You are on page 1of 55

Tender No.

: RCC/NR/UPSO-2/ENG/LT-161/23-24
e-Tender ID: 2023_NRO_171562_1

TECHNO-COMMERCIAL BID

Development of New A-Site Rural Retail Outlet at location "Village


Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

(For Last date/time of submission of tender, please refer tender scheduled dates in e-
Tender portal)

Indian Oil Corporation Limited


(Marketing Division)
Northern Region Office,
Regional Contract Cell
Indian Oil Bhavan
1, Sri Aurobindo Marg, Yusuf Sarai,
New Delhi - 110016, India
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 2 of
Development of New A-Site Rural Retail Outlet at location "Village 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

Dear Sirs,
1. We propose to invite Limited Tender in TWO BID SYSTEM (without Reverse Auction) for the subject work.
2. We request you to submit your lowest bid for the work contained in the tender.
3. Your offer complete in all respects must be uploaded in the prescribed manner on our e-tendering portal
www.iocletenders.nic.in on or before due date of submission specified.
4. Bidders are requested to go through the “Bidders Manual Kit” available in the homepage of the e-tendering portal
i.e. https://iocletenders.nic.in to have a clear understanding of the steps to be followed for bid submission. The
“Bidders Manual kit” is for general reference only and the Bidders have to abide by the terms and conditions of
this tender.
5. Bidders must note that Indian Oil will not be responsible for delay in submission of online tender on or before due
date & time of bid submission as mentioned in the NIT.
6. Bidders must also note that before the bid is uploaded, the bid comprising of all attached documents should be
digitally signed using digital signatures as specified in the tender.
7. Any query with regard to non-issuance of the tender documents or rejection of the tender may be forwarded to
Sh. Ramprasad Choudhary (Contracts), IOCL, New Delhi. E-mail: choudharyr4@indianoil.in
NOTE:
a. Bidders are advised to visit the e-Tender portal regularly for updates. In case of any corrigendum or due date
extension, the same shall be issued in the E Tender portal only. No separate publication shall be done in
newspapers/print media.
b. All parties are requested to start the submission process of bids at least 4 hours prior to the due date & time of
bid submission to avoid problem in submitting documents due to last minute rush.

Thanking you,

Yours faithfully
For Indian Oil Corporation Limited

CGM (Contract Cell) NR

Note: All Pages/Documents to be signed with Digital Signature with E- Tender Submission
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 3 of
Development of New A-Site Rural Retail Outlet at location "Village 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

PART A: TECHNCO COMMERCIAL BID


INDEX
Following documents forming a part of the mentioned tender are available in the e-tender portal for downloading.

SN DESCRIPTION REMARKS PAGE NO.


I TECHNICAL BID
Index for Part – A (Techno Commercial Bid) 3
Index for Part – B (General Terms and Conditions & Declarations) Separate Attachment 4-5
1 Notice inviting Tender Annexure - 1 6 - 14
2 List of Documents to be uploaded Annexure - 2 15 - 17
3 Important guideline to the tenderer Annexure - 3 17 - 19
4 Abbreviations and notations Annexure - 4 19
5 Special Terms and Conditions of Contract Annexure - 5 20 - 31
6 Scope of works by Contractors and Specifications Annexure - 6 32 - 37
7 List of recommended makes for Materials Annexure - 7 38 - 50
8 List of Drawings Annexure - 8 51
9 QAP for Civil works Annexure - 9 52
10 List of Inspection Agencies Annexure - 10 53
11 Technical Specifications Annexure - 11 54
12 Provision of CCTV Annexure - 12 55
13 Guidelines for Declaration submission (Excel-Sheet) Annexure - 13 56
14 Technical Specification for Civil Works – HO Civil Specification Vol- 1 Separate Attachment
15 Technical Specification for Civil Works –HO Civil Specification Vol-2 Separate Attachment
16 Drawings Separate Attachment
17 Technical Specification for Mechanical Works Separate Attachment
18 Technical Specification for Electrical Works Separate Attachment
19 Technical Specification for LED Light Specifications Separate Attachment
20 Technical Specification for Electrical Panel (Part of SN 18) Separate Attachment
21 Guidelines on Cable laying (PART OF SN 18) Separate Attachment
22 Technical Specification of HDPE Pipelines Separate Attachment
23 Do’s and Don’ts for Construction site at Retail Outlet/ Depot/ Terminal Separate Attachment
24 SOP & Job Safety Analysis - Guidelines Separate Attachment
25 Work Permit Formats Separate Attachment
Guidelines on Personal Protective Equipment (PPE Matrix (50
26 Separate Attachment
Pages))
27 Specifications of Linear LED Lights (Already at S.N. 19) Separate Attachment
28 Special Instructions to the bidder for participating in e-Tender Attached separately
29 General terms & conditions of contract with safety practices & OISD Attached separately
II PRICE BID
30 Price schedule – BOQ file / Schedule of Rates (SOR) Attached separately
31 Purchase Requisition (PR) No. Attached separately
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 4 of
Development of New A-Site Rural Retail Outlet at location "Village 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

PART B: GENERAL TERMS AND CONDITIONS & DECLARATIONS (Attached separately)

PAGE
SN DESCRIPTION REMARKS
NO.
I SECTIONS
Index 2-3
1 Important Guidelines to Tenderers Section-1 4-5
2 Instructions to Tenderer and Particular Conditions of Contract Section-2 6 - 30
3 Reverse Auction – Process Section-3 31 - 36
4 Special Clauses on Taxation Section-4 37 - 41
5 List of IOCL GST Identification Number (GSTIN) Section-5 42-43

II ANNEXURES: TO BE SUBMITTED BY ALL THE BIDDERS – BID STAGE

6 Undertaking by the Tenderers (Quoting of Rates Inter-Alia) Annexure - A 44

7 Declaration on NCLT / NCLAT / DRT / DRAT / court receivership / liquidation Annexure - B 45


Compliance Certificate regarding bidders from countries which shares a land
8 Annexure - C 46
border with India
9 Proforma of Tender not tempered Annexure - D 47
10 Declaration of Blacklisting / Holiday Listing Annexure - E 48 - 49
11 Declaration A, B, C, D Annexure - F 50-54
12 Undertaking for Business Transaction status of bidders Annexure - G 55
13 Particulars of Bidder Firm Annexure - H 56-67
14 Undertaking of No Multiple Bidding Annexure - I 58
Declaration Form for availing Purchase Preference – Bid Stage (For PPLC
15 Annexure - J 59-63
Bidder only)
16 Format of bid security declaration from bidders in lieu of EMD /Bid security Annexure - K 64-65

17 Conformation on Applicability of “Micro and Small Enterprise Order 2012” Annexure - L 66


18 Integrity Pact Agreement Annexure - M 67-74
19 Form of Bank Guarantee for Earnest Money Deposit (EMD) Annexure - T 85-86
20 Undertaking for GST Compliance Annexure - W 92
21 Undertaking for Sole Proprietor (For Sole Proprietorship firm) Annexure - X 93

III ANNEXURES: TO BE SUBMITTED BY SUCCESSFUL BIDDER - POST LOA

22 Undertaking for non-engagement of child labour Annexure - N 75

23 Format for consent letter for “Payment to Vendors through Electronic Mode”. Annexure - O 76 - 77

24 Safety Declaration Annexure - P 78


TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 5 of
Development of New A-Site Rural Retail Outlet at location "Village 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

Declaration (On acceptance of tender - to be executed on obtaining work


25 Annexure - Q 79 - 80
order)
26 Indemnity Bond for undertaking for PF (For Works) Annexure - R 81 - 82
27 Indemnity Bond undertaking for ESIC Annexure - S 83 - 84
28 Form of Bank Guarantee for Security Deposit (SD) Annexure - U 87 - 88
29 Form of contract Annexure - V 89 - 91

IV ANNEXURES: TO BE SUBMITTED BY SUCCESSFUL BIDDER – DURING EXECUTION OF WORK


30 Proforma for performance warranty for LED fixture Annexure - AA 94 - 95
V OTHERS
31 Performance evaluation of Empaneled Contractors Annexure - AB 96 - 102
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 6 of
Development of New A-Site Rural Retail Outlet at location "Village 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

Annexure - 1
NOTICE INVITING E-TENDER

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

Sl.
PARTICULARS DETAILS
No.

