or any other format
xii. Proforma for confirmation on applicability of “Micro, Small and Medium enterprises
Development Act, 2006 (MSMED Act 2006)” including certificate issued as per Annexure –X
xiii. Copy of relevant MSE certificate like EM-II etc. / Udyog Aadhar No. for services under “Land
Transport“ by MSE Registered parties
xiv. Declaration by bidder regarding Blacklisting / holiday-listing as per Annexure-XII duly signed.
xv. Agreement for Integrity Pact of the Contracting company as per Annexure -XIII duly signed
on all pages (if applicable based on tender value).
xvi. MSE parties to submit the list of trucks as per Annexure-XIV
xvii. Affidavit for truck registered in the name of member of the Co-operative Society / Director of
Company (if any) as per Annexure-XV
XVIII Declaration on NCLT/NCLAT/DRT/DRAT/court receivership/liquidation as per format
annexure XVII given in the tender.
XIX Affidavit on NO MULTIPLE BIDDING as per annexure XVIII given in tender.
Important Note:
i. Bidders offering proposed trucks need not to submit / upload documents mentioned under (vi),
(vii), (xii), (xiii) & (xvii) as per above table.
ii. UNDERTAKING FOR TRUCKS IN OPERATION OR UNDER CONSIDERATION BY ANY
OTHER OIL COMPANIES INCLUDING AT OTHER LOCATIONS OF IOCL:
Bidders to upload undertaking as per Annexure-VI on a Non Judicial Stamp paper duly
Notarized and signed. Any false declaration leading to non-placement of trucks by a successful
bidder after placement of LOI or Work Order will lead to termination of contract including
forfeiture of EMD /SD and blacklisting / holiday listing of the party.
iii. The bidders shall fill the details of ownership of Trucks, Age, RTO Registration, etc. in the excel
file as per Annexure-II. There will normally be no verification of these documents at the time of
tender evaluation. The parties will be selected on the basis of information submitted / uploaded
by them while participating in the tender. These technical details shall be verified by the
respective locations for which the Truck is finally selected. Please note that in case, it is found
that the information submitted in the tender document is not correct leading to rejection of any
trucks of any bidders, then the EMD of such trucks will be forfeited. Hence, bidders are advised
to submit correct information, while participating in the tender.
iv. Notwithstanding any other condition/ provision in the tender documents, bidders are required to
submit complete documents pertaining to PQC along with their offer. Failure to meet the PQC
will render the bid to be summarily rejected. IOC reserves the right to complete the evaluation
based on the details furnished by the bidder, with or without seeking any additional supporting
documents/ clarifications.
v. After scrutiny of the Technical Bids, the eligible Bidders who meet all Technical requirements
shall be notified regarding the date and time for opening the price bid.
vi. The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition that the
Bidder will duly sign the Integrity Agreement which is an integral part of Tender Documents and
submit the same, failing which the tender/bidder will stand disqualified from the tendering
process and the bid of the tender would be summarily rejected.
vii. Authenticated means self-attested. In case at a later stage, during verification of Original of
these self-attested documents, any discrepancy is observed, the tender will be rejected. POA
holder should have digital signature in his name.
viii. Tenderers shall indemnify the Corporation from any fraudulent declaration and consequences of
the same.
BIDDERS UNDER INSOLVENCY OR LIQUIDATION OR BANKRUPTCY PROCEEDINGS
UNDER INSOLVENCY AND BANKRUPTCY CODE, 2016
1. This e-tender is floated in two-bid system i.e. technical bid & price bid. Technical bid will be
first opened on scheduled date and will be evaluated as per the terms and conditions of the
tender. Price bids of the bidders, who have qualified in technical bid based on above
evaluation by the Corporation, will be opened on a notified date.
2. Bidders have to quote in plus or minus (+/-) percentage (%) of the estimated rates for each
category of trucks given in this tender. A separate price bid (excel work sheet) has been
provided for each category of trucks. The price band in this case is (+/-) 5% for each
category. Bidders quoting beyond this band will be summarily rejected. Bidders must ensure
not to copy and paste figures /text from other excel-sheets / cells in Price Bid / BOQ, else
their bids will be summarily rejected. If the bidder(s) does not quote trucks but offers rates
for a particular category or vice versa, then such trucks / rates shall not be considered for
evaluation.
3. Bidders shall submit their offer for transportation rates in the enclosed Price Bid (BoQ).
Bidders shall quote in terms of percentage for the category of trucks in which they
participate.
4. Separate ranking, evaluation and induction will be maintained for 324/342/357 numbers 14.2
kg cylinders carrying capacity trucks (Category I) and 504/525/560 numbers 14.2kg cylinder
carrying capacity trucks (Category II).
5. In case, sufficient trucks of carrying capacity 324/342/357 is not quoted/found acceptable
against the tender, IOCL reserves the right to induct equivalent numbers of 504/525/560
capacity trucks in L-1 rate quoted against the tender. 504/525/560 capacity truck shall be
considered as 1.5 times of 324/342/357 capacity trucks for the purpose of computing
equivalence in respect truck requirement.
6. For each bidder, if ratio of quoted owned : attached trucks exceeds 1:1, then the highest
model attached trucks will only be considered and balance old attached trucks will be
rejected to bring the ratio down to 1:1.
7. A bidder will be awarded contract for maximum 10% of total requirement of
trucks in respective category of trucks (Category –I or Category –II). However,
the number of trucks offered in respective category of truck is not able to meet
the plant requirements, then trucks offered by the bidder can be considered for
award of contract beyond 10% limit.
8. Ranking Procedure: Evaluation will be based on Net Landed Cost to IOC. Net Landed
Cost will be arrived as defined below:
Net landed cost = Basic cost of transportation (as per BOQ) + Applicable GST (as declared
in Annexure-IV) – Input Tax Credit available to IOCL. Input Tax Credit available to IOCL as
on date is 100% of applicable GST. Therefore, as on date Net Landed Cost is equal to Basic
Quoted Price in BOQ.
L1, L2, L3 … etc. shall be decided on percentages quoted in the Price Bid and shall be
tabulated in ascending order to determine ranking of each bidder.
In case, same % age rates are quoted by more than one bidder, then for each such rate,
such bidders shall be considered for further ranking (L1/A, L1/B ,L1/C etc.) on the basis of
ascending order of average age of the qualified owned trucks quoted by them in terms
of number of days. For this purpose, the data given by the bidder in the excel file shall be
verified against the documents uploaded by the bidder to establish the manufacturing date of
each truck. This verified data shall form the basis for establishing the age of each truck and
will be used for further ranking.
In case only year of manufacturing is mentioned in the RC book, the age would be reckoned
from 1st January of the year of manufacturing. In case both month and year of
manufacturing is mentioned in the RC book, the age would be reckoned from 1st day of the
month of manufacturing.
If manufacturing year or manufacturing month & year is not mentioned in RC book, then the
same will be established from the copy of original invoice of quoted trucks. In case Original
Sale Invoice is not available, then manufacturing year or manufacturing month & year will be
established from the copy of Certificate issued by Manufacturer. In case the manufacturing
month & year cannot be established from any of the documents then the relevant quoted
truck will be rejected.
9. In case average age of the qualified owned trucks is same for multiple bidders, then further
ranking in ascending order will be based on the average age of number of qualified
total trucks, i.e. owned and attached trucks considered together by each such bidders.
In case the average age of total trucks quoted by multiple bidders is same then further
ranking will be based on total number of trucks quoted by the bidders followed by total
number of own trucks and total number of attached trucks in that order , in case to
break the tie and arrive at ranking of bidders. Such further ranking based on total number of
trucks will be done in descending order, i.e. the party having more number of total trucks will
rank higher.
10. In case of NIL response/ offers for Proposed trucks only are received for the tender then
lowest of the price band shall be offered to the bidders of Proposed trucks.
11. Ranking in case of Proposed trucks: There will be no ranking in case of these bidders as
they will not offer any trucks. However, acceptance of their offer will be guided as per tender
evaluation criteria mentioned in this section.
12. The above ranking of bidders will be utilized as per tender evaluation as mentioned under
different conditions.
13. Negotiations : The Corporation reserves the right to:
a) Negotiate with L1 Bidders (lowest quote): If the rates quoted by L-1 bidder(s) are at the
lowest of the rate band, there will not be any negotiations with such bidder(s).
b) However, if the quoted rates of L1 bidder(s) (lowest quoted) are more than the lowest of
the rate band, then Corporation will negotiate with such L1 bidder(s) as per the ranking
procedure mentioned above to establish the lowest rate.
c) After establishing the lowest rate, if requirement of Trucks is not met from established L1
bidders & proposed trucks (in the applicable category), Corporation will offer the
established L1 rate to other bidders in order of their ranking for their acceptance. The
above process shall continue till requirement of the trucks is fully met against this tender.
d) If any bidder does not respond to the above exercise of negotiation / rate matching
within the date and time given in order of their ranking, such bidder may lose their
chance and opportunity shall be extended to the next bidder as per the ranking.
e) No bidder shall be allowed to counter offer rates lower than the negotiated L1 rate in any
category. Any such offer shall be rejected outrightly.
f) In case, requirement of truck is not met after carrying out above process with the bidders
who participated in the tender and accepted the L1 rates, Corporation reserves its right
to induct additional trucks from all the bidders who have accepted L1 rates in order of
their ranking (ranking of reserved category like SC/ST will follow separately as per
shortfall) at the finalized L1 rate. These additional trucks may be of own or
attached. The ratio of own: attached will have to be maintained as 1 : 1 even
after considering the additional trucks for each bidder. Even after this exercise
of inducting additional trucks from the bidders accepting L-1 rate, if the NIT
requirement of Trucks is not fulfilled, Corporation shall call for Public
Expression of Interest for induction of remaining trucks in L-1 rate at the
same terms and conditions of this tender.
g) At any stage of tender process, any offer received from the bidder without being asked
by the Corporation shall be treated as unsolicited offer from bidder and same shall be
rejected summarily. Similarly, any offer received after due date and time stipulated by
Corporation, shall not be considered.
NOTE:
For number of Trucks under various categories including reservation, refer Annexure-W8.
14. A. Procurement as per Public Procurement Policy for Micro and Small Enterprises
(MSEs) Order 2012 (Policy) :
i. Subject to other terms and conditions stated in this tender document including but not
limiting to the pre-qualification criteria, Twenty Five percent (25%) of
requirement is earmarked for Micro and Small Enterprises (MSE).
ii. Out of the above 25 percent, a sub-target of 3 percent is earmarked for Micro and Small
Enterprises owned by the Women Entrepreneurs.
iii. Out of the above 25 percent, a sub-target of 5 percent is earmarked for Micro and Small
Enterprises owned by the Scheduled Caste or the Scheduled Tribe entrepreneurs.
iv. In the event of failure of such Micro and Small Enterprises (as stated in para (ii) & (iii)
above) to participate in tender process or meet tender requirements and L1 price, the
unfilled requirement shall be met from other Micro and Small Enterprises of general
category.
v. Micro and Small Enterprises quoting price within rate band, then they will be allowed to
carry out the work by bringing down their price to L1 price in a situation where L1 price is
from someone other than a Micro and Small Enterprises and such Micro and Small
Enterprises will be allowed to carry out the work upto 25 percent of requirement.
vi. In case of more than one such Micro and Small Enterprises, the work shall be shared
proportionately.
vii. Micro and Small Enterprises will be exempted from payment of Earnest Money deposit.
viii. The above provisions shall apply to Micro and Small Enterprises registered with District
Industries Centers or Khadi and Village Industries Commission or Khadi and Village
Industries Board or Coir Board or National Small Industries Corporation or Directorate of
Handicrafts and Handloom or any other body specified by Ministry of Micro, Small and
Medium Enterprises.
ix. Necessary certificate issued by Authorized body under the Ministry of Micro, Small &
Medium Enterprises shall be valid as on the date of opening of the technical bid. All the
technical specifications / techno commercial terms and conditions and the Pre-
Qualification Criteria are also to be fulfilled by the MSEs.
B. Bidders having MSE registration for services under “Land Transport“ and having received
the relevant registration like Entrepreneurs Memorandum Number Part II (EM II) etc. /
Udyog Aadhar No. will be considered for qualifying under MSE category. This document
may be verified from the respective Website / Department / Issuing authority for the
authenticity by Corporation and invalid document may lead to disqualification of the
bidder from the tender. Bidders have to compulsorily declare the information about their
trucks on self- certification basis on their letter head as per Annexure XVI. The details of
trucks are required to consider number of trucks to qualify under MSE. Furnishing of
incorrect information may lead to disqualification.
C. Bidders quoting under MSE should be careful of above mentioned condition, failure of
which respective Contracting Corporation will not be held responsible for rejection of
tenders of any bidders.
D. No attached / proposed trucks are allowed under MSE category.
15. RESERVATION:
a. The provision of reservation is 15% (fifteen percent) & 7.5 % (seven and a half percent)
for Scheduled Castes and Scheduled Tribes respectively for this tender.
b. The members of SC/ST desirous of operating the trucks will have to participate in the
tenders floated by the Corporation. The SC/ST bidder/s operating under:
i. Proprietorship- The proprietor should be of SC/ST and caste certificate should be
enclosed.
ii. Partnership firm- All partners should be of SC/ST as the case may be and caste
certificate should be enclosed for all the partners.
iii. Private Ltd. Co. – All directors of the firm should be of SC/ST as the case may be
and caste certificate should be enclosed for all the directors.
iv. Cooperative Society- Certificate issued by the registrar of co-operative societies
mentioning the registration category (SC/ST) of the society should be enclosed.
c. In the event of any party failing to submit the caste certificate as detailed above along
with the Technical Bid, the bid will be treated as a General Category bid.
d. The registered owner/s of the trucks (owned and attached) offered by the SC or ST
bidder/s must also belong to the same category, either SC or ST, as the case may be. In
other words, if the bidder offers trucks under SC category, all the registered owners of
the trucks offered against the bid must also belong to SC.
e. If any of the attached trucks offered do not belong to a member of the category
concerned, i.e. SC or ST, as the case may be, such trucks will be rejected and EMD
against such trucks will be refunded after finalization of tender.
f. The SC/ST members should fulfill all tender conditions, and will not be eligible for any
price preference or relaxation of standards.
g. SC/ST bidders can offer attached trucks provided such trucks also belong to same group.
h. SC/ST bidders can offer proposed truck under Stand up India Scheme on the basis of
confirmation letter of bank extending loan to the concerned bidder under SUIS.
i. SC/ST bidders may offer additional trucks, which will only be considered in case NIT
requirement is not fulfilled as per evaluation criteria and subject to meeting the criteria/
requirement for SC/ST.
j. If adequate number of trucks offered by SC/ST candidates are not available in any
particular year of tender, the unfilled quota may be allotted to the General category in
that year of tender. However, the unfilled quota may be carried forward to the next
tender also and offered to SC/ST candidates. If the quota of the previous tender is not
filled even in the next tender, the unfilled quota of the previous tender may be de-
reserved and allotted to general categories.
16. Reservation under MSE and SC/ST will only be extended subject to the bidders under MSE
and SC/ST quote / match the L1 rates. Not fulfilling the aforesaid condition, bidders under
MSE and SC/ST will be treated as general bidders for the purpose of allocation.
17. Evaluation of bidders under MSE, MSE - Women & MSE - SC/ST:
a. All MSE bidders can quote `Own’ category trucks only.
b. Allocation of trucks will be made proportionately amongst the qualified bidders under the
category provided such bidders quote at Floor price / L1 rates or accept finalized
L1 rates in case originally quoted within rate band, but not exceeding the
band provided.
c. Allocation of trucks on proportionate basis will be done on latest model, i.e. lowest age
trucks will be inducted first.
d. If the number of Trucks qualified under MSE category is less than the reserved no. of
25%, then all such trucks will be considered for allocation.
e. In case, number of bidders under MSE is less than the requirement of Trucks in
MSE category and qualified trucks under MSE is more than the requirement,
then one truck of latest model will be allocated to each MSE bidders . Balance
trucks under MSE will be allocated on proportionate basis as per latest model as under:
e.g. let us assume , total qualified trucks is X under MSE category and requirement as
per guidelines of 25% is Y, no. of bidders is 3 (a1 , a2 , a3 ), quoted trucks by bidders a1
, a2 and a3 is X1 , X2 and X3 respectively, then allocation of trucks will be :
First 1 truck of lowest age / latest model will be allocated to each bidder. Balance
requirement will be allocated on proportionate basis
For a1 = (X1-1 / X-3) * (Y-3)
For a2 = (X2-1 / X-3) * (Y-3)
For a3 = (X3-1 / X-3) * (Y-3)
(Trucks will be allocated upto next whole number in case of decimal, i.e. greater or equal
to 0.5 is 1 and less than 0.5 is zero. Decimals will be rounded upto tenth place to arrive
at more or less than 0.5. In case of further shortfall, i.e. trucks arrived above falls short
of the requirement as per MSE then the formula stated above for allocation will be
repeated till the number of trucks reserved under MSE get allocated).
Balance trucks quoted by the MSE bidders, if left out, will be considered for allocation as
per the original ranking of evaluation criteria of the tender and at par with other general
/ SC-ST bidders as the case may be.
f. If number of bidders is more than the number of Trucks reserved for the MSE category
and it is not possible to allocate even one Truck to each bidder, then one Truck of latest
model, i.e. lowest age will be allocated to bidders under MSE category in order of their
original ranking till the reserve quota is fulfilled. Balance trucks will be considered for
allocation as per the original ranking and at par with other general bidders.
g. In case SC/ST bidders quoting under MSE category and fulfilling the condition as per (b)
above then allocation will be made as per (c), (d), (e) & (f) above depending on the
situation. Balance trucks, left out will be considered for allocation as per the original
ranking and at par with other SC/ST bidders.
h. In case women bidders quoting under MSE category and fulfilling the condition as per (b)
above then allocation will be made as per (c), (d), (e) & (f) above depending on the
situation. Balance trucks, left out will be considered for allocation as per the original
ranking and at par with other general bidder.
i. In case requirement of 5% of trucks is not met from the SC/ST category under MSE, then
the balance trucks under MSE-SC/ST will be considered from other MSE parties of general
category.
j. In case requirement of 3% of trucks is not met from the Women category under MSE,
then the balance trucks under MSE-Women will be considered from other MSE parties of
general category.
k. In case requirement of 25% is not met from the bidders under MSE category, the
unfulfilled requirement of trucks will be allocated to the general category bidders.
l. For the reservation purpose MSEs owned by women entrepreneur shall mean :
(i) In case of proprietary MSE, Proprietor shall be women.
(ii) In case of partnership MSE, the women partner shall be holding at least 51% shares in
enterprise.
(iii) In case of Private Limited companies, at least 51%shaers shall be held
by promoters.
For women owned MSE, the bidder shall submit suitable documentary evidence as per
above.
18. Evaluation of bidders under SC/ST:
a. As per Govt. guidelines, there is a reservation of 15% for SC & 7.5% for ST category.
Requirement of trucks for bidders under SC/ST category shall be limited to the aforesaid
number as per Govt. guidelines provided such bidders quote at Floor price / L1 rates
or accept finalized L1 rates.
b. All owned and attached trucks will be listed as per ascending order of their age
separately.
c. As per requirement, all owned trucks will be considered for allocation first as per age. If
the requirement is not fulfilled from owned trucks then balance requirement will be
fulfilled from attached trucks as per age limiting the ratio of own to attach as 1:1.
d. In case of further shortfall after following step (c) above, allocation will be made to the
proposed trucks under SUIS, offered by the respective SC/ST bidders as given below:
(i) Maximum 2 trucks per bidder will be considered & total quantity of proposed trucks
will not be more than 03 (5% of NIT requirement).
(ii) In case of number of bidders are less than the required number of trucks, then at
least one truck will be allocated to bidders offering proposed trucks followed by
allocating trucks on proportionate basis. In case it is not possible to allocate trucks
on proportionate basis then balance trucks will be allocated through draw of lots.
(iii) In case it is not possible to allocate even one truck to any bidder then trucks will be
allocated through draw of lots.
(iv) Manual draw of lots by TCC under invitation to concerned bidders to remain during
the draw. In case concerned bidder(s) do not remain present during the draw, the
process of draw on predetermined date, time and venue shall be conducted by TCC
and results shall be binding on the bidders.
e. Balance excess trucks under this category will be considered for allocation as per the
original ranking of bidders and at par with other general bidders.
f. In case requirement of trucks is not met from the bidders under SC/ST category, the
unfulfilled requirement of trucks will be allocated to the general category bidders.
19. Allocation of balance packed trucks (Un-reserved category):
Evaluation of tenders will be as mentioned hereunder depending on the rates
quoted:
I. In case of bidders quoting rates, which is at floor price, i.e. at the bottom of the
price band, then allocation of packed trucks to such bidders will be as under:
(a) In case qualified trucks under unreserved category are less than the requirement, then
all the trucks qualified will be allocated.
(b) In case qualified trucks are more than requirement, then allocation of trucks will be as
under:
i. Maximum 10% of total NIT requirement of trucks per bidder shall be considered for
allocation. However, the number of trucks selected for induction is not able to meet
the NIT requirement, then trucks offered by the bidder can be considered beyond
10% of NIT requirement and for such allocation all surplus trucks will be listed age
wise (separately for owned and attached trucks) and selection will be done in the
order of least age trucks till the NIT requirement is met. During this process, owned
trucks will be considered for allocation first, followed by attached trucks.
ii. All owned and attached trucks will be listed as per ascending order of their age
separately.
iii. All owned trucks will be considered for allocation first as per the balance requirement
as per age. If the requirement is not fulfilled from owned trucks then balance
requirement will be fulfilled from attached trucks as per age limiting the ratio of own
to attach as 1:1.
(c) In case at any point of time during allocation of Trucks as above in any of the categories
(MSE or SC/ST or unreserved category), if it is found that no. of Trucks required are less
than the balance available Trucks and all the balance Trucks are of same model, then
allocation will be made on proportionate basis to bidders based on the no. of balance
trucks available with the bidders after allocation of trucks exhausting the owned trucks
first followed by attached trucks.
e.g. let us assume, balance quoted trucks is X, requirement is Y, left out trucks of a
bidder is Z, then that particular bidder will get no. of trucks from the balance trucks = Z
* (Y /X) (trucks will be allocated upto next whole number in case of decimal, i.e. greater
or equal to 0.5 is 1 and less than 0.5 is zero).
Corporation also reserves the right to close the tender without inducting balance trucks
from this group (having same model) or accept all the trucks in this group.
(d) In the above cases, the floor price quoted by the bidders shall be termed as lowest
quoted (L1) rates.
(e) In case, requirement of trucks is not met by the original quoted bidders at floor price (as
mentioned above), then remaining bidders shall be offered the L1 rate to match. Trucks
as per requirement shall be inducted based on the original ranking of bidders.
(f) In case of further shortfall, surplus TT quoted by bidders beyond 10% of NIT
requirement (refer Para (I)(b)(i)) shall be considered for allocation in the order of least
age trucks till the NIT requirement is met. During this process, owned trucks will be
considered for allocation first, followed by attached trucks.
(g) Additional trucks: Even after exercising the option upto (f) as mentioned above, full
requirement of trucks is still not met, then Corporation reserves the right to accept
additional trucks from the bidders quoted/accepted the L1 rates (Floor price). Such
bidders shall be invited to offer additional trucks with EMD of Rs 15,000/- per truck. The
trucks offered will be evaluated as per model of trucks but in the order of SC/ST (for left
out slots under respective reserved category and general bidders including distributors
quoting beyond own load requirement (transporter). Additional trucks in the form of own
or attach trucks can be offered by the bidders maintaining the ratio of 1:1 (own: attach)
for all their trucks including the originally quoted trucks.
(h) In case, even after exercising the allocation of trucks as per (g) above, requirement of
trucks is still not met, Corporation reserves the right to publish ‘Expression of Interest’
(EOI) for induction of remaining requirement of trucks at established L1 rate.
II. In case, bottom of the rate band i.e. Floor price is not quoted by any of the
bidders, then allocation of trucks will not be applicable as per above. Further
allocation of trucks for unreserved category will be as below:
(a) In case, rates (other than floor price) quoted by L-1 Bidder(s) are acceptable to the
Corporation with or without negotiations, then the L1 bidders will be ranked as per
`Ranking of Bidders’.
(b) Allotment to bidders will be done in the order of their ranking (L1/A, L1/B, L1/C…).