1. Tender No. RCC/NR/UPSO-2/ENG/LT-161/23-24

2. E-Tender ID 2023_NRO_171562_1

3. Name & Location Development of New A-Site Rural Retail Outlet at location "Village Khitora
of Work Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt. Budaun”, under
Moradabad DO, UPSO-II.
Rs. 7,482,236.45 (Inclusive of GST at present applicable rate of 18%)
4. Estimated Value
of Work
IOCL GST FOR UTTAR PRADESH: 09AAACI1681G1ZN
IOCL GST FOR UTTRAKAHND: 05AAACI1681G1ZV
Nil, Bidders are required to download the tender documents free of cost from IOCL e-
5. Tender Fee
tender website (https://iocletenders.nic.in)

6. Earnest Money  No EMD is applicable for the subject tender.


Deposit
 Bidders are required to mandatorily submit the Bid Security Declaration
as per Annexure- ‘K’ of the tender
Bidders to note that there shall be no requirement of paying EMD against this e-
Tender. However, all bidders shall be required to mandatorily submit the Bid
Security Declaration in lieu of EMD as per the standard format attached.
The requirement of submission of Bid Security Declaration shall also be
applicable on bidders who are exempted from payment of EMD (MSEs as per
PPP, Startups, CPSEs and JVs).
The bid shall be summarily rejected if Bid Security Declaration in lieu of
EMD is not uploaded in e Tendering portal on or before tender submission
date and time.

7. TENDER DOWNLOAD PERIOD FROM e-TENDER PORTAL:

a) Starts on As per e-Tender Portal https://iocletenders.nic.in

b) Ends on As per e-Tender Portal https://iocletenders.nic.in


As per e-Tender Portal https://iocletenders.nic.in
8. PRE-BID
MEETING
SUBMISSION OF TENDER IN e-TENDER PORTAL:
9.
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 7 of
Development of New A-Site Rural Retail Outlet at location "Village 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

a) Starts on As per e-Tender Portal https://iocletenders.nic.in

b) Ends on As per e-Tender Portal https://iocletenders.nic.in


DUE DATE FOR OPENING OF TENDER:
10.

11. OPENING OF As per e-Tender Portal https://iocletenders.nic.in


TENDER
Offer shall be valid for 180 Days from date of opening of technical bid. In case of
12. TENDER
requirement, IOCL may seek further extension of the validity of the offer from the
VALIDITY
bidders.
12 Weeks i.e. 72 (Seventy-Two Days) from the 10th day from the date of issue of
13. WORK
COMPLETION commencement order or actual handing over of the First site, whichever is earlier on
TIME per site basis. The price adjustment shall also be applicable on per site basis.

14. SECURITY The successful tenderer, upon placement of work order, shall pay security deposit, an
DEPOSIT amount equivalent to 10% of work order value in line with the Clause 2.1.1.0, Section-
2 of the GCC and associated clauses there under. ISD will be 2.5% of the contract
value (excluding taxes) and balance amount will be deducted @7.5% of the RA bill.
All the works carried out by the Contractor shall be covered under defect liability period
for a period of 12 (twelve) months from the date of completion.

15. MODE OF You may please note that this is an e-Tender and can only be downloaded and
TENDER submitted in the manner specified in ‘Special Instructions to bidders for participating in
SUBMISSION e-tender’ attached separately in this tender
Name: Ramprasad choudhary
16. CONTACT
PERSON (Name Designation: Officer (Contracts), NR
and office Email: choudharyr4@indianoil.in
address) Contact No: 011-26518080

17. Evaluation of tender:

17.1 Pre-Qualification Criteria:


The tender will be floated in 02 bid system. As part of Technical Bid evaluation, the bids shall also be evaluated against
the following pre-Qualification Criteria:

Bidders are required to mandatorily submit the Bid Security Declaration as per Annexure- K of tender document (Part-B).
The requirement of submission of the above Bid Security Declaration shall also be applicable on bidders who are
exempted from payment of EMD (MSEs as per PPP, Startups, CPSE & Jvs) including those who have submitted
permanent EMD/ PEMD.
S.N. Criteria Documents to be submitted
1 Bid Security declaration in lieu of EMD To be submitted as per format attached (Annexure – K)
of Tender document Part-B
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 8 of
Development of New A-Site Rural Retail Outlet at location "Village 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

The bid shall be summarily rejected if bid security


declaration in lieu of EMD is not uploaded in e-
tendering portal on or before tender submission date
and time.

17.2 Other Mandatory documents:

S.N. Criteria Documents to be submitted

1 Undertakings and Declarations on To be submitted as per format attached- (Annexure – A) of


Acceptance of Tender Terms and Tender document Part-B
Conditions

2 Declaration on NCLT / NCLAT /DRT To be submitted as per format attached- (Annexure – B) of


/DRAT/ Court receivership/ liquidation Tender document Part-B

3 Certificate regarding bidders from To be submitted as per format attached -(Annexure – C) of


countries which shares a land border with Tender document Part-B
India

4 Proforma of Tender not tempered To be submitted as per format attached -(Annexure – D) of


Tender document Part-B

5 Undertakings and Declarations for “Holiday To be submitted as per format attached -(Annexure – E) of
Listing” Tender document Part-B
To be submitted as per format attached -(Annexure – F) of
6 Declaration on A, B, C, D
Tender document Part-B
7 Undertaking for Business Transaction To be submitted as per format attached -(Annexure – G) of
status of bidders Tender document Part-B

8 Particulars of Bidder Firm To be submitted as per format attached -(Annexure – H) of


Tender document Part-B

9 Undertaking of No Multiple Bidding To be submitted as per format attached -(Annexure – I) of


Tender document Part-B

All the above credentials under above Clause shall be in the name of the bidder.

18. Tender evaluation criteria:

The procedure for evaluation of tenders shall be as follows:

18.1 The technical bid of all the bidders submitting their tenders through e-tender website before due date and time
shall be opened on due date & time of opening.
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 9 of
Development of New A-Site Rural Retail Outlet at location "Village 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

18.2 The techno-commercial bid shall be scrutinized and evaluated based on the pre-qualifying parameters (PQ) as
mentioned in NIT. Technical bid shall be evaluated based on the uploaded documents in e-tender portal.

18.3 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 bidders with or
without seeking any additional supporting documents/clarifications.

18.4 Price Bid of only those parties shall be opened who qualify as per the qualifying parameters after evaluation as
mentioned above. Prior intimation will be uploaded on e-tender portal regarding due date and time of opening of
Price Bid.

18.5 The selection of L1 bidder will be based on lowest acceptable net delivered prices for all the items in the price
schedule put together.

Net Delivered price = Delivered price minus Input tax credit available to IOCL.
ITC for this tender will be as finalized by Finance.

18.6 In case of tie between two or more bidders at L-1 position, all the L-1 bidders shall be asked to submit the discount
bid in terms and percentage discount over previous quoted amount in a sealed envelope along with audited
balance sheet and profit loss statement for last 3 financial years closing on 31.03.2023 i.e. FY 2020-21,2021-22
and 2022-23 (activity outside e-tender portal) in case of non availability of audited balance sheets (Profit & Loss
Account Statement)/ published accounts of the immediate preceding year i.e. FY 2022-23, the audited balance
sheet (P&L Statement)/ published account of 4th preceding financial year 2019-20 shall also be acceptable.In
case there is a tie again, the bidder with highest turnover in any of last 3 years as submitted shall be considered
as L-1 bidder.