During such selection, trucks (both own & attached) of L1/A will be considered first
followed by L1/B, L1/C …. and so on. However, for each bidder, own trucks shall be
preferred over attached trucks.
(c) In case trucks offered by L1 bidder(s) are not meeting the full requirement, then L1
rates / negotiated L1 rates (as the case may be) shall be offered to other bidders in
order of their ranking. Such bidders shall be offered the finalized L1 rates and they will
have to confirm their acceptance in writing within the given date & time. In case of non-
receipt of confirmation within the stipulated period it will be construed that they are not
interested in accepting the offered rates in this tender. Further induction of trucks from
the transporters who have accepted the finalized L1 rates will be done in order of their
ranking till the requirement is met. However, for each bidder, own trucks shall be
preferred over attached trucks.
(d) In case of further shortfall, surplus TT quoted by bidders beyond 10% of NIT
requirement (refer Para (I)(b)(i)) shall be considered for allocation by following steps (b)
& (c) above.
(e) Additional trucks: Even after exercising the option upto (d) as mentioned above, full
requirement of trucks is still not met, then Corporation reserves the right to accept more
trucks from the bidders quoted/accepted finalized L1 rates (other than Floor price).
Such bidders shall be invited to offer additional trucks with EMD of Rs 15,000/- per truck
(off line payment). The trucks offered will be evaluated as per model of trucks but in the
order of SC/ST (for left out slots under respective reserved category) and general
bidders. Additional trucks in the form of own or attach trucks can be offered by the
bidders maintaining the ratio of 1:1 (own: attach) for all their trucks including the
originally quoted trucks.
In case, even after exercising the allocation of trucks as per (e) above, requirement of
trucks is still not met, Corporation reserves the right to publish ‘Expression of Interest’
(EOI) for induction of remaining requirement of trucks at established L1 rate.
20. Additional trucks in the form of own or attach trucks can be offered by the bidders
maintaining the ratio of 1:1 (own: attach) for all their trucks including the originally quoted
trucks.
21. Bidders who are offering additional trucks, upon receipt of offer from IOCL, should first
deposit additional EMD by way of DD (off line payment) @Rs.15,000/-truck & all
required documents for the additional trucks within a specified period not exceeding 15 days
from the date of such offer by IOCL and only then their offer for additional trucks will be
considered.
22. No additional trucks will be taken from bidders at other than established L1 rates.
23. Bidders to note that a bidder placed in the lower order of ranking may not get an
opportunity of induction of their trucks if requirement of trucks is met from the bidders
ranked above them.
24. In case all the quoted trucks have been considered in fulfilling the NIT requirement and there
is further shortfall then to fulfill the balance shortfall in NIT requirement, Corporation’s
prevailing policy will come into effect. Moreover, during pendency of the contract, if the
available trucks against the contract fail to meet the demand for supply of packed LPG from
the Plant, Corporation reserves the right to induct more trucks, over & above the NIT
requirement, at established L-1 rate at any stage of the contract.
25. Separate ranking will be maintained for category –I (324/342/360 capacity cylinder) trucks
and category –II (504/525/560 capacity cylinder) trucks.
26. No bidder will be allowed to counter offer rates lower than the negotiated L1 rates in any
category. Any offer / counter offer received from bidders without being asked by the
Corporation shall be treated as unsolicited offer and shall be summarily rejected.
27. Corporation reserves its right to allow Price/ Purchase preference to Central Public Sector
Enterprises as admissible under Government Policy.
28. The Tenderer(s) may be required to visit our office as advised to them for
negotiations/verification of documents entirely at the cost of Tenderer.
29. Only the proprietor or authorized representative of the firm should personally attend such
negotiation / meeting as commitments made and / or clarification given during negotiations
/ meeting will be binding on the Tenderer. He should carry the necessary authorization to
attend such negotiations / meeting and hand over the same to the Corporation's
representatives participating in negotiation / meeting. Negotiations with qualified tenderers
will be carried out individually in order of their ranking till the requirement of trucks is fully
met.
30. All the trucks for which LOI has been placed including the trucks under contract with Other
Oil Company/ IOCL location should be placed for verification within 15 days of the
placement of LOI at supply location.
31. All bidders accepting established L-1 (floor rate or other than floor rate) should submit
signed contract Agreement as per the prescribed format and applicable security deposit
within 15 days from the date of placement of LOI by IOCL, failing which the EMD deposited
will be forfeited & offered truck/s will be blacklisted.
5- (Declaration by Bidder in his/her letter head)
From:
M/s.
To:
GM/DGM ,
REGIONAL CONTRACT CELL
Dear Sir,
SUB: Transportation of Indane LPG Cylinders in vertical position on unit rate basis Ex-
Trisundi LPG Bottling Plant.
We are also confirming that the following documents as per the check list given below has been
uploaded and requisite EMD has been paid online.
Signature:
Full Name:
(Signed as Proprietor/Partner/Director/POA*)
* Power of Attorney meeting the law of land. : Original POA holder to sign and not by any
authorized representative.
Rubber Stamp :
Address:
6-STANDARD TENDER CONDITIONS FOR CONTRACT OF VERTICAL
TRANSPORTATION OF LPG CYLINDERS BY ROAD
2.5 The transporter’s truck carrying cylinders shall have to occasionally transport boxes of
LPG Pressure Regulators / Stationery packages as and when asked for by the
Corporation. Further, occasionally the transporter shall also be required to transport
defective PRs from the Distributor to the plant, along with the cylinder load. The
defective PRs shall be packed by the Distributor in gunny bags and shall be jointly
sealed and signed by the Distributor’s representative & Transporter’s representative
before handing over the same to the transporter. For all these activities, no extra
payment shall be made by the Corporation. However, for any short delivery of the
materials, recovery shall be made from the transporter at penal rate of the material as
declared from time to time. Loading/Unloading of material at both ends shall be
arranged by the transporter at his own cost.
2.6 The Corporation reserves the right to suspend the trucks that are suspected to be
indulging in any sort of malpractices or any other acts not conducive to the interests of
the Corporation such as misbehavior, dishonesty, disobedience, pilferage etc Such
trucks shall be suspended without giving any reasons and in all such cases, no
compensation will be paid to the transporter.
3.0 LOSS:
3.1 No allowance will be made for loss of gas from cylinders in transit.
3.2 The Transporter will collect only correctly filled and sealed cylinders with neck labels /
stickers (as the case may be) attached and deliver the same in intact conditions.
3.3 If any filled cylinder returned by distributor in same load is found to be without-seal /
seal-tampered and
a) Partially empty, the value of LPG will be debited to the transporter at the prevailing
cost of Non domestic non essential rates or rates advised from time to time for the
short quantity received and certified by LPG Plant.
b) Partially/completely filled with any other material (other than LPG) the full value of
LPG will be debited to the transporter at the prevailing cost of Non domestic non
essential rates or rates advised from time to time for full quantity (14.2 Kg for 14.2
Kg Cyls, 19 Kg for 19 Kg Cyls etc.).
c) If any OMC cylinder is detected at LPG plant in same load and is found to be
without seal / tampered seal, the value of LPG will be debited to the transporter at
the prevailing cost of Non domestic non essential rates or rates advised from time
to time for the short quantity received and certified by LPG Plant. Additionally cost
of such cylinders will be recovered from the transporters at normal tariff rates.
d) If any spurious cylinder is detected at LPG plant in same load and is found to be
without seal / tampered seal, the value of LPG will be debited to the transporter at
the prevailing cost of Non domestic non essential rates or rates advised from time
to time for the short quantity received and certified by LPG Plant. Additionally cost
of such cylinders will be recovered from the transporters at penal rates. Further,
transporter will be required to bring back such cylinders to the supply point by
same truck / LCV and transportation charges for such cylinders will not be paid to
the transporter.
e) The Transporter will have to bear the cost for any loss of cylinders/ valves/ safety
caps or any other property of the Corporation placed in his/ their custody for
transportation, at rates prescribed by the Corporation from time to time. Such
costs will be recovered from the payments due to the Transporter and/or from the
Security Deposit/ due bills for payments.
3.4 The Corporation reserves the right to recover the costs for loss or damage to
cylinders/ accessories, at its discretion irrespective of whether the truck cages were
sealed or not.
4.0 SAFETY:
4.1 Transporter/s authorised representative/s and/ or crew are required to check each and
every cylinder at the time of loading. In case the Transporter/s bring any non-standard
cylinder to the supply point in truck/ LCV whether SEALED OR NOT, such cylinders will
be confiscated by the Corporation in the interest of Public Safety and no payment shall
be made to the Transporter/s for the transportation cost. Further recovery will be made
from the Transporter at the penal rate towards such cylinders.
Cleaner should be provided along with the driver at all times.
4.2 In case of any cylinder developing a leak while in custody of the Transporter, it should
be brought to the notice of the nearest bottling plant/ Distributor/ police station and
take necessary precaution by parking the vehicle at the safe place for further necessary
action.
4.3 The transportation of LPG cylinder/s is covered by the Gas Cylinder Rules 1981.
It will be responsibility of the Transporters to ensure that the truck/ LCV and the
operations fully conform to the above rules in all respect. Some important stipulations
of the Gas Cylinder Rules 1981 are noted below for reference and guidance.
4.3.1 Cylinder shall be so transported as not to project in the horizontal plane beyond
the sides or ends of the vehicle by which they are transported.
4.3.2 There shall be no sharp projections on the inside of the vehicle.
4.3.3 Cylinder shall be adequately secured to prevent their falling off the vehicle and
being subject to rough handling/ excessive shocks or Local stresses.
4.3.4 The LPG cylinders shall always be transported and kept in the up-right position
and shall be so placed that these cannot be knocked over.
4.3.5 During unloading, care should be taken so that no damage is caused to the
cylinder and cylinders are not thrown from the vehicle during unloading.
4.3.6 Trucks/ LCVs to be engaged for transportation of LPG cylinders should be sound
and strictly conform to regulations stipulated by the Chief Controller of
Explosives and Motor Vehicles Act, as applicable, from time to time. The truck
should be properly caged at the top. The packed truck will be boxed type with
caging arrangement. (Chassis alone shall not be considered). Directional
stacking is as given below:
Capacity No. of Cylinders along No. of Cylinders along Stack Height
the width of truck the length of truck
342 6 19 3
357 7 17 3
504 7 24 3
525 7 25 3
4.3.7 BIS approved 2 nos. of New Fire Extinguishers of 9 kg. DCP type in sound and
proper working order should be carried in the vehicle and may be kept in an
easily accessible position.
4.3.8 Exhaust of the truck/ LCV must be fitted properly with new spark arrestor of a
design approved by Chief Controller of Explosives and meeting the BIS
standards. The exhaust should be routed only on the front of the vehicle
towards driver’s side.
4.3.9 No other material/ goods except as authorized by the Corporation are to be
carried in the truck/ LCV while it is loaded with LPG cylinders.
4.3.10 Smoking is strictly prohibited in the vehicle and no fire or any source of ignition
is to be permitted on and in the vicinity of the vehicle.
4.3.11 Besides crew i.e. the driver and helper, no other person is to be allowed to
travel in the trucks/ LCVs carrying LPG cylinders.
4.3.12 Vehicles crew should be adequately trained with the operation of fire
extinguishers.
4.3.13 Stout steel guards on HSD tank should be provided to minimize damage to fuel
in the event of any accident.
4.3.14 Caps with locking arrangement should be provided on HSD to prevent spillage in
the event of topping down of the truck/ LCV.
4.3.15 Successful tender should get their drivers trained, at their cost under rule No.
MV9 from the plant/ institute recognized as training center for conducting such
training programme.
4.3.16 The transporters and truck/ LCV crew members shall comply all safety related
instructions as directed by the corporation from time to time.
4.3.17 The truck crew would not be permitted to enter the location premises without
use of the PPE (personal protective equipment) such as safety shoes, safety
helmet and uniform as per instructions of Plant In-Charge. This will be treated
as irregularity and action for suspension of truck shall be taken as mentioned
under Clause No. 7.0 of PTDG (Packed Transport Discipline Guidelines).
4.3.18 Rubber mat of minimum 1 inch thickness should be provided on the bed of the
truck. Tyre is not acceptable in lieu of rubber mat.