18.7 In case the bidder has been asked to submit price bid/price implication in physical form, the use of white/erasing
fluid for correcting the rates is banned. Wherever the rates are corrected with white/erasing fluid, the bids will be
summarily rejected.

18.8 IOCL reserves the right to conduct price negotiation with overall L1 bidder based on price quoted in BOQ.

18.9 As the tendered works is in the nature of works contract, Purchase preference as per PPP 2012 is not applicable
for MSEs.

18.10 Purchase Preference-Make in India (Linked with Local Content): Purchase preference as per PP-MII order
2017 (Including amendments) shall be applicable on this tender as per following modalaties:

i. Preferential bidding guidelines: To avail preferential treatment (Purchase Preference for Local Content) as
per the above-mentioned guideline, the Bidder claiming preference shall update necessary details in their
profile in “My Account Menu” of e-tender portal. Bidder shall select “Yes” in response to “Avail Preferential
Bidder’ option, else, such Bids bid shall not be considered for preferential benefits.
ii. The classification & Margin of Purchase preference shall be as follows:

SN Description Details
1 Supplier Classification:
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 10
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

SN Description Details
a. Class-I Local supplier LC >= 50%
b. Class-II Local supplier LC >=20% < 50%
c. Non-Local supplier LC < 20%
2 Margin of Purchase preference (PP-MII) 20% (i.e. L1+20%)

iii. As this is a Domestic Tender, only Class I & Class II Local suppliers are eligible to bid. All Bidders
participating in the tender shall submit LC declaration against qualifying as Class I or Class II. For this
purpose, the details shall be submitted. If the bidder does not provide declaration against being a Class I or
Class II Local Supplier (even after opportunity(s)), the bid shall be rejected as being from a non -eligible
bidder. Bids from Bidders who claim Preferential Bidding benefits as Class I Local Supplier, if found as being
noncompliant with requirements for Class I local supplier shall be rejected. Purchase preference benefit
shall be given only to Class-I local supplier. The undertaking against local content in the subject case shall
be furnished by the authorized signatory of bidder having the power of Attorney for the tender on the basis
of self-assessment and certification.
iv. All the eligible Class I Local Suppliers eligible for Purchase Preference i.e., with their bids within L1 +20%
shall be ranked in the order of their bid value and shall be provided with opportunity to match L1 rates in the
same order. In case of tie of rates post reverse auction (within price band of L1+20%) among Class I PP-
MII bidders, bidder with the higher annual turnover in any of the last three years, as submitted against
Turnover criteria of this tender, shall be given priority for offering of matching L1 Rate.
v. For the purpose of extending Purchase Preference benefits, the latest quote of respective bidder(s) during
the tender-cum-auction process shall be considered.
vi. Subject work is non divisible. The L1 bidder will be awarded the entire quantity subject to the modality of
providing purchase preference for Class I Local Supplier as follows:
Conditions Distribution methodology
Case: I Allocation for 100% of the work shall be awarded to the L1 bidder
Class I Local Supplier bidder is L1
Case: II
Class II Local Supplier is L1 100% work be awarded to Class I Local Supplier subject to matching
of L1 rates.

Class I Local Supplier are within L1+20% and (In case of non-matching of L1 Rate by any of Class I Local Suppliers,
eligible for Purchase preference 100% work shall be allocated to Class II Local Supplier, who is original
L1.)

Case: III 100% work shall be awarded to Class II Local Supplier, who is original
L1.
Class II Local Supplier is L1
No Class I PP-MII bidder are within L1+20%

Notes:
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 11
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

i) PP-MII bidder mentioned above means Class-I Local supplier as defined in the policy.
ii) Only preferential bidders (PP-MII (Class I) quoting within the applicable purchase preference margins and
agreeing to match L-1 price shall be considered. Further bidders who do not claim preferential benefit at
the designated section of the portal while participating in the tender, will not be considered for any
preferential benefit in that tender.
iii) If the bidder does not provide declaration against being a Class I or Class II Bidder (even after
opportunity(s)), the bid shall be rejected as being from a non -eligible bidder.
iv) Local value addition through services such as transportation, insurance, installation, commissioning,
training and after sales services support like AMC/CMC etc shall continue to be considered in the local
content calculation

vii. Verification of local content:


1. The Class-I local supplier/Class-II local supplier at the time of tender, bidding or solicitation shall be
required to indicate percentage of local content and provides self -certification that the item offered meets
the local content requirement for Class-I local supplier/Class-II local supplier, as the case may be. They
shall also give details of the location(s) at which local value addition is made.
2. False declarations will be in breach of the Code of Integrity under Rule 175(1)(i)(h) of GFR for which a
bidder or its successors can be debarred for up to two years along with such other actions as may be
permissible under law.
A supplier who has been debarred by any procuring entity for violation of this Order shall not be eligible
for preference under this Order for procurement by any other procuring entity for the duration of the
debarment. The debarment for such other procuring entities shall take effect prospectively from the date
on which it comes to the notice of other procurement entities, in the manner prescribed under Clause
9h. of the Order.

viii. General Guidelines on Preferential Bidding: The Preferential Bidding module has been implemented in the
e-tender portal (NIC) wherein bidders eligible for availing preferential treatment are required to update their
profile by selecting the option for preferential bidder under “MY ACCOUNT MENU” before submission of
bids. After selecting this option, the bidders are supposed to upload the supporting document for preferential
bidding. A pop up message warning that bidders will not be allowed purchase preference (MSE as well as
PP-LC bidders) if they do not update the necessary details is also displayed at the time of bid submission
in the e-portal (NIC). It may be noted that in tenders where preferential bidding is allowed, Bidders will be
able to claim preferential treatment benefit only if they have declared themselves as preferential bidder in
their profile.
ix. The methodology with respect to acceptance of claimed “Preference Category” in preferential bidding shall
be as per the following matrix:
Case Selection Valid document for Modality for preferential treatment in tender evaluation
of preference preferential
category treatment to be
in e-portal by submitted by bidder
bidder
1 YES YES To be considered for preferential treatment, wherever
applicable

2 YES NO Will not be considered for preferential treatment


TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 12
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

Case Selection Valid document for Modality for preferential treatment in tender evaluation
of preference preferential
category treatment to be
in e-portal by submitted by bidder
bidder
3 NO YES Will not be considered for preferential treatment.
Even if such bidder is lowest, other valid preferential
bidders in the margin of preference, shall be allowed price
matching as per the relevant preference policy.

4 NO NO Will not be considered for preferential treatment.

“For availing purchase preference, bidders must update the necessary details in their profile in My Accounts
Menu in the e-tender (NIC) portal. Bidders who have updated details in bidder profile under any of the
preference categories will get option to avail preferential benefit and upload supporting document for availing
preferential benefit, based upon the tender provisions regarding applicable preference categories.
Further bidders who do not claim preferential benefit at the designated section of e-tender (NIC) portal
while participating in the tender, shall not be considered for any preferential benefit in that tender even if
supporting document for availing preferential benefit has been submitted along with the tender . In all such
cases, bidder shall be treated as a Non preferential bidder for the purpose of availing purchase preference.
It may be noted that only preferential bidders (MSEs / PP- MII (Class I) quoting within the applicable
purchase preference margins) who have claimed preferential benefit at the designated section of e-tender
(NIC) portal and submitted valid documents and are agreeing to match L-1 price shall be considered for
purchase preference.”

18.11 Negotiations shall not be conducted with the bidders as a matter of routine. However, Corporation reserves the
right to conduct negotiations. Tenderers will have to attend the Office of INDIAN OIL CORPORATION LIMITED
as informed by Tender Issuing Authority for negotiations/clarifications as required in respect of their quotation
without any commitment from INDIAN OIL CORPORATION LIMITED.

18.12 In case a bidder is put on holiday / Black listed after opening of price bid, then bid of such bidders will be ignored
& will not be further evaluated. The bidder will not be considered for issue of order even if the party is the lowest
(L1) and BG/EMD made by the party shall be returned. In such situation next lowest shall be considered as L1.

18.13 IOCL shall not be bound to accept lowest or any tender and reserve the right to accept one or more tenders in
part or full. The decision of IOCL in this regard shall be the final.

18.14 The Bidders are advised to submit their offers strictly as per the terms and conditions and specifications contained
in the tender document and not to impose conditions/ counter conditions. Conditional tenders received
subsequent to the pre bid meeting shall be liable for rejection. The Corporation reserves the right to cancel the
tender or accept any tender in whole or reject any or all tenders without assigning any reasons.

18.15 The bid of the party is also liable for rejection on the following grounds:
i) Non-withdrawal of conditions imposed in tender document & conditions imposed during negotiations.
ii) A bidder who offers unsolicited reduction in the price offer whether before or after the opening of the price
part of the tender(s)/bid(s) shall be liable to have his/its/their bid(s) rejected. Bidders may, however, at any
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 13
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

stage offer a reduction if such reduction is solicited or if the OWNER gives the Bidder an opportunity to offer
such reduction.
iii) Bidder submitting fabricated/false/ forged documents for the tender.
iv) Bidder put on holiday list during the pendency of this tender.
v) Whose insolvency resolution process or liquidation or bankruptcy proceedings is initiated under the code at
any stage of evaluation of the bid.

18.16 Affiliates of a firm are not permitted to make separate bids directly or indirectly. Two or more Parties who are
affiliates of one another can decide which affiliate will make a bid. Only one affiliate may submit a bid. If two or
more affiliates submit a bid, then all of them are liable for disqualification.
It will be treated that a person shall be deemed to have submitted more than one bid if a person bids in an
individual or proprietorship format and/or in a partnership or association of person format and/or in a Company
format.
a) A company shall for this purpose include any artificial person whether constituted under the laws of Indian
or of any other country.

b) A person shall be deemed to have bid in a partnership format or in association of person format if he is a
partner of the firm which as submitted the bid or is a member of any association of person which has
submitted a bid.

A person shall be deemed to have bid in a Company format if, the person holds more than 10% (ten percent)
c)
of the voting share capital of the company which has submitted a bid or is a Director of the Company which
has submitted a bid or holds more than 10% (ten percent) of voting share capital and/or is a Director of a
holding Company which
19. OTHER POINTS:

19.1 Tenderers are advised to ensure that their queries (if any) must reach by e-mail addressed to the Contact
person as specified in NIT at least two working days in advance for this purpose. Tenderers may also note
that after the clarifications are given against the points, no further deviation shall be permitted and such
clarifications shall be binding on all bidders.

19.2 Any Addendum/ Corrigendum/ Sale Date Extension in respect of the tender shall be issued on our website
https://iocletenders.nic.in only & no separate notification shall be issued in the press. Bidders are therefore
requested to regularly visit our website to keep themselves updated.

19.3 All bidders must login and visit their DASHBOARD on regular basis to get the timely updates related to any
communication sent in the form of e-mail/SMS by system

19.4 Legal dispute, if any, arising during the evaluation of the tender shall be within the jurisdiction of local courts .

a) For disputes up to stage of LOA – Delhi


b) For disputes during execution stage –Delhi

19.5 IOCL’s decision on all matters pertaining to this tender is final and binding for all bidders.
19.6 Please visit our website https://iocletenders.nic.in for further details of this tender.
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 14
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

19.7 Bidders may note that the following are attached separately and uploaded in the e-tendering portal:
a) Special Instructions to bidders for participating in e-tendering
b) Format for Acceptance of Tender Terms and Conditions.
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 15
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

Annexure - 2

List of documents required to be uploaded

1. Documents required for Pre-Qualification

S.N. Criteria Documents to be submitted


1 Bid Security declaration in lieu of EMD To be submitted as per format attached (Annexure –
K) of Tender document Part-B

The bid shall be summarily rejected if bid security


declaration in lieu of EMD is not uploaded in e-
tendering portal on or before tender submission
date and time.

2. Other Mandatory documents

S.N. Criteria Documents to be submitted

1 Undertakings and Declarations on To be submitted as per format attached- (Annexure – A)


Acceptance of Tender Terms and of Tender document Part-B
Conditions

2 Declaration on NCLT / NCLAT /DRT To be submitted as per format attached- (Annexure – B)


/DRAT/ Court receivership/ liquidation of Tender document Part-B

3 Certificate regarding bidders from To be submitted as per format attached -(Annexure – C)


countries which shares a land border of Tender document Part-B
with India

4 Proforma of Tender not tempered To be submitted as per format attached -(Annexure – D)


of Tender document Part-B

5 Undertakings and Declarations for To be submitted as per format attached -(Annexure – E)


“Holiday Listing” of Tender document Part-B
To be submitted as per format attached -(Annexure – F)
6 Declaration on A, B, C, D
of Tender document Part-B
7 Undertaking for Business Transaction To be submitted as per format attached -(Annexure –
status of bidders G) of Tender document Part-B

8 Particulars of Bidder Firm To be submitted as per format attached -(Annexure – H)


of Tender document Part-B

9 Undertaking of No Multiple Bidding To be submitted as per format attached -(Annexure – I)


of Tender document Part-B
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 16
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

3. Other documents

S.N. Criteria Documents to be submitted

Turn Over of last three proceeding years.


a) Turn Over
(Required in case of Tie in L1 rates)
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 17
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

Annexure - 3

IMPORTANT GUIDELINES TO TENDERERS

1) Bidders are requested to carefully study all the documents / annexures and understand the conditions,
specifications etc. before quoting their rates. Offers should strictly be in accordance with the tender terms &
conditions and our specifications. IndianOil reserves the right to cancel the tender without assigning any reason.

2) Bidders are requested to go through the “Special Instruction to the Bidders (SITB)” provided in the IOCL e-
Tendering site https://iocletenders.nic.in before participating in the e-Tender.

3) It is mandatory for every tenderer to provide all the information as set out in the tender document irrespective of
their earlier association with IOCL. Any conditional / incomplete offer or failure to follow above instructions may
lead to disqualification.

4) The Bidders shall upload legible scanned copy of necessary documents in support of required qualification and
experience along with their offer as per instruction given in the Special Instructions to Bidders.

5) Physical/ Manual Bids shall not be accepted. Bids shall be accepted only though e-Tendering portal. No manual
bid shall be permitted along with electronic bids. In case of receipt of manual bids apart from specifically requested
offline documents in the tender, same shall be returned to the bidder. Additional documents received through
email shall also be ignored for the purpose of evaluation, unless specifically advised by the Tender Issuing
Authority.

6) It shall be understood that every endeavor has been made to avoid errors which can materially affect the basis
of the tender and the successful bidder shall take upon himself and provide for risk of any error which may
subsequently be discovered and shall make no subsequent claim on account thereof.

7) Tenderers are advised not to send or upload un-necessary / unsolicited documents. The same will not be
evaluated.

8) Bids should be submitted as under:


Part–I: Technical Bid complete with all technical and commercial details and documents other than price shall be
submitted essentially containing the documents in ‘List of documents to be uploaded by the Bidder”

Part-II: “Price Bid “This part shall have only Price Schedule (BOQ) with prices duly filled in. Prices shall be filled
in the price bid format (excel sheet) provided with the tender documents (i.e., uploaded in the website by IOCL).

9) Tenders to note that price must be quoted only in the price schedule (BOQ) document. Disclosure of any price
or rate in any manner other than in the price bid will lead to disqualification of the bid.

10) Notwithstanding the sub divisions of the tender document into several sections and volumes, every part of each
shall be deemed to be supplementary of every other part and shall be read with and into the contract so far as it
may be practicable to do so.
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 18
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

11) Clarifications with respect to tender shall be obtained from IOCL.