4.3.19 Safety belt (retractable) for Driver & Cleaner should be provided by the
transporters & it should be as per the specification recommended by the
company
4.3.20 Unauthorized Parking of Trucks outside LPG Plant Premises :-
Parking of trucks inside / outside the LPG Bottling plant premises on the road is
treated as unauthorized as it causes hindrance to the traffic as well as
endangers the safety near / in around LPG Bottling Plant premises except the
Pay & Park facility meant for parking of trucks or free parking of trucks
wherever applicable. Trucks after loading with the cylinders from the LPG Plant
shall not stand outside the LPG Plant premises and shall directly go to the
Distributor Go-down. No Pay and Park charges shall be reimbursed by IOCL.
5.0 INSURANCE:
Transporter/s will be required to have an insurance policy (Third Party coverage) at his cost
for each vehicle from Insurance Company and keep such policy in force at all times to cover
all risks of whatever nature. The policy should have specific mention for coverage of any
damage caused by the truck/ LCV to Corporation/public property/person etc. during
pendency of the contract.
It is clearly understood that transit insurance coverage, if any, shall be the sole responsibility
and at the cost of the Transporter. The Corporation does not and will not insure the product
under transit risk or reimburse the Transporter for the same.
Public Liability Insurance will be taken by Corporation and Rs. 500 /truck/annum will be
recovered from transporters for the same.
6.0 TRANSHIPMENT:
Transporters shall not transship any LPG Cylinder/s at any point enroute. In case
transshipment is required on account of break-down of the truck/ LCV enroute, such
transshipment will be undertaken only with prior intimation and approval of the Corporation,
except where such transshipment to be undertaken immediately in the interest of safety. In
all such cases, it will be responsibility of the Transporter/s to carry out such transshipment
under intimation to and with the knowledge of the local Civil Police authorities. Copy of such
intimation will be furnished by the Transporter to the Corporation with full details and
justification immediately.
7.0 DISTRIBUTORS:
The Transporter/s will receive payment instrument/s, indents, sales tax form etc. from the
distributors against acknowledgment as and when requested to do so by the
concerned distributors, and such payment instrument/s with other attached documents shall
be deposited along with the ERV immediately when the particular truck/ LCV reports to the
supply point next for receiving fresh supplies. If the truck/ LCV breakdowns enroute to the
Plant and there is likely to be a delay beyond 24 hrs. , the Transporter should arrange to
reach the indent to the supply point at his/their cost.
The trucks/ LCVs may also be utilised for the movement of ST/ HR/ Scrap Cylinder between
Bottling plants or repairer premises or to any location at the prevailing rates of the contract.
If the truck / LCV is utilized for movement of LPG cylinders to / from repairer premises , the
transportation rates applicable for such movements shall be 40% ( forty percent) of the
finalized rates on RTKM basis ( i.e. for each side movement 40% of the rates will apply).
DPRs and SC valves and other materials shall be transported along with the cylinders free of
cost.
8.0 RATES:
8.1 Rates are to be quoted on plus or minus percentage basis of the estimated rates of
14.2 kg cylinders provided by the Corporation. The quoted percentage is applicable
to all the categories of rates. The estimated rates provided are inclusive of all taxes
(except Goods and Service Tax & Toll Charges), loading/ unloading/ stacking/
destacking at both ends. Tenderer has to indicate the applicable GST rate, i.e. 12%
(FCM) or 5% (RCM) in Annexure -IV. Tenderer opting for 12% GST will avail the
input credit, while Tenderer opting for 5% GST will not avail any input credit.
Corporation will make the 5% payment towards GST in case of successful bidders
opting for 5% GST. Evaluation will be based on “Net Landed Cost to IOC” after
considering the Input Credit Tax available to IOCL. As on date, the net landed cost
is equal to the basic quoted price without GST.
In case of change in admissibility of Input Credit to IOCL then the finalized rate in
the tender will be negotiated to such an extent that there will be no additional
financial outgo to the Corporation without any Input Credit, i.e. Finalized rate +
applicable GST – Input Credit= Revised rate + applicable GST.
In case successful bidders not willing to carry out the work further with the revised
rate then their contract will be foreclosed and they are bound to operate for at least
six months or till finalization of new tender, whichever is earlier at the revised rate.
Toll charges will be paid extra at actuals on production of original receipt of Toll tax
paid (in case of thermal paper receipts, original receipts as well as self-attested
photocopy to be submitted). However, responsibility of informing the concerned
location in-charge in writing along with requisite Gazette of any new toll / increase
in existing toll / closing of any toll gates after closing date of tender lies on the
transporters. If the information is not furnished to concerned location in charge of
supply location in due time then reimbursement for that period will not be made by
Corporation to the transporters claiming such charges in toll.
However, recovery will be made in case closure of toll gates from the effective date
mentioned in gazette notice.
8.2 The rate finalized in the tender will be binding on the bidder for the entire
pendency of the contract. No other taxes, levies etc. will be reimbursed thereafter
during the period of the contract.
8.3 Rates for "Hill Route with load restriction" will apply only on routes where
restrictions are imposed by the Government authorities on Axle load and/or Wheel
base. Identification of hill routes shall be at the sole discretion of Corporation.
8.4 Rates for "Hill route without load restriction" will apply only on routes where terrain
is hilly but there is no load restriction imposed by the concerned Government
authorities. Identification of such routes shall be at the sole discretion of the
Corporation.
8.5 Rates for 5 Kg cylinders shall be 0.46 times of 14.2 Kg cylinders subject to condition
that transportation charges should not exceed equivalent to full truck load of
342/525 cylinders of 14.2 Kg by adopting proper loading pattern of 14.2 Kg
cylinders and 5 Kg cylinders in a truck.
8.6 Rates for 19 Kg. cylinders shall be 1.5 times of 14.2 Kg. cylinder subject to
condition that transportation charges should not exceed equivalent to full truck load
of 342 & 525 cylinders of 14.2 Kg. by adopting proper loading pattern of 14.2 Kg.
cylinders and 19 Kg. cylinders in a truck.
8.7 Rates for 47.5 Kg. cylinders shall be 3.3 times of 14.2 Kg. cylinder subject to
condition that transportation charges should not exceed equivalent to full truck load
of 342/525 cylinders of 14.2 Kg by adopting proper loading pattern of 14.2 Kg
cylinders and 47.5 Kg. cylinders in a truck.
8.8 If the supply point/ transport planning point is shifted due to exigencies or
realignment of markets or re-organization of markets or new plant location, where
IOCL has made arrangement for cylinder filling or as required by IOCL trucks
accepted in this tender may be shifted to new location at the sole discretion of
IOCL and lowest rate, if any, prevailing at that location shall be payable. In case of
not having established rates at the new location then the original rates of earlier
location will be paid.
9.0 ESCALATION / DE-ESCALATION:
Upward/ down ward revision in transportation rates would be considered by the corporation
as per Corporation's norms from time to time in case of revision in the price of HSD. The
Retail Selling Price (RSP) of HSD at Lucknow (State Capital) will be considered for escalation/
de-escalation calculation.
Note:
(i) The retail-selling price of HSD as on the date 01/06/2020 (Date of
preparation of estimate) will be the base price. The transportation rates shall
be finalized based on this base price of HSD.
(ii) In case of commencement of new contract in between a fortnight, (the dates
1-15 and 16-31 shall be considered as first & second fortnights respectively),
the escalation & de-escalation shall be applied as per Illustrative example
given below. The initial escalation/ de-escalation while placement of the
work order shall be calculated based on the base price of HSD and the
weighted average of the RSP of HSD of the fortnight preceding the fortnight
in which work order is issued.
(iii) The escalation/ de-escalation of transportation rates will be allowed every
fortnight i.e., on 1st of every month and 16th of every month.
(iv) After placement of work order, further escalation/ de-escalation shall be
applicable as per increase/decrease in RSP (Retail Selling Price) of HSD,
which will be the weighted average of RSPs of HSD during immediate
previous fortnight, and the transportation rates thus arrived at on the above
dates shall be applicable for a period of subsequent fortnight.
(v) Only the increase/ decrease in RSP of HSD at the State Capital cities
(Within Municipal Limits) of the supply point concerned shall be considered
and the escalation/ de-escalation factor shall apply for all the Locations
coming under the respective State. In case of any dispute, the decision of
the IOCL shall be final and binding.
Illustrative Example:
The RSP of HSD as on date of estimate (05/05/19) is Rs. 65.00 (say)
Estimated Variable Transportation rate is Rs. 2.00 per CYL/KM (say)
The RSP of HSD on the date of WO (25/10/19) is Rs. 67.00 (say)
The weighted average of RSP of HSD for the fortnight 01/10/19 to 15/10/19 is
Rs. 66.00 (say)
As per tender condition, the weighted average of RSP of previous fortnight to
be taken. Then Variable Transportation rate for which WO will be placed =
Rs.2.00 + [(66.00 - 65.00)/(Capacity of Truck 342 or 525 x Average Kms per Ltr
for respective capacity of truck)].
This rate shall be applicable for the period (25/10/19 to 31/10/19). From
01/11/19, the rate applicable will be based on the escalation / de-escalation
calculated considering the weighted average RSP of HSD during the period
16/10/19 to 31/10/19 and so on.
Formula for calculation of escalation/de-escalation are given hereunder:
The escalation / de-escalation shall be calculated on the presumption that:
Notional capacity of the truck will be 342 x 14.2 kg cylinder (for 6 wheeler) &
525 x 14.2kg cylinders (for 10 wheeler).
Average Consumption of HSD will be 4 km / lit for 342 cylinders capacity trucks
& 3.5 km/lit for 525 cylinders capacity trucks
Basis of calculation of escalation shall be as follows which shall be final and binding to
all. These will be applicable uniformly irrespective of make, model and loading capacity
of truck.
Sample calculation for escalation / de-escalation is given below:
Distance 'X" KM RTD
Standard Capacity of truck (14.2 kg. cyl.) : 342 Cylinders or 525 Cylinders
HSD : Say Rs. "A", increase/decrease per litre,
Escalation/De-escalation per cylinder = A/(4*342) Rs./cyl/Km for 342 Cylinder carrying
capacity trucks or A/(3.5*525) Rs./cyl/Km for 504/525 Cylinder carrying capacity trucks
as the case may be. This escalation/de-escalation will be applicable only on the
Variable Rate component (Rs./Cyl/RTKM) of the finalized transportation rate.
The decision of the Corporation on the calculations as well as implementation will be
final and binding.
After completion of 3rd year, escalation of @4.0% for 4th Year and @4.0%
for 5th Year on the Fixed Rate component (non-fuel component) of the
finalized transportation rate shall be considered. The same will be in
addition to the escalation/de-escalation on account of change in fortnightly
average rate of HSD as compared with reference rate.
Formula for working out Escalation on the Fixed Rate component of
finalized transportation rate at the beginning of 4th and 5th Year of contract:
a) Let the Fixed Rate component (non-fuel component) of the finalized Transportation
Rate be R in Rs./cyl
b) The revised Fixed Rate component (non-fuel component) for the 4th year would be:
R + 0.04*R = 1.04*R
c) The revised Fixed Rate component (non-fuel component) for the 5th year would be:
1.04*R + 0.04*(1.04 *R) = 1.0816*R
10.0 GENERAL:
10.1 The Transporter will provide all the equipment and the manpower required for
Carrying out the work assigned to them as detailed in the description of job. The job
specifically includes Loading / Unloading and vertical stacking/ destacking of filled and
empty cylinders at the supply point/s as well as at the destination/s. If the
Transporter/s fail to carry out loading/ unloading, vertical stacking/ destacking at the
distributor's Godowns, the actual amount incurred by the distributor/s for this work as
certified by the concerned distributors/ repairer shall be debited to the Transporter.
10.2 Trucks/ LCVs provided for transportation of cylinders should preferably be registered
in the State in which the Bottling Plant is located and should preferably be covered by
NATIONAL PERMIT/ZONAL PERMIT at Transporter's cost. Transporter/s should ensure
that such permit is available with trucks/ LCVs driver at all times during operation of
trucks/ LCVs and during contract period. In case, sufficient numbers of trucks for this
specific requirement is not available, the transporter, as directed by the Corporation,
shall arrange to change the Registration numbers of trucks or replacement of trucks
and/or obtain suitable permits at their own cost within one month of such directive.
Failure to do so would be treated as breach of contract and action as per the terms
and conditions would be taken.