12) Canvassing of information or submission of forged or false documents / information by any bidder shall make
their offer invalid.
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 19
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

Annexure - 4
ABBREVIATIONS & NOTATION

UNLESS OTHERWISE SPECIFIED FOLLOWING NOTATIONS/ ABBREVIATIONS SHALL BE APPLICABLE TO


DOCUMENT

MM/mm - MILLIMETER
SQMM/sqmm/mm2 - SQUARE MILLIMETER
CM/cm - CENTIMETER
SQCM/Sqcm - SQUARE CENTIMETER
SFT/sft - SQUARE FEET
M/m/rm/RM - METRE / RUNNING METRE
SQM/sqm/m2 - SQUARE METRE
CUM/cum/m3 - CUBIC METRE
KG/kg - KILOGRAM
MT - METRIC TONNE
MS - MILD STEEL
DIA/dia/ - DIAMETER
NO (S) / Nos. / nos. - NUMBER(S)
PCC - PLAIN CEMENT CONCRETE
RCC - REINFORCED CEMENT CONCRETE
E-I-C - ENGINEER - IN - CHARGE
IS/BIS - INDIAN STANDARD
API - AMERICAN PETROLEUM INSTITUTE
JOB - JOB LUMPSUM
LS - LUMPSUM
EMD - EARNEST MONEY DEPOSIT
ISD - INITIAL SECURITY DEPOSIT
BG - BANK GUARANTEE
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 20
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

Annexure - 5

SPECIAL TERMS AND CONDITIONS OF CONTRACT

1.0 EARNEST MONEY DEPOSIT:


1.1. Bid Security Declaration (Annexure-K) to be submitted in lieu of EMD.
1.2. “Bidder to note that there shall be no requirement of paying EMD against this E-Tender. However, all
bidders shall be required to mandatorily submit the Bid Security declaration in lieu of EMD as per
standard format attached. The requirement of submission of Bid Security declaration shall also be
applicable on bidders who are exempted from payment of EMD (MSEs as per PPP, Startups, CPSEs , JVs)
The bid shall be summarily rejected if Bid Security declaration is not uploaded in E-Tendering portal on
or before tender submission date & time”

2.0 COMPLETION TIME:


2.1 Entire work should be completed in a duration as per NIT, failing which price adjustment for delay in completion
shall be made as per clause 4.4.0.0, section 4 of GCC which is partially modified as “price adjustment for delay
in completion shall be deducted at applicable percentage from RA bills, on cumulative value of works
done up to the concerned RA bill. However, in cases of abandonment of site/termination, price adjustment
for delay shall be applied in line with GCC clause 7.0.9.0 on the total contract value as specified in the
acceptance of tender” This will be in addition to and without prejudice to the other rights available to the
Corporation under the said GCC. Time for all the facilities covered in the schedule of works will commence
concurrently.
2.2 Work is to be done simultaneously at all ROs. The Price Adjustments applicability is on individually to RO
where delay has taken place i.e. In case of delay at one RO, the price adjustment shall be applicable on
the total cost of that RO only.
2.3 The contractor shall submit a bar-chart detailing the planned execution of work. Such bar charts shall be approved
by IOCL before commencement of works. For ready reference, these charts shall be displayed in the site office
at all times.
2.4 In case the contractor fails to adhere to the time limit specified above or if the rate of progress is considered not
satisfactory, the Corporation will be at liberty to terminate the contract and get the same executed by any other
agency entirely at the risk and cost of the original contractor and in line with provisions available under the GCC.
2.5 Vendor should submit the plan for execution as well as material procurement plan within 15 days from LOA.
Tentative plan for completion of work is attached below:

SN Activity Start Date End Date


1 Preliminary Works/Site Handing Over/ Dismantling DAY 1 DAY 7
2 Foundation of Canopy DAY 1 DAY 28
3 Fabrication and erection of canopy DAY 29 DAY 60
4 False, Ceiling, Roofing, and electrical work DAY 60 DAY 98
5 Allied works DAY 80 Day 98

All the Foundation work/Below groundwork/ Canopy Fabrication/Erection etc.shall be commenced simultaneously
on all sites.
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 21
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

3.0 CCTV - “Provision of CCTV camera for remote monitoring of working site as per given specification. No
extra payment shall be made for this provision. Vendors are advised to quote accordingly. Work
commencement will only be allowed after installation and successful working of this CCTV remote
monitoring system. No time extension on this account shall be given. Any delay in the commencement
of work due to non installation of this system shall be on the part of the vendor and resultant price
adjustment due to this delay will be done accordingly. The CCTV equipments & associated cables etc.
(except for Hard Disk & Yard light pole), installed by contractor shall be taken back by vendor after
completion of work.”

In this regards, minimum technical requirements for Providing, Installation and Commissioning of CCTV camera
with remote monitoring system & suggested numbers of cameras is attached as Annexure -12 separately with
tender document for further guidance in the subject matter.

4.0 DOCUMENTS:
These special terms and conditions shall be read in conjunction with the technical specifications, drawings, GCC
and any other document forming a part of the tender, wherever the tender so requires.

5.0 VALIDITY OF TENDER:


The tender will be valid as specified in NIT. IOC reserves the right to place work order at any time as per validity
mentioned in NIT from date of opening of tender. Once work order is placed the rates shall remain firm till
0completion of entire work in all respects.

6.0 SECURITY DEPOSIT:


The successful tenderer, upon placement of work order, shall pay security deposit, an amount equivalent to 10%
of work order value. ISD will be 2.5% of the contract value (excluding taxes) and balance amount will be deducted
from the RA bills.
All the works carried out by the Contractor shall be covered under defect liability period for a period of 12 (twelve)
months from the date of handing over of completed work to IOCL.
The method of submission of SD amount as mentioned above shall be in line with Clause 2.1.1.0, Section- 2 of
the GCC and associated clauses thereunder.

7.0 NATURE AND SCOPE OF WORK:


The scope of work has been detailed under heading “Scope of Works” in this document

8.0 LOCATION OF SITE:


The project site details are: As per NIT

9.0 WATER SUPPLY:


The contractor shall arrange water/procure water required for the work at his own cost for all leads and lifts. IOCL
shall not be responsible for supplying water and Contractor shall ensure timely and adequate supply of water to
meet the schedule.

10.0 POWER SUPPLY:


TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 22
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

The contractor shall make his own arrangement for power required for the work at his cost. DG set of suitable
capacity may be installed and operated by the contractor at his cost. IOCL shall not be responsible for power
supply and contractor shall ensure proper supply of electricity to meet the schedule.
The electrical works shall be carried out through Licensed Electrical personnel only.

11.0 CONTRACTOR’S SCOPE OF SUPPLY:


Contractor’s scope of supply includes all the required materials, fittings, fixtures and equipment’s unless otherwise
specifically mentioned in either price bid or special terms and conditions to complete the works shown in the
detailed drawings provided with the tender documents. It will be the responsibility of the Contractor to provide at
their cost all required workers/labor, equipment, machinery and all materials so as to complete the job as per our
drawings and specifications. No claim/ delay on this account will be entertained by the Corporation.

12.0 ORDER OF PRECEDENCE:


In case of irreconcilable conflict in non-technical matters between provisions in separate contract documents
governing the same aspect, the following shall prevail in order of preference; -
1. Notice Inviting Tender
2. Formal contract
3. Acceptance of tender
4. Price Bid
5. Price schedule annexed to the letter of acceptance
6. Agreed variations annexed to the letter of acceptance
7. Addenda to tender documents
8. Special terms and conditions of contract
9. Special instructions to tenderers
10. Instructions to tenderers and particular conditions of contract
11. General conditions of contract.
12. Any variation or amendment issued after the execution of the formal contract shall take precedence

A variation or amendment issued after the execution of the formal contract shall take precedence over the formal
contract and all other Contract Documents. Notwithstanding the subdivisions of the tender document into several
sections and volumes, every part of each shall be deemed to be supplementary of every other part and shall be read
with and into the contract so far as it may be practicable to do so.