10.3 The Transporter will operate the said trucks/ LCVs for haulage of LPG cylinders of the
Corporation as and when required by the Corporation to various destinations as per
requirement. It is distinctly understood that the Corporation has not guaranteed any
minimum turnover, whether daily, monthly or during the contract. The Transporter will
not be entitled to demand any idling charges or minimum turn over charges or any
other loss or damage of whatsoever nature against the Corporation for non-utilization
of the said trucks/ LCVs wholly or in part.
10.4 Corporation may utilize the trucks based on manual load planning or computerized
automatic truck load planning as per requirements / to the best benefit of Corporation.
10.5 Any loss of the product/ equipment's of the Corporation's while loading/ unloading or
in transit or as is subsequently detected will be at the entire risk, cost and expenses of
the Transporters only. If through any mistake, inadvertence, lack of prudence or
foresight of the Corporation or through any mistake at locations or other
establishments, any loading of product is undertaken in the truck/ LCV without
required documents being signed by the authorised representative of the Transporter
or in respect of any irregularity therein, the same will not absolve the Transporter/s
from liability in respect of transportation of such product and all the provision
contained in the agreement shall also apply to such product/equipment's so loaded in
such trucks/ LCVs.
10.6 That the loading of the trucks/ LCVs at the refineries/ bottling plant or any other
establishment and the unloading thereof will be the sole responsibility of the
Transporter's and this provision will not in any way affect or modify the liability of the
Transporter under any other provision thereof.
10.7 That in case the truck/ LCV is/ are rendered unserviceable for want of repairs/
servicing, the Transporters will make arrangement for effecting supplies by placing
alternate trucks/ LCVs with prior information to and approval of the Corporation. In
the event of the Transporter's failure to provide alternative trucks/ LCVs within 15
days, the Transporter/s will be liable to make good to the Corporation any extra
expenditure that may be incurred by the Corporation in making other arrangements
for affecting the supplies without prejudice to all other rights of the Corporation. Such
extra expenditure will be deducted from the pending transportation bills and/ or
security deposit of the Transporter/s.
10.8 The Transporters shall observe and implement all the laws of the land, the rules
framed there under which are beneficial to the staff employed by him/ them and that
the Corporation shall in no event, be liable or responsible for any default that will arise
out of non-observance of such laws/ rules on the part of the Transporter/s and the
Transporter/s shall indemnify and keep indemnified the Corporation against the same
and from all proceedings in respect thereof.
10.9 The transport charges payable under the contract will be based on shortest route
approved by the company on the round trip basis (called RTKM). A list of current
RTKM's applicable to storage points/ Bottling plants where trucks/ LCVs are based are
available with concerned storage point/ bottling plant. “RTDs are subject to change
from time to time and recovery /payment shall be affected on this account from date
of change of RTD at the sole discretion of the Corporation.” Reverified RTDs are to be
made effective from date of start of operating current contract or from the date of
reduction / increase whichever is later and recovery / payment to be made in event of
any downward / upward revision from such date.
10.10The Transporters shall not unilaterally induct or withdraw trucks/ LCVs as listed in the
work order. However in case of any exigency the Transporter/s will be liable to
position additional fleet over and above the commitment as per work order within 24
hours of receipt or clear written communication from the Corporation.
10.11The Security Deposit/ EMD is liable to be forfeited if the Transporter/s fail to position
the number of trucks/ LCVs agreed to in the contract.
10.12The successful bidder on whom the work order is placed may purchase their entire
requirement of HSD from IOC's consumer pump facility installed at plant/ approved
IOC Retail Outlet. The facility to recover the cost of HSD purchased for the
transportation work done for IOC' from the transportation bills may be extended by
IOC.
10.13It is mandatory for the Transporter to abide by all the Safety, Health and Environment
related norms as in force during the period of contract. In case of violation of any of
the above norms by the Transporter, a penalty of Rs. 5000/- and applicable GST will
be imposed on per occasion basis.
10.14Similarly, in case of violation of any of above norms resulting in any physical injury, a
penalty of 0.5% of the contract value per injury in addition to Rs. 5000/- and
applicable GST as given above will be imposed.
10.15Similarly, in case of violation of any of above norms resulting in a case of fatal
accident within the Bottling Plant premises, a penalty of 1% and applicable GST of the
contract value(maximum of Rs. 10,00,000) per fatality in addition to Rs. 5000/- as
given above will be imposed. It is advised in the interest of the Transporter to take an
appropriate insurance policy that can cater to the needs of such incidents.
10.16As per the policy of the Corporation the all statutory taxes including Income Tax will
be deducted at source at the prevailing rates from time to time while making payment
of transportation bill as per Government Directives.
10.17FLEET / LOYALTY CARD : Successful bidders will be made member of IOCL ‘s Fleet
/ Loyalty card and Corporation’s internal guidelines will be followed in respect of %
age of transportation payment through Fleet / Loyalty card for upliftment of HSD from
the respective Corporation’s Retail Outlets.
11.0 ARBITRATION :
Any dispute or difference arising under or in connection with this contract shall be referred to
a Sole Arbitrator as per the provisions of the Indian Arbitration and Conciliation Act 1996 as
amended vide Arbitration & Conciliation (Amendment) Ordinance 2015 dated 23.10.2015.
The parties hereby agree that the court in city of Lucknow (respective state office HQ) alone
shall have jurisdiction to entertain any application or any award/s made by the Sole
Arbitrator or other proceedings in respect of anything arising under this Agreement
8-Standard Taxation Condition under GST Law
Clause Description
No.
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 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.
In case the contractor is opting for Composition scheme under the GST laws (i.e Section
10 of the CGST Act, 2017 and similar provisions under the respective State / UT law), the
contractor should confirm the same. Further the contractor to confirm the issuance of Bill
of Supply while submission of tender documents and no GST will be charged on IOCL.
In case the contractor is falling under Unregistered category, the contractor should
confirm the same.
4 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 recover the
amount including interest payable alongwith Statutory levy/Tax, if any, payable on such
recovery.
5 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.
6 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
Clause Description
No.
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.
7 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 alongwith
Statutory levy, if any, payable on such recovery.
8 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.
9 ROAD PERMIT /WAY BILL
9.1 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.
9.2 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 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.
ANNEXURE – A
Tentative
Expected
Distributor Provisional Truck
S.N. Markets ex- Trisundi BP sale in
SAP Code RTD (Km) requirement
MT
(Nos)
1 252663 URMILA INDANE GRAMIN VITRAK 183 117 1.5
2 286206 AJGARA INDANE GRAMIN VITRAK 65 61 0.5
3 287133 AKHANDNAGAR INDANE GRAMIN VITRAK 163 52 0.6
4 173032 ASC SUPPLY DEPOT ALLAHABAD 174 26 0.3
5 282409 COBRA GAS AGENCY 174 13 0.2
6 171321 CRPF ALLAHABAD INDANE GAS AGENCY 174 9 0.1
7 153766 HARISHCHAND GAS SERVICE 174 232 2.9
8 310777 ISHNA RAJ INDANE SERVICE 174 34 0.4
9 153770 KAMDHENU INDANE GAS SERVICE 174 168 2.1
10 153771 KHULDABAD GAS SERVICE 174 195 2.4
11 153773 MANJUCHANDRA GAS SERVICE 174 121 1.5
12 171323 PAC GAS SERVICE DMGJ ALLD. 174 17 0.2
13 171510 POLICE LINE GAS SEWA 174 39 0.5
14 273114 RED EAGLE INDANE GAS AGENCY 174 9 0.1
15 153785 SANGAM GAS SERVICE 174 169 2.1
16 287286 SHIVESH INDANE GAS SERVICE 174 107 1.3
17 202490 SHUBHI INDANE 174 209 2.6
18 153792 SWARAJ GAS SEWA 174 211 2.6
19 153796 VIJAI GAS SERVICE 174 274 3.4
20 264155 SIDDHI VINAYAK INDANE SERVICE 68 99 0.8
21 285250 ASPUR DEVSARA INDANE GRAMIN VI 74 66 0.5
22 294841 CHANDRA INDANE GRAMIN VITRAK 126 60 0.5
23 171733 VINDHESHWARI GAS SERVICE(IBP) 288 120 1.5
24 313719 BURHUPUR INDANE GAS AGENCY 148 18 0.1
25 305761 AYUSH INDANE GRAMIN VITRAK 60 9 0.1
26 314134 VIMALA INDANE GAS AGENCY 156 17 0.2
27 308260 MAA VINDHYAVASINI INDANE GAS AGENCY 80 52 0.4
28 275513 MALIK KRIPA INDANE GRAMIN VIT 157 34 0.4
29 202920 Dostpur Indane 129 166 1.4
30 265830 VAISHNAVI INDANE GRAMIN VITRAK 192 47 0.6
31 281117 FARIDABAD INDANE GRAMIN VITRAK 112 126 1.0
32 310402 PRATAPAVAT INDANE GAS AGENCY 52 13 0.1
33 272075 MALTI INDANE GRAMIN VITRAK 139 99 0.8
34 308665 MAISHA INDANE GAS AGENCY 129 26 0.2
35 278582 SATYARTH INDANE GRAMIN VITRAK 98 97 0.8
36 315149 RAMPATI INDANE GAS AGENCY 136 34 0.3
37 260884 HATHIGAWAN INDANE GRAMIN VITRA 158 56 0.7
38 199033 RAM LAKHAN GAS SERVICE 137 328 2.7
39 308172 UTTAM INDANE GRAMIN VITRAK 236 21 0.3
40 288023 JAFRABAD INDANE GAS SERVI 173 39 0.5
41 310359 SURYA INDANE GAS SERVICE 150 22 0.2
42 278592 JETHWARA INDANE GRAMIN VITRAK 93 104 0.9
43 323607 Biraili Indane Gas Agency 112 4 0.1
44 314015 GRAMIN INDANE GAS AGENCY 166 26 0.3
45 263097 JAI MAA AMBEY INDANE GAS SER 154 97 0.8
46 290583 KOTWA INDANE GRAMIN VITRAK 195 94 1.2
47 254755 Shivaloy Indane Gas Service 87 191 1.6
48 173033 CONS.CO-OP.SOC.LTD.Kumarganj 157 17 0.2
49 293317 RADHEY SHYAM INDANE SERVICE 157 39 0.5
50 156137 MAA ASHTBHUJI INDANE GAS SER. 153 204 1.7
51 295307 SHRI SHAMBHU INDANE SERVICE 49 56 0.5
52 310426 SHIVANSH INDANE GAS SERVICE 130 22 0.2
53 289095 MALIPUR INDANE GRAMIN VITRAK 152 30 0.3
54 253324 GURUKRIPA INDANE GRAMIN VITRAK 80 83 0.7
55 313938 MAA SATNA DEVI INDANE GAS AGENCY 188 13 0.2
56 308405 SARAL INDANE GAS AGENCY 144 30 0.3
57 285373 MUNGRA BADSHAHPUR INDANE GAS S 119 118 1.0
58 308358 SUSHMA INDANE GAS AGENCY 58 30 0.3
59 308371 MANSI INDANE GAS AGENCY 98 9 0.1
60 155501 PRAGYA INDANE SERVICE 64 208 1.7
PRATAPPUR KAMAICHA INDANE GRAMIN
61 287139 VITRAK 77 56 0.5
62 287438 AASHVI PURAB GAON INDANE GRAMIN VIT 88 39 0.3
63 269253 JEET INDANE GRAMIN VITRAK 68 78 0.6
64 156298 SHASHANK GAS SERVICE 8 243 2.0
65 313026 RADHE KRISHNA INDANE GAS AGENCY 127 47 0.4
66 323605 Kunwarpur Indane Gas Agency 196 4 0.1
67 287804 RANJEETPUR INDANE GRAMIN 192 39 0.5
68 313759 SAROJANI INDANE GAS AGENCY 170 30 0.4
69 312389 GIRJA SHANKER INDANE GAS AGENCY 115 30 0.3
70 305209 HARIOM INDANE GRAMIN VITRAK 110 45 0.4
71 308082 SHREJAL INDANE GRAMIN VITRAK 141 30 0.3
72 272899 ANNAPURNA INDANE GRAMIN VITRAK 110 56 0.5
73 313568 ANIL PATEL INDANE GAS AGENCY 128 34 0.3
74 313206 SHUBH KAMNA INDANE GAS AGENCY 110 30 0.3
75 283577 SHARDA TILANGA INDANE GRAMIN V 238 44 0.5
76 271365 SIDDHARTH INDANE GRAMIN VITRAK 119 77 0.6
77 308425 AYUSHI INDANE GAS AGENCY 144 63 0.5
78 278571 SAI GK INDANE GRAMIN VITRAK 118 140 1.2
79 314040 VIJHVAT INDANE GAS AGENCY 92 17 0.1
mate off take shown herein above may increase / decrease and are estimates only.
above are provisional and subject to change after due verification.
d and distances are indicative only and markets can be attached or detached by the Company based on the market conditio
of Markets (Distributors/ Customers in the area) listed above can be changed without any prior notice by the Corporation at
10- DOCUMENTS TO BE UPLOADED
(Annexure I to XV)
STATEMENT OF CREDENTIALS
Tenderer should fill in below mentioned details along with the Technical bid. (NON- COMPLIANCE
OF ANY DETAILS WILL MEAN INCOMPLETE TENDER). Please state "NOT APPLICABLE" in case you
have no positive answer. For example, if you are not a proprietary firm, then please state "NIL" or
“NOT APPLICABLE’ against item No. (B) 1 below instead of keeping the same blank.