13.0 MEASUREMENTS FOR WORKS/RECORD MEASUREMENTS/ BILLS:


13.1 All the payment for quantities certified in the running account/ final bill shall be as per the details recorded in the
standard measurement book/ SAP SES of the Corporation and jointly signed by the Contractor/ site engineer of
IOC.
13.2 Method of measurement shall be strictly in accordance with the technical specification for this work.

14.0 SPECIAL CLAUSE:


14.1 Successful tenderer shall abide by all safety/security regulations that need to be followed inside a petroleum depot
premises & as per the instruction of IOC officials.
14.2 The contractor is required to take necessary care to protect to the existing nearby structure while carrying out his
scope of work. Any damage caused to other property shall be rectified at his own cost.
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 23
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

14.3 The contractor shall cooperate with other contractors for smooth execution of project related works. Along with
the works covered under this contract other works shall be carried simultaneously by other Contractors. The
Contractor shall extend full co-operation to the other Contractors and the works shall be carried out in such a way
as not to affect the progress of the project. Any damage caused to other works shall be rectified by the Contractor
at their entire risk and cost.

15.0 SITE CONDITION & CLEANING:


15.1 The site will be handed over to the party on “as is where is” basis.
15.2 The Contractor shall take care for cleaning the working site from time to time for easy access to work site and also
from safety point of view.
15.3 Working site should be always kept cleared up to the entire satisfaction of the Site Engineer. Before handing over
any work to owner, the contractor in addition to other formalities to be observed as detailed in the document, shall
clear the site to the entire satisfaction of Engineer-in-Charge.

16.0 SAFETY PRECAUTIONS & HOT WORK:


16.1 Contractor shall have to take all safety precaution for carrying out hot work in the premises after obtaining hot
work permit from location in charge at his own cost as directed by the Engineer-In-Charge. Necessary safety
equipment such as safety belts, helmets and other equipment’s are to be positioned by the contractor and use as
per requirement.
16.2 Safety distance as per PESO Rules and Oil Industry Safety Directorate shall be maintained strictly during
construction.
16.3 Any casualty or damage caused to property or person by any untoward incidents while executing this contract will
be at the contractor’s risk and cost.
16.4 The contractor shall also abide by hot work permits to be taken on day-to-day basis from the location as per policy
of the Corporation.
16.5 Checklist as in the “Do’s and Don’ts for Construction Site at Retail Outlets” and “Construction Safety Checklist for
Retail Outlets” shall form the part of tender and work order conditions. Contractors are required to comply with
these conditions.
16.6 The contractor shall deploy a licensed electrical contractor for doing the electrical works.
16.7 The successful tenderer shall be responsible for observance of all conditions as per Appendix furnished along
with GCC with regard to safety.

17.0 SECRECY AGREEMENT:


CONTRACTOR shall as a part of his obligation sign an agreement for secrecy of the drawings / documents with
IOC. CONTRACTOR, hereby, expressly undertake to keep all the drawings/documents as well as other Technical
information given in the CONTRACT-DOCUMENT secret and shall not divulge or leak or otherwise cause to be
known to the competitors or others having any interest in such process in anyway the contents in any form, shape
or method.

18.0 DELETION/ MODIFICATION OF CLAUSE(S) IN GCC:


18.1 Following clauses forming part of the GCC issued along with the tender are deleted/ modified:
a. Clause 2.6.2.0 – General, section 2 of GCC is deleted.
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 24
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

b. Clause no. 3.0 – Section - Instruction to tenderers of GCC is deleted.


c. Clause 4.5.1.1 – The clause shall partly be modified. Duration of 30 days shall be read as 20 days.
18.2 GCC contains provisions for arbitration and alternate dispute resolution machinery under section 9, which stands
deleted. Further, the reference to arbitration and alternative dispute resolution machinery provision contained in
any other term & condition in GCC, which may be general or special in nature shall also stand deleted to the
extent the said contents are applicable to the arbitration provisions.
18.3 Notwithstanding any other mechanism for dispute resolution provided under the General Conditions of Contract,
with a view to a speedy resolution, the Contractor and Owner may at any time endeavor to settle through
conciliation a dispute referable for settlement by Conciliation under and in accordance with the Indian Oil
Corporation Limited Conciliation Rules 2014 (hereinafter referred to the “said Rules”) as amended from time to
time. The said Rules may be downloaded from the owner’s website at www.iocl.com and if not available, a copy
thereof may be obtained from the owner on written request.

19.0 PROJECT MANAGEMENT TEAM:


19.1 The successful bidder shall be required to position an effective project management team at site consisting of a
minimum of designated project manager, QC/QA Engineer and dedicated HSE Engineer as per the qualifications
tabulated below.
19.2 The table stipulates only the minimum qualification of manpower required at site for the three functions and
additional engineers / technical staff shall be positioned based on the requirements at site at no additional financial
implication to IOCL.

Recovery for Non-deployment per


Quantum QC/ QA/ Month
Nature of Project HSE
of Work in Planning
Work Manager Engineer Project QC/ QA HSE
Rs. / Lac Engineer
Manager Engineer Engineer
Civil work
including
Structural, 50-200 1 Engineer with 3 Years of Experience Rs.30000.00
and painting
works

Note: In case the Engineer concerned is holding diploma qualification against Engineering graduation, the requirement of
site experience shall be increased by 2 years.

20.0 PENALTY CLAUSE IN CASE OF BREACH OF SAFETY:


The penalty for breach of safety during execution of works shall be levied by the Corporation as below:
a. Violation of applicable safety, health and environment related norm, a penalty of Rs 5000/- per occasion.
b. Violation as above resulting in;
 Any physical injury, a penalty of 0.5% of the contract value (max. of Rs 2 lacs) per injury in addition
to Rs 5000/- as mentioned above.
 Fatal accident, a penalty of 1% of the contract value (max. of Rs 10 lacs) per fatality in addition to
Rs 5000/- as mentioned above.
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 25
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

In case of any breach of contract (other than price reduction clause for delayed completion), recovery of requisite
GST amount over and above the penalty amount shall be done from the contractor’s bill.

21.0 ACCEPTANCE OF WORK ORDER:


21.1 After communication of the Corporation’s acceptance of the contractor’s tender, if the contractor fails to return the
duplicate copy of the work order and agreement duly signed in token of their acceptance within 10 days, the EMD
is liable to be forfeited by the Corporation, with or without any further reference to the contractor.
21.2 On acceptance of the quotation, the successful contractor will have to execute an agreement with the corporation
covering all aspects of the contract in standard form (issued by IOCL), immediately before commencement of the
works. The intending tenderers should acquaint themselves with the provisions of standard agreement prior to
quoting.
21.3 When the party signing the agreement is not the sole proprietor, necessary power of attorney authorizing the
person who is acting on behalf of the firm should be produced before execution of the agreement.
21.4 If the Contractor does not start the work by the above stated period and if the Corporation is not satisfied with the
reason for not starting the work in time or if Contractor refuses to carry out the work due to any other reason, the
Corporation can cancel that work order by giving a Registered Notice after the expiry of the specified period as
per the order and the same work shall be carried out by any other Contractor at the entire risk and cost of original
Contractor.
21.5 In the event of such cancellation, the ISD/SD for the subject work, Earnest Money Deposit and/or Permanent
Earnest money Deposit will be forfeited and the empanelment of the contractor in all categories shall be cancelled
forthwith, without any further intimation to the contractor. In addition, the Corporation also reserves the right to
holiday list the contractor in the event of such default.

22.0 SPECIFIC CONDITIONS:


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

22.2 Many works executed may need clearance from an Acceptance Committee formed by Corporation at any stage of
the work. Contractor shall render full cooperation and comply with all the observations, instructions of the Committee
at no extra cost to IOC

23.0 SPECIFIC CLAUSES ON TAXATION:


Please refer section-3 of Part-B (i.e. General Terms and conditions and Declaration), attached separately.

24.0 QUALITY CONTROL


24.1 Entire work shall be executed as per the IOCL specifications for civil, electrical & mechanical works. All the
bought-out items used in the construction shall be sourced from the approved vendors of IOCL. However, on
the specific request of the Contractor, IOCL may approve name of any other vendor not included in the approved
list.
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 26
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

24.2 IOCL will appoint Third Party Inspectors (TPI) for inspection of work at various stages of construction and as
per the QAP & IOCL specifications. The fee of TPI will be paid by IOCL. Hold Points in the QAP have been so
planned that it would require four (4) visits of the TPI Agency during the course of work. The contractor must
ensure that entire QAP is implemented by him during these visits. For this purpose, the contractor must inform
the TPI in advance regarding his proposed schedule of offering hold points. In case the TPI Agency has to
make extra visits for inspecting the hold points, Rs.8000/- (Rs. Eight Thousand Only) per extra visit shall be
deducted from the bill amount payable to the contractor

24.3 Over and above the inspections carried out by TPI, the work will also be inspected by the Engineer / Engineers
from respective Divisional Office

24.4 Contractor shall provide all necessary assistance to the TPI / IOCL engineers for carrying out inspections/ tests
/ measurements of work without any extra cost to IOCL.

24.5 All the materials shall be got approved before use. In case defective/substandard materials are brought at site
and rejected by TPI / IOCL site Engineer, the same shall have to be removed immediately within 3 days from
the site at their own cost. IOCL shall not entertain any claim from the Contractor on this account. In case,
Contractor fails to remove such materials from the site, within 15 days after issue of notice in writing, IOCL
reserves the right to dispose off such materials at the entire risk and cost of the Contractor.

24.6 The Contractor shall make arrangements for retention of samples of approved materials till completion of work.

24.7 Contractor shall bear all expenses towards testing of materials as per QAP and IOCL specifications. Repeat
tests if required, as per the opinion of IOCL/TPI shall also be conducted by the Contractor at no extra cost. The
lab tests shall be carried out at any Govt Engg College/Govt University/Labs with NABL accreditation /Govt
Labs, Govt recognized test houses and test houses with ISO accreditation. However, at its discretion, IOCL
may advise to carry out tests at a particular laboratory, which shall be binding on the Contractor

24.8 Contractor shall provide all the necessary equipment’s required for field tests to maintain the quality of work as
per QAP and IOCL specifications. The following instruments should be available at all times during the
execution of work:
24.8.1.1 Slump Cone
24.8.1.2 Weighing Instrument
24.8.1.3 Gauge for measuring Dry Film Thickness (0-1000 )
24.8.1.4 Vernier/ Micrometer Screw Gauge
24.8.1.5 Concrete Cube Moulds – 6 nos.
24.8.1.6 Weld Gauge

25.0 CLEARING THE SITE OF WORKS:


25.1 Contractor shall arrange to dispose of debris and any other waste product created while carrying out the work,
outside Corporation’s premises. The Contractor shall take due care while disposing of such waste materials and
ensure that any rules/ regulations laid down by Municipal Corporation or any other statutory body are not violated.
The Contractor shall be responsible and answerable to any complaint arising out of improper disposal of waste
material. Quoted rate shall involve the cost of same and no extra payment shall be made towards this account.
25.2 The Contractor shall clear the site of works as per the instructions of the Site Engineer. The site of works shall be
cleaned of all men, site equipment, materials, etc and shall be delivered back to the Corporation in a clean and
neat condition as required by the Site Engineer within a period of one week after the job is completed after ensuring
that all surfaces spoiled during the works such as floors, walls, glass panels, etc are spotless clean.
25.3 In case of failure to do so by the Contractor, the Corporation shall have the right to get the site cleared at the risk
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 27
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

and cost of the Contractor.

26.0 PAYMENT SCHEDULE:


26.1 The following payment terms shall apply for this tender:
26.1.1 CIVIL WORKS:
A. Upto 95% of the item rate on completion of each item in RA Bills
B. Balance 5% on completion of all works and in final bill.

26.1.2 CANOPY WORK


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

26.2 Final bill shall be released only after successful completion of all the activities and after the Final Acceptance
by IOCL for the work in its entirety. There shall be no restriction in value for submission of RA bills. In normal
circumstances, payment shall normally be made within 30 days from the date of receipt of bills, provided the bills
are legitimate and free from any dispute Final bill shall be released only after successful completion of all the
activities and after the Final Acceptance by IOCL for the work in its entirety. There shall be no restriction in value
for submission of RA bills. In normal circumstances, payment shall normally be made within 30 days from the date
of receipt of bills, provided the bills are legitimate and free from any dispute. Contractor has to submit the RA/Final
Bills to the state office along with all required document for release of the payment.
The Entry of the Bills should be done in Bill Tracking System (URL https://associates.indianoil.co.in/Vendor).
The clarifications (If any) on the submitted bills should be sought by Corporation from the contractor with 30 days
and contractor should submit the clarifications within a period of 15 days.
Digitally signed original invoice can be submitted by registering into vendor portal in which case no hard copy is
required to be sent. Vendors are encouraged to use vendor portal for expeditious settlement of their invoice.
The link to the vendor portal is
https://apps.indianoil.in/vim

Following documents/ activities shall be completed before submission of final bills:


Copy of test certificates, Warranty certificates as applicable. Material reconciliation statements& documentation
of site records as applicable. Any other specific documentation required by IOCL.

26.3 Payment for all the extra items, if any, shall be made as per HO-SOR Rates for respective DO with applicable
discount quoted by the bidder in the Tender. In case of Non-SOR Items, Payment shall be made as per
market rates with proper rate analysis/latest DSR Rates without applicable discount quoted by the bidder
in the Tender.
27.0 The Corporation reserves the right to accept any tender in whole or in part and reject any or all tenders without
assigning any reasons. The Corporation reserves the right to accept one or more tenders in part.
28.0 Any conditional / incomplete offer or failure to follow above instructions shall lead to disqualification. Providing any
details of rates offered in the technical commercial bid section will lead to disqualification of the bidder.

29.0 DEALING WITH OUTSIDE PARTIES


TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 28
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

29.1 The Contractor should purchase all material from the market, which they require for the work allotted to them, in
cash or credit in their own firms’ name only.
29.2 In case of any default on the part of the Contractor to clear the payments of their vendors / suppliers / sub-
contractors, the Corporation, to protect it’s name and image, shall recover the amount from Contractor’s pending
bills or security deposit and may make the payment to the concerned party.
29.3 Contractor in his own interest should purchase material from the authorized sources and should fulfill all their
obligations of all taxes etc. If the Corporation has reasons to believe that any material has been brought to its
premises from unauthorized sources, the Corporation can refer the matter to police for verification.
29.4 The Contractor can be debarred from corporation and EMD/SD shall be forfeited for such lapses.

30.0 SUBMISSION OF AS BUILT DRAWINGS:


Party shall prepare and submit the tracings/ SOFT copy of “As-built drawings” of all the facilities as per the scope
of work indicated at the time of conclusion of this contract or as directed by the site engineer at no extra cost to
IOCL.
31.0 The Corporation reserves the right to accept any tender in whole or in part and reject any or all tenders without
assigning any reasons. The Corporation reserves the right to accept one or more tenders in part.
32.0 Any conditional / incomplete offer or failure to follow above instructions shall lead to disqualification. Providing any
details of rates offered in the technical commercial bid section will lead to disqualification of the bidder.