10 Partnership firm?
If yes, Give names of the Partners
IN FIGURES IN WORDS
Number of registered
trucks Offered:
S. RTO Address of Engine Chassis RLW ULW Capacity in Date of Model ABS Name Relationship Owned / In case of attached ,
N. Registration Registering No. No. in KG in KG KG ( RLW- manufacturing / (Y/N) of owner with the attached whether affidavit
No. RTO ULW ) Make of truck bidder submitted
Yes No
1
2
3
4
5
6
7
….
Trucks should be of Standardized loading Capacity of 342 empty/ filled cylinders of 14.2 Kg ( Tare weight of 14.2 Kg capacity cylinder is around 15.0 Kg to
16.9 Kg and gross weight of filled cylinders ranges from 29.2 Kg to 31.1 Kg )
Legible Photostat copies of RC book and insurance policy to be uploaded.
For entering the details, excel file as per Annexure-II to be updated and uploaded.
TENDER NO. RCC/NR/UPSOI/LPG/PT-100/20-21
Annexure- III
Name of Work: Transportation of Indane LPG Cylinders in vertical position on unit rate basis
Ex-Trisundi LPG Bottling Plant under UP State Office-I.
We confirm that we have quoted the rates in this tender considering inter-alia the
1. Tender Documents
2. Additional Documents (if any)
3. BoQ Document (Price Bid Format)
4. Corrigendum ( if any)
5. Pre-Bid Meeting minutes (if any)
Name of Tenderer(s)
DATE:
PLACE:
We also confirm that we are not the cylinder handling / haulage contractor at Trisundi LPG Bottling Plant for
which we are quoting in this tender.
NOTE:
i. Bidders are advised to give category declaration mandatorily as given above and only one
category should be selected by giving a tick mark (√) in the relevant box. Category once chosen by
a bidder cannot be changed after bid submission.
ii. Indane Distributors applying for other than own loads will be treated at par with other bidders
of respective category.
iii. If the bidder does not give category declaration in the Annexure-IV or the bidder is not eligible for
the category declared, they shall be re-evaluated and categorized by IOCL based on the
documents submitted in the tender, which will be binding on the bidder.
iv. RCM : Reverse charge Mechanism , FCM: Forward Charge Mechanism . If no tick against GST box
, then it will be considered as RCM.
Full Name:
Address :
ANNEXURE-V
AFFIDAVIT FOR ATTACHED TRUCKS
(On a non judicial stamp paper of Rs. 100/- duly verified by Notary Public)
3. I confirm that I am not the haulage contractor at the Plant where my trucks are being
attached.
4. That I have not attached the above mentioned truck/LCV with any other bidder.
5. That the subject truck/LCV is not involved in any legal litigation other than routine cases of
road accidents or any violation of Motor Vehicle Act.
6. That subject truck/LCV has not been blacklisted so far by any Oil Company.
DEPONENT
Verified that the contents of the above affidavit are true and correct to the best of my knowledge and
belief. No part of it is false and nothing has been concealed therein.
DEPONENT
Verified at on
ANNEXURE-VI
I/We further confirm that in case, any of the information noted above or furnished in the tender
document found to be untrue or incorrect at any stage i.e. at the time of evaluation of tender or after
finalization of contract, Corporation shall have right to reject our tender and/or terminate the contract
including termination of the contract and forfeiture of the Earnest Money/Security Deposit.
We also undertake that should there be any action against Corporation resulting in damages of
whatsoever nature to Corporation on account of award of contract in our favour on the basis of
misrepresentation, we shall keep the Corporation completely indemnified against all the losses/
damages, litigations, court actions etc.
Vendor should furnish following details in the appropriate part based on their organizational structure.
PART-A
PLACE :
DATE :
PART-B
2. Address
3. Name of Partners
PLACE :
DATE :
PART-C
( APPLICABLE WHERE THE TENDERER IS
A LIMITED / PRIVATE LTD.CO.)
2. Address of :
a) Registered Office:
b) Principal Office:
PLACE :
DATE :
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:
3. Date of retirement :
DATE :
PLACE :
N.B.
1. A separate sheet may be attached, if the above is not sufficient.
2. Strike out whichever is not applicable. If the Tenderer 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 tenderer 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.
ANNEXURE-VIII
SC/ST CERTIFICATE
A Bidder who claims to belong to one of the Scheduled Castes/Scheduled Tribes should submit in
support of his claim a certificate issued within one year preceding the date of tender opening for the
Packed LPG Transportation contract, in original, with a copy thereof, in the form given below, of the
District in which his parents (or surviving parents) ordinarily resides who has been designated by the
State Government concerned as competent to issue such a certificate. If both his parents are dead, the
officer signing the certificates should be of the district in which the Bidder himself ordinarily resides
otherwise than for the purpose of his own education. The following standard format is to used for the
purpose.
The Form of the certificate to be produced by Scheduled Castes/ Scheduled Tribes candidates apply
for appointment to posts under the Government of India.
1. This is to certify Shri / Shrimati / Kumari.............................................................................
son / daughter* of.................................................................................................of village/
town*..............................in District/Division*.....................................................................
of the State/Union Territory* of......................................................................belong to the
.........................Caste/Tribes and his / her religion is............................................which is
recognized as a Scheduled Castes / Scheduled Tribes under:
The Constitution (Scheduled Castes) Order, 1950*
The Constitution (Scheduled Tribes) Order, 1950*
The Constitution (Scheduled Castes) (Union Territories) Order, 1951*
The Constitution (Scheduled Tribes) (Union Territories) Order, 1951*
(As amended by the Scheduled Castes and Scheduled Tribes Lists (Modification) Order, 1956, The
Bombay Reoraganisation Act, 1960. The Punjab Re-organisation Act, 1966, The Himachal Pradesh
Act.1970, The North Eastern Area (Reorganisation) Act, 1971 and Scheduled Tribes Orders
(Amendments) Acts, 1976.)
the Constitution (Jammu & Kashmir) Scheduled Castes Order, 1956*
the Constitution (Andaman & Nicobar Islands) Scheduled Tribes Order, 1956*
the Constitution (Dadar and Nagar Haveli) Scheduled Castes Order, 1962*
the Constitution (Pondicherry) Scheduled Castes Order, 1964*
the Constitution (Scheduled Tribes) (Uttar Pradesh) Order, 1967*
the Constitution (Nagaland) Scheduled Tribes Order, 1970*
The Constitution (Sikkim) Scheduled Castes Order, 1978*
The Constitution (Sikkim) Scheduled Tribes Order, 1978*
2. Application in case of Scheduled Castes / Scheduled Tribes persons who have migrated from
one State / U.T.:
The certificate is issued on the basis of the Scheduled Castes / Scheduled Tribes. Certificate
issued to Shri / Smt*…………………………………….father / mother of Shri / Smt
/Kumari*………………..in the District / Division………………………………….of the State / Union
Territory* ………………………………..who belongs to the ……………………………….Caste /
Tribe* in the State / Union Teriitory*………………………………Issued by
the………………………..(Name of prescribed authority) vide their No…………………Dated………
3. Shri / Smt / Kumari*…...........................................and / or his / her* family ordinarily reside(s) in
village / town……………………of.............................District / Division of the State / Union territory
of ………………………………………
4. Sub – Divisional officer of the area where the candidate and / or his family
ordinarily resides.
This power of Attorney shall remain irrevocable till the validity period of our quotation, Transport
Contract Agreement/or refund of our Security Deposit whichever is later.
In witness whereof, we have hereunto set and subscribed our hands at
…...............this...............day..............of.................two thousand......................
a. Micro Enterprise - ( )
b. Small Enterprise - ( )
2. Copy of proof of valid document / certificate (indicating registration no.) of being a Micro / Small
Enterprises are enclosed.
Date : Name :
Designation :
Seal :
Note : In case above Format along with proof of valid document / certificate (indicating
registration no.) is not submitted in offer, it will be presumed that your organization is not a micro
OR small enterprises as per the provisions of MSMED Act 2006 and consequently you will not be
eligible to the benefits admissible under the MSMED Act 2006.
ANNEXURE-XI
Confirmation letters from Scheduled Commercial Banks for extending loan under Govt. of
India’s Stand Up India Scheme.
ANNEXURE – XII
PROFORMA OF DECLARATION OF BLACK LISTING/HOLIDAY LISTING
In the case of a Proprietary Concern:
I hereby declare that neither I in my personal name or in the name of my Proprietary concern M/s
which is submitting the accompanying Bid/Tender nor any other concern in which I am
proprietor nor any partnership firm in which I am involved as a Partner, are presently or have during the past
three years, been placed on any black list or holiday list declared by Indian Oil Corporation Ltd. Or by any
department of any Government (State, Provincial, Federal or Central) or by any Public Sector Organization in
India or in any other country nor is there pending any inquiry by Indian Oil Corporation Ltd. Or any Department
of the Government or by any Public Sector Organization in Indian or in any other country in respect of any
corrupt or fraudulent practice(s) against me or any other or my proprietorship concern(s) or against any
partnership firm(s) in which I am or was at the relevant time involved as a partner, except as indicated below:
(Here give particulars of blacklisting or holiday listing, an/or inequiry and in absence thereof of 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 said firm either in his individual capacity or as proprietor or partner of any other
firm or concern presently are or within the past three years have been or has been placed on any blacklist or
holiday list declared by Indian Oil Corporation Ltd. Or by any department of Government (State, Provincial,
Federal or Central) or by any Public Sector Organization in India or in any other country nor there is any pending
inquiry by Indian Oil Corporation Ltd. Or by any Department of any Government (State, Provincial, Federal or
Central) or by any Public Sector Organization in India or in any other country, in respect of corrupt or
fraudulence practice(s) against us or any partner or any partner or any other concern or firm of which he is
proprietor or partner, except as indicated below:
(Here give particulars of blacklisting or holiday listing and/or inquiry and in the absence thereof state “NIL”).
In the case of Company:
We hereby declare that neither we or a parent, subsidiary or other company under direct or indirect common
parent(associate company) are presently nor have within the past three years been placed on any holiday list or
black list declared by Indian Oil Corporation Ltd. Or by any Department of any Government (State, Provincial,
Federal or Central)or by any Public Sector Organization in India or in any other Country: and that there is no
pending inquiry by Indian Oil Corporation Ltd. Or by any Department of any Government(State, Provincial,
Federal or Central) or any Public Sector Organization in any country against us or a parent or subsidiary or
associate company as aforesaid in India or in any other country, in respect of corrupt or fraudulent
practice(s),except as indicated below:
(Here give particulars of black listing or holiday listing and/or inquiry and in the absence thereof state “NIL”)
It is understood that if this declaration is found to be false in any particular, Indian Oil Corporation Ltd. 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 without prejudice to any other right or remedy (including black listing or holiday listing) available to
Indian Oil Corporation Ltd.
Yours faithfully
To be executed on plain paper and submitted along with Technical Bid/Tender documents
for tenders having a value of 10 crores or more. To be signed by the bidder and same
signatory competent/authorized to sign the relevant contract on behalf of IOCL.
(Marketing Division)
Tender no. : RCC/NR/UPSOI/LPG/PT-100/20-21
INTEGRITY AGREEMENT
This Integrity Agreement is made at on this
day of
BETWEEN
Indian Oil Corporation Limited, a company duly incorporated and validly existing under the provisions
of Companies Act, 1956 and having its registered office at Indian Oil Bhavan, 9, Ali Yavar Jung Marg,
Bandra (East), Mumbai 400051 (hereinafter referred as the ‘Principal/Owner’, which expression shall
unless repugnant to the meaning or context hereof include its successors and permitted assigns)
And
……………. (Name and address of the Individual/firm/Company/consortium members through _
(mention details of duly authorized signatory) hereinafter referred to as the “Bidder/Contractor” and
which expression shall unless repugnant to the meaning or context hereof include its successors and
permitted assigns.
Preamble
WHEREAS the Principal/Owner has floated a tender (Tender No. : ) (hereinafter referred to as
“Tender”) and intends to award, under laid down organizational procedures, contract/s purchase
order/work order for...............(Name of contract/order) or items covered under the tender hereinafter
referred to as the “Contract”.
AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land, rules,
regulations, economic use of resources and of fairness/transparency in its relation with its Bidder(s)
and Contractor(s).
AND WHEREAS, in order to achieve these goals, the Principal/Owner has appointed Independent
External Monitors (IEM), to monitor the Tender process and the execution of the Contract for
compliance with the principles as laid down in this Agreement.
AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this Integrity
Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions of which
shall also be read as integral part and parcel of the Tender documents and Contract between the
parties.
NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby
agree as follows and this Pact witnesseth as under:
Article 1: Commitment of the Principal/Owner
1) The Principal/Owner commits itself to take all measures necessary to prevent corruption and to
observe the following principles:
a) No employee of the Principal/ Owner, personally or through any of his/her family members,
will, in connection with the Tender, or the execution of the Contract, demand, take a promise
for or accept, for self or third person, any material or immaterial benefit which the person is
not legally entitled to.
b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and
reason. The Principal/Owner will, in particular, before and during the Tender process, provide
to all Bidder(s) the same information and will not provide to any Bidder(s) confidential I
additional information through which the Bidder(s) could obtain an advantage in relation to
the Tender process or the Contract execution.
c) The Principal/Owner shall endeavor to exclude from the Tender process any person, whose
conduct in the past has been of biased nature.
2) If the Principal/Owner obtains information on the conduct of any of its employees which is a
criminal offence under the Indian Penal Code (IPC) /Prevention of Corruption Act, 1988 (PC Act)
or is in violation of the principles herein mentioned or if there be a substantive suspicion in this
regard, the Principal/Owner will inform the Chief Vigilance Officer and in addition can also initiate
disciplinary actions as per its internal laid down policies and procedures.
Article 2-Commitments of the Bidder(s)/Contractor(s)
1) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during his participation in the
Tender process and during the Contract execution:
a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer,
promise or give to any of the Principal/Owner’s employees involved in the Tender process or
execution of the Contract or to any third person any material or other benefit which he/she is
not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever
during the Tender process or during the execution of the Contract.
b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular to prices,
specifications, certifications, subsidiary contracts, submission or non-submission of bids or
any other actions to restrict competitiveness or to cartelize in the bidding process.
c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act.
Further the Bidder(s)/Contractor(s) will not use improperly, (for the purpose of competition
or personal gain), or pass on to others, any information or document provided by the
Principal/Owner as part of the business relationship, regarding plans, technical proposals and
business details, including information contained or transmitted electronically.
d) The Bidder(S)/Contractor(s) of foreign origin shall disclose the names and addresses of
agents/representatives in India, if any. Similarly Bidder(S)/Contractor(s) of Indian Nationality
shall disclose names and addresses of foreign agents/representatives, if any. Either the
Indian agent on behalf of the foreign principal or the foreign principal directly could bid in a
tender but not both. Further, in cases where an agent participates in a tender on behalf of
one manufacturer, he would not be allowed to quote on behalf of another manufacturer
along with the first manufacturer in a subsequent/ parallel tender for the same item. Copy of
CVC guidelines dated 21/4/2004 is referred.
e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose (with each tender as per
proforma enclosed) any and all payments he has made, is committed to or intends to make
to agents, brokers or any other intermediaries in connection with the award of the Contract.
2) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or
be an accessory to such offences.
Article 3. Disqualification from Tender Process and exclusion from future contracts
1. If the Bidder(s)/Contractor(s), either before award or during execution of Contract has
committed a transgression through a violation of Article 2 above or in any other form, such as to
put his reliability or credibility in question, the Principal/Owner is entitled to disqualify the
Bidder(s)/Contractor(s) from the Tender process or terminate the Contract, if already executed
or exclude the Bidder/ Contractor from future contract award processes. The imposition and
duration of the exclusion will be determined by the severity of transgression and determined by
the Principal/Owner. Such exclusion may be for a period of 1 year to 3 years as per the
procedure prescribed in the guidelines for holiday listing of the Principal/Owner.
2. The Bidder/ Contractor accepts and undertakes to respect and uphold the Principal/Owner’s
absolute right to resort to and impose such exclusion.
3. Apart from the above, the Principal/Owner may take action for banning of business
dealings/holiday listing of the Bidder/Contractor as deemed fit by the Principal/Owner.
Article 4-Consequences of Breach
Without prejudice to any rights that may be available to the Principal/Owner under law or the Contract
or its established policies and laid down procedures, the Principal/Owner shall have the following rights
in case of breach of this Integrity Pact by the Bidder(/Contractor(s):
1) Forfeiture of EMD/Security Deposit: If the Principal/Owner has disqualified the Bidder(s)
from the Tender process prior to the award of the Contract or terminated the Contract or has
accrued the right to terminate the Contract according to Article 3, the Principal/Owner apart from
exercising any legal rights that may have accrued to the Principal/Owner, may in its considered
opinion forfeit the Earnest Money Deposit/ Bid-Security amount of the Bidder/Contractor.
2) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or
Contractor, or of an employee or a representative or an associate of a Bidder or Contractor which
constitutes corruption within the meaning of PC Act, or if the Principal/Owner has substantive
suspicion in this regard, the Principal/Owner will inform the same to the Chief Vigilance Officer.
Article 5- Previous Transgression
1) The Bidder declares that no previous transgressions occurred in the last 3 years with any other
Company in any country confirming to the anti-corruption approach or with any other Public
Sector Enterprise in India that could justify his exclusion from the Tender process.
2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender
process or action can be taken for banning of business dealings/ holiday listing of the Bidder/
Contractor as deemed fit by the Principal/ Owner.
3) If the Bidder/Contractor can prove that he has resorted \recouped the damage caused by him
and has installed a suitable corruption prevention system, the Principal/Owner may, at its own
discretion as per laid down organizational procedures, revoke the exclusion prematurely.
Article 6- Equal Treatment of all Bidders/Contractors/Subcontractors
1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in
conformity with this Integrity Pact. The Bidder/Contractor shall be responsible for any violation(s)
of the principles laid down in this agreement/Pact by any of its Sub-contractors,/ sub-vendors.
2) The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders and
Contractors.
3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact between the
Principal/Owner and the bidder, along with the Tender or violate its provisions at any stage of
the Tender process, from the Tender process.
Article 7-Independent External Monitor (IEM)
1) The Principal/Owner has appointed competent and credible Independent External Monitor(s)
(IEM) for this Pact. The task of the Monitor is to review independently and objectively, whether
and to what extent the parties comply with the obligations under this Pact.
2) The IEM is not subject to instructions by the representatives of the parties and performs his
functions neutrally and independently. He reports to the Chairman, Indian Oil Corporation
Limited.
3) The Bidder(s)/Contractor(s) accepts that the IEM has the right to access, without restriction, to
all Project documentation of the Principal/Owner including that provided by the Contractor. The
Contractor will also grant the IEM, upon his request and demonstration of a valid interest,
unrestricted and unconditional access to his or any of his Sub-Contractor’s project
documentation. . The IEM is under contractual obligation to treat the information and documents
of the Bidder(s)/Contractor(s)/Subcontractor(s) with confidentiality.
4) In case of tenders having estimated value of Rs 150 Crores or more, the Principal/Owner will
provide to the IEM sufficient information about all the meetings among the parties related to the
Project and shall keep the IEM apprised of all the developments in the Tender Process.
5) As soon as the IEM notices, or believes to notice, a violation of this Pact, he will so inform the
Management of the Principal/Owner and request the Management to discontinue or take
corrective action, or to take other relevant action. The IEM can in this regard submit non-binding
recommendations. Beyond this, the IEM has no right to demand from the parties that they act in
a specific manner, refrain from action or tolerate action.
6) The IEM will submit a written report to the Chairman, Indian Oil Corporation Limited within 6 to
8 weeks from the date of reference or intimation to him by the Principal/Owner and, should the
occasion arise, submit proposals for correcting problematic situations.
7) If the IEM has reported to the Chairman, Indian Oil Corporation Limited a substantiated suspicion
of an offence under the relevant IPC/PC Act, and the Chairman, IOCL has not, within reasonable
time taken visible action to proceed against such offence or reported it to the Chief Vigilance
Officer, the IEM may also transmit the information directly to he Central Vigilance Commissioner.
8) The word “IEM” would include both singular and plural.
Article 8- Duration of the Pact
This Pact begins when both the parties have legally signed it. It expires for the Contractor/Vendor 12
months after the completion of work under the Contract or till the continuation of defect liability
period, whichever is more and for all other Bidders, till the Contract has been awarded. If any claim is
made/lodged during the time, the same shall be binding and continue to be valid despite the lapse of
this Pact as specified above, unless it is discharged/determined by the Chairman, IOCL.
Article 9-Other Provisions
1) This Pact is subject to Indian law, place of performance and jurisdiction is the Head Office/Head
quarters of the Division of the Principal/Owner, who has floated the Tender.
2) Changes and supplements need to be made in writing. Side agreements have not been made.
3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners
and consortium members. In case of a Company, the Pact must be signed by a representative
duly authorized by board resolution.
4) Should one or several provisions of this Pact turn out to be invalid, the remainder of this Pact
remains valid. In this case, the parties will strive to come to an agreement to their original
intentions.
5) Any dispute or difference arising between the parties with regard to the terms of this
Agreement/Pact, any action taken by the Owner/Principal in accordance with this Agreement/
Pact or interpretation thereof shall not be subject to arbitration.
Article 10- LEGAL AND PRIOR RIGHTS
All rights and remedies of the parties hereto shall be in addition to all the other legal rights and
remedies belonging to such parties under the Contract and/or law and the same shall be deemed to be
cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of brevity,
both the Parties agree that this Pact will have precedence over the Tender/Contract documents with
regard any of the provisions covered under this Pact.
IN WITNESS WHEREOF the parties have signed and executed this Pact at the place and date first
above mentioned in the presence of following witnesses:
WITNESSES:
1. (signature, name and address)
Note: In case of Purchase Orders wherein formal agreements are not signed references to witnesses
may be deleted from the last part of the Agreement.
Annexure-XIV
Place:
Date:
Signature
Name of Person signing
Tenderer's Name and address with seal
ANNEXURE – XV
Affidavit for truck registered in the name of member of the Co-operative Society /
Director of Company
(On a non judicial stamp paper of Rs. 100/- duly verified by Notary Public)
That I am the owner of the truck/ LCV No. bearing engine No. chassis No. make and Model .
2.
ck/ LCV with Co-operative Society / Company
M/s Indian Oil Corporation Limited (Marketing Division) under operation with M/s Indian Oil Corporation Limited (Marketing
3. I confirm that I am not the haulage contractor at the Plant where my trucks are being
attached.
4. That I have not attached the above mentioned truck/LCV with any other bidder.
5. That the subject truck/LCV is not involved in any legal litigation other than routine cases of
road accidents or any violation of Motor Vehicle Act.
6. That subject truck/LCV has not been blacklisted so far by any Oil Company.
DEPONENT
Verified that the contents of the above affidavit are true and correct to the best of my knowledge and
belief. No part of it is false and nothing has been concealed therein.
DEPONENT
Verified at on
ANNEXURE – XVI
Format for giving consent & Bank Details.