33.0 BIDDERS MAY NOTE THE FOLLOWING:


a) This tender is a framework agreement and order for supply (work order) of service/material shall be placed
from the respective political state/union territory or location (as the case may be) as mentioned in the tender
b) With respect to the price adjustment clause, the same shall be passed on by the bidder in invoice or through
credit note by way of discount
c) Bidders are required to confirm the HSN/SAC codes alongwith the GST rates as sought in the Statement of
Credentials

34.0 COMPLETION CERTIFICATE:


“In partial modification of GCC Clause 5.5.0.0 the completion certificate should be issued by GM(E), UPSO-II on
written request of contractor on successful completion of works and after completion of documentations as listed
in clause 5.5.2.0 of GCC and including release of final bill within 15 days from the date of receipt of written request
for completion certificate by Contractor”

35.0 BIDDERS UNDER INSOLVENCY OR LIQUIDATION OR BANKRUPTCY PROCEEDINGS UNDER


INSOLVENCY AND BANKRUPTCY CODE, 2016:
Offers from the following type of bidders shall not be considered: If the bidder is undergoing insolvency resolution
process or liquidation or bankruptcy proceeding under Insolvency and Bankruptcy Code, 2016 (Code) or any
other applicable law (in cases where code is not applicable),
a) Insolvency resolution process or liquidation of bankruptcy proceeding is initiated under the code or any other
applicable law (in cases where code is not applicable) against/by the bidder at any stage of evaluation of the bid.
b) In the event, insolvency resolution process or liquidation or bankruptcy proceeding is initiated under the Code or
any other applicable law (in cases where code is not applicable) against/by the bidder, after submission of its bid
but at any stage of evaluation of the bid, it will be the responsibility of the bidder to inform IOCL within 15 days
from the date of order of insolvency resolution process or liquidation or bankruptcy proceeding passed by the
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 29
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

Adjudicating Authority namely, National Company Law Tribunal (NCLT) or Debt Recovery Tribunal (DRT) under
the code of any other applicable law (in cases where code is not applicable).
 If bidder refuses or fails to share the information regarding their status of insolvency resolution process or
liquidation or bankruptcy proceeding as sought hereinabove, in their bid or at any later stage, as applicable,
their offer is liable to be rejected by IOCL and without prejudice to any other remedy or action available with
IOCL, IOCL shall forfeit the Earnest Money Deposit provided by the bidder, is any form whatsoever.
 IOCL reserves the right to cancel/terminate the contract without any liability on the part of IOCL immediately
on the commencement of insolvency resolution process or liquidation or bankruptcy proceeding of any party
under the contract.
 In case where the bid of the L-1 bidder is rejected on the aforesaid grounds during the period between Price-
Bid-Opening and Award of Contract, then the bid of the next higher eligible bidder will be considered for
further processing.
 If bidder fails to share or misrepresents the information regarding their status of insolvency resolution process
or liquidation or bankruptcy proceeding as sought hereinabove and the bidder’s bid results in a contract,
IOCL, without prejudice to any other remedy or action available with IOCL, shall be within its rights to
terminate the resultant contract.
 A declaration / Undertaking shall be submitted by the bidder in the attached format along with the techno-
commercial bid. (Format attached)

36.0 SPECIAL INSTRUCTIONS RELATED TO BUSINESS TRANSACTION STATUS OF BIDDERS:

a) Tenders who have transferred their ownership rights either in whole or in part to another entity or under
process of transfer shall intimate the same to IOCL in their letter head while submitting the bid. IOCL reserves
its right to reject the tender of any entity, which has transferred its ownership rights in whole or in part or which
is in process of transfer without assigning any reason for such rejection.
b) If the tenderer refuses or fails to share the information regarding their status of any kind of business transfer
process/restructuring etc., in their tender or at any later stage, as applicable, their tender is liable to be rejected
by IOCL and without prejudice to any other remedy or action available with IOCL, IOCL shall forfeit the Earnest
Money Deposit provided by the tenderer, in any form whatsoever.

37.0 KYC UPDATION:


Successful bidder must ensure that KYC of the persons employed by them has been verified& updated in the
EPFO portal and a proof thereof is submitted within one month of their engagement at IOCL premises.

38.0 PERFORMANCE EVALUATION OF EMPANELLED CONTRACTOR:

Contractor’s performance will be evaluated as per attached guidelines.

39.0 HOLIDAY LISTING

Party may be put on Holiday List due to the brief reasons are listed below.

a) Has indulged in malpractices such as bribery, corruption, fraud and pilferage.


TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 30
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

b) Is bankrupt or is being dissolved or has resolved to be would up or proceedings for winding up or dissolution have
been instituted.
c) Has submitted fake, false or forged documents/ certificates.
d) Has submitted materials in lieu of materials supplied by Indian Oil or has not returned or has short returned or
has unauthorized disposed off materials/ documents/ drawings tools or plants or equipment’s supplied by Indian
Oil.
e) Has obtained official company information or copies of documents in relation to the tender/ contract, by
questionable methods/ means.
f) Has deliberately violated and circumvented the provisions of labour laws/ regulations/ rules, safety norms or other
statutory requirements.
g) Has deliberately indulged in construction and erection of defective works of supply of defective materials.
h) Has not cleared Indian Oil’s previous dues.
i) Has committed breach of Contract or has failed to perform a contract or has abandoned the contract.
j) Has refused to accept Fax of Acceptance/ Letter of Acceptance/ Purchase Order/ Letter of Intent/ Work Order
after the same is issued by Indian Oil within the validity period and as per agreed terms and conditions.
k) After opening of Price Bid, on becoming L-1, withdraws/ revises their bid upwards within the validity period.
l) Has parted with, leaked or provided confidential/ proprietary information of Indian Oil given to the party only for
his use (in discharge of his obligations against an order) to any third party without prior consent of Indian Oil.
m) Any other ground for which in the opinion of the Corporation makes it undesirable to deal with the party on grounds
as defined in GCC.
n) If a communication is received from the Administrative Ministry to ban a party from dealing with Indian Oil.

40.0 BUILDING AND OTHER CONSTRUCTION WORKERS WELFARE CESS ACT-1996 :


Cess shall be levied and collected at such rate not exceeding two percent, but not less than one percent of the
cost of construction work. Cess shall be deducted from Contractor bill by IOCL as per applicable rate in State and
to be deposited by IOCL to concerned state Government. No extra shall be payable for the same and bidder
should quote accordingly

41.0 TYPOGRAPHICAL OR CLERICAL ERRORS:


The Corporation’s clarifications regarding partially omitted particulars, or typographical or clerical errors shall be
final and binding on the Contractor.
At all places in the GCC enclosed with the tender document, OWNER shall mean State Office of INDIAN OIL
CORPORATION LIMITED (MARKETING DIVISION) INDIAN OIL CORPORATION LIMITED, MARKETING
DIVISION, HEAD OFFICE, with its office at G9, Ali Yavar Jung Marg, Bandra(E), Mumbai-400051., under whose
jurisdiction this work is to be done.
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 31
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

Annexure - 6
SCOPE OF WORK

The broad scope of execution of work is indicated below:

A. Vendor should visit the site to assess the working area and also to assess the local conditions prior to quoting
to ensure smooth working during the period of construction.

B: Following facilities is to be constructed under the subject tender: Scope of work is to be read in conjunction of
SoR.

1. Site clearing as per relevant items of work in the price schedule.


2. Structural Steel canopy with foundationand allied works.
3. Other Civil & Electrical works
4. Contractor will provide as built colored drawing (A-1 Size) for all the facilities after completion of work. No extra
payment shall be made to contractor on this account.
5. Following facilities will be inspected/certified by TPI:
a) All types of LED lights

b) All types of cables

c) Canopy structure, false ceiling and roofing material: Canopy should be inspected by TPI at vendor premises,
Vendor to assemble the complete canopy structure complete in all respects including Earthing strip manifold,
Cable tray fixing, Facia sheet etc. except column, false ceiling, roofing. No hot work is allowed at site in
canopy. Canopy should be site only after TPI and compliance of observations. All cutting & drilling of canopy
structure including connection plates should be done with machines only. Gas cutting/drilling & welding cutting
/Drilling is not acceptable. The drawing and design of canopy is the responsibility of vendor and vendor to
submit the structure stability certificate. No extra payment shall be made to vendor by IOCL on this account.

d) Contractor may select the TPI from the list given in the tender. Payment to the TPI shall be made by the
contractor and no payment shall