(Details to be provided on Vendors Letter Head after placement of LOA)
Date:
M/s. Indian Oil Corporation Limited,
(Address of State Office)
Dear Sir,
We hereby agree to accept the payments of all our bills through NEFT/ RTGS / Internet. The desired
bank details are given below:
1. Beneficiary Name
2. PAN No.
5. Branch Name
8. Branch Code
9 digit code of the bank & branch as appearing on the MICR Cheque.
(Please ensure that the MICR Code should not start with ZERO)
9.
Copy of a cancelled cheque must be enclosed)
Please attach a blank cancelled cheque or photocopy of a cheque issued by your bank relating to your
above account for verifying the accuracy of the account.
I hereby declare that the particulars given above are correct & complete.
Annexure-XVII
PROFORMA FOR DECLARATION ON NCLT / NCLAT / DRT / DRAT / COURT RECEIVERSHIP
/ LIQUIDATION
Bidder Name:
I/We am/are not undergoing insolvency resolution process or liquidation or bankruptcy proceeding
as on date.
OR
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 forfeit the EMD. If the bid has resulted in a contract, the contract will
be liable for termination without prejuidice to any other right or remedy (including black listing or
holiday listing) available to Indian Oil Corporation Ltd.
Signature of Bidder
Name of Signatory
Seal
Place:
Annexure – XVIII
(On Non-Judicial Stamp Paper of Rs. 100/- )
I/We have not submitted multiple bids. i.e., more than 1 bid either individually or in any combination of person
(individual capacity, proprietor, affiliates, partnership, association of persons, Company).
I/We am aware that, in case found that such multiple bids are submitted, all such bids are liable for rejection.
Place :
Witness
1. Name & Address
Signed and delivered on behalf of the Signed and delivered by the within name
Indian Oil Corporation Limited in the presence of
in the presence of
Witness : Witness :
BG No. :
Date :
Amount :
Validity :
To,
Indian Oil Corporation Ltd.
……..State Office:
………….
…………
………….
Ref: IOC Tender No for
LPG Cylinder transportation ex LPG Bottling Plant.
Dear Sir,
A. In consideration of M/s Indian Oil Corporation Limited having its registered office at INDIAN OIL
BHAWAN, G-9, Ali Yavar Jung Marg Bandra (East) Mumbai-400051 and a place of business at
…… State Office, Address of State Office ………………….(hereinafter called the Corporation)
having agree to exempt M/s...............................................................................having its office at
.....................................(hereinafter called the "said Transporters") from the demand under the
terms and conditions of the Agreement/ Contract/ offer letter/work order no.......................
………….…………… dated..........................made between the Corporation and
M/s................................. ………………………the Transporter(s) (for hereinafter called the said
agreement) of the security deposit for the due fulfillment by the said Transporter(s) of the terms
and conditions contained in the said Agreement on production of a Bank guarantee for Rs.......
……........... (Rupees.............................................................................only).
We.........................................................(hereinafter referred to as Bank) at the request of
M/s...........................................................(Transporter(s)) do hereby undertake to pay to the
Corporation an amount not exceeding Rs..........................
(Rupees.....................................................................only) against any loss or damage caused to
or suffered by the Corporation by the reasons of any breach by the said Transporter(s) of any of
the terms and conditions contained in the said Agreement.
B. We..........................................................(name of the bank)……………………….. do hereby
undertake to pay the amounts due and payable under this guarantee without any demur, merely
on 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 reasons of breach of
the said Transporter(s) of any of the terms and conditions contained in the said agreement or by
reason of the Transporter's failure to perform the said Agreement. Any such demand made in the
bank shall be conclusive as regards the amount due and payable by the bank under this
guarantee. However, our liability under this guarantee shall be restricted to an amount not
exceeding Rs..........................................................
C. We undertake to pay the Corporation any money so demanded notwithstanding any dispute or
disputes raised by the Transporter(s) in any suit or proceedings pending before any court or
Tribunal or Arbitrator relating there to 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 Transporter(s) shall have no claim against us for making
such payment.
D. We.............................................(name of Bank).........................................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 the corporation certifies that the terms and conditions of
the said agreement have been fully and properly carried out by the said Transporter(s) and
accordingly discharge this guarantee. Unless a demand or claim under this guarantee is made
on us in writing on or before ..................................................we shall be discharged from all
liability under this guarantee thereafter.
E. We.................................................(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
Transporter(s) from time to time or to postpone from any time or from time to time any of the
powers exercisable by the Corporation against the said Transporter(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 Transporter(s) or form any forbearance, act or omission on the part of the Corporation or
any indulgence by the Corporation to the said Transporter(s) or by any such matter or thing
whatsoever which under the law relating to sureties would but for this provision have effect of so
relieving us.
F. Bank Guarantee shall remain in force upto..............................................................
G. This guarantee will not be discharged due to the change in the constitution of the bank or the
Transporter(s).
H. The bank agrees that this guarantee may be invoked on a number of occasions but so that the
total amount payable hereunder shall not exceed Rs........................
I. We.....................................................(name of bank)...............................................
lastly undertake not to revoke this guarantee during its currency except with the previous consent
of the Corporation in writing.
Dated..............................................day of................................................200
................................................
(Name & Signatures of the bank)
Note : Validity of Bank Guarantee shall be beyond six months of Validity of Contract
SIGNATURE OF BIDDER WITH SEAL
ANNEXURE-W4
From M/s.
To,
M/s. Indian Oil Corporation Limited,
State Office
2. Agreement No date
WHEREAS the Corporation, desirous of having executed certain work specified in the offer letter/work
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; Contract Labour
(Regulation and Abolition Act, 1970), Workmen's Compensation Act, 1923, Employees State
Insurance Act as also the Provident Fund Act providing for Provident Fund Scheme for labourers
engaged 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 commission and omission by the
contractors.
The Contractors hereby agree, confirm and declare that they have fully complied/will comply with the
provisions of various statutory obligations pertaining to this contract & labour laws, particularly those
referred to herein above and that no violation the provisions of various amenities and facilities to the
workers under different laws has been done by them and in the event of any past or future violation of
the provisions of various labour laws & statutory obligations , the contractors shall indemnify and keep
the Corporation duly indemnified against all losses, damages, costs, charges, expenses, penalties,
suits are proceedings which the corporation may incur, suffer or be put to.
The Contractors hereby undertake to furnish a certificate with regard to the number of labourers
employed by them in the Corporation/ in other organizations throughout the country to the Location
Incharge of the Corporation where the work is undertaken by the Contractors.
The contractors hereby confirm and state that they are duly registered under the Contract Labour
(Regulation and Abolition) Act 1970, as amended from time to time that they undertake to furnish a
certified copy of the requisite licens4e obtained by the contractors from the competent authority to the
Corporation's representative.
The contractors hereby undertake to keep proper record of the attendance of his Labourers and will
give opportunity to the Officers of the Corporation to supervise the same and confirm upon the
Corporations representative the right to countersign the said register. The contractors shall provide a
copy of the pay sheets to the location incharge of the Corporation nominated by the Corporation for
supervision of the payment of wages made to the labourers 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's representative to supervise the payment of wages to the labourers on the spot.
The contractors state that they are fully aware of 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 that they are fully obliged to recover Provident Fund contribution
from the eligible labourer 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 they have
obtained a separate code number from the RPFC which is bearing Sr. No. dated
from RPFC.
The Contractors will afford all opportunities to the Officers of the Corporation to verify that the
Provident Fund actually deducted by the contractors from the wages of the labourers and the same
together with the contractor’s contribution has been duly remitted by the Contractors to the concerned
PF commissioner. The contractors also undertake to provide photocopy of the receipt issued by the
concerned PF Commissioner for having received the PF contribution from the contractors.
In the event the Location Incharge of the Corporation is not satisfied about the Payment of wages
made and the recovery of PF etc. from the labourers employed by the Contractors, the contractors
hereby agree and authorise the Corporation to withhold the payment of their bills till the contractors
complete all the obligations in this matter.
Notwithstanding the provisions contained in clause - 7 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 PF contributions (including the contractors contribution) as also all
losses, damages, cost, charges, expenses, penalties from his bills and other dues including the
security amount.
The contractors hereby agree that the aforesaid indemnity undertakings or in addition to and not in
substitution of the terms and conditions contained in the tender documents and the offer letter/work
order and also the agreement executed by the contractors with the Corporation.
The contractors hereby confirm, agree and record that this letter of undertaking and indemnity bond
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
DATE
WITNESS : (1)
(full address)
WITNESS : (2)
(full address)
FINANNEXURE-W5
2. The trucks engaged for transportation of LPG cylinders should also conform to the
following requirements:
a. There shall be no sharp projection inside the truck on the platform and sides of
the lorry.
b. The exhaust from the engine should be with under the drivers cabin and exhaust
pipe should be welded with an ISI approved spark arrestor.
c. The Cab of the truck shall be of all metal construction and its rear window, if
provided, shall be fully covered with wired glass. The cab and the engine shall
be separated from the load by a fire resisting shield whose dimension shall fully
cover the cab end of the load.
d. The truck should be fitted with a double pole wiring system with the “Master
Switch” in driver’s cabin.
e. The fuel of every truck if installed behind the cab of the truck/fire screen, shall
be :
g. The trucks must carry two number 10 kg DCP type and one number 1 kg DCP
type fire extinguisher.
h. The voltage of the electric circuit should not exceed 24 volts.
i. Electrical wiring shall :
A) Be heavily insulated and be adequate for maximum load to be carried.
The transportation of LPG cylinders is/are covered by the Gas Cylinder Rules 1981. It will be the
responsibility of the contractor(s) to ensure that the truck and the operations fully conforms to the
above rules in all respect. Some important stipulations of the Gas Cylinder Rules 1981 are noted below
for reference and guidance:
a. Cylinders filled with any compressed gas shall not be transported by a bi-cycle or any other
two/wheeled mechanically propelled trucks.
b. Cylinders shall be so transported as not to project in the horizontal plain beyond the sides or ends
of the truck by which they are transported.
c. There shall be no sharp projections on the inside of the truck.
d. Cylinders shall be adequately secure to prevent their falling of the truck and being subject to rough
handling, excessive shocks of local stresses.
e. Every cylinder containing compressed gas shall have its valve securely closed so as to prevent
leakage. Valves fitted to the cylinders containing LPG shall be provided with security nut on the outlet
to act as a secondary means of safeguard against leakage of gas.
f. The LPG cylinders shall always be transported and kept in the upright position and shall be so placed
that these cannot be knocked over.
g. During unloading care should be taken so that no damage is caused to the cylinders, and cylinders
are not thrown from the truck during unloading.
h. Two suitable fire extinguishers of 9 kg DCP type in sound conditions and in proper working order,
should be carried in the truck in an easily accessible position.
i. Exhaust of the truck must be fitted properly with spark arrestor of a design approved by Chief
Controller of Explosives.
j. No other materials / goods are to be carried in the truck while it is loaded with LPG cylinders.
k. Smoking is strictly prohibited in the truck and no fire or any source of ignition is to be permitted on
and in the vicinity of the truck.
l. Besides crew, i.e. the driver and a helper no other person is to be allowed to travel in the trucks
carrying LPG cylinders.
m. Trucks crew should be adequately trained with operation of the extinguisher available on it.
n. Any cylinder containing flammable gas which develops a leak during transport shall promptly be
removed to an isolated place away from the source of ignition and the person responsible for
transportation shall immediately contact the filler or consignor as the case may be for necessary
advice.
ANNEXURE-W7
TRUCK NO. :
TRANSPORTER’S NAME
:
OWNED / ATTACHED :
S.No. Parameters Observation Remarks (OK/Not OK)
1a RC Book available and issued for Goods truck
1b RLW - ULW > = carrying capacity
1c Model No. & Make
2 Insurance (comprehensive) and CLLI
3 Road permit validity
4 Road tax validity
5 Battery Terminal rubber caps
6 Fire Extinguisher (BIS Approved) -2 nos.
7 Battery cut off switch (300 A)
8 Spark Arrestor (PESO approved make)
9 Colour Scheme (IOCL standard)
10 Diesel Cover & lock
11 Tyre Condition (including stepni)
12 Improper / Loose Wiring
13 Cabin Condition
14 Rubber Mats / Floor condition
15 Cage condition (Tight Fit)
16 Loading Pattern
17 Fuse Box condition (wires, etc.)
18 Fitness validity
19 First Aid Kit
20 ABS available in truck
21 VTS availability
Transporter’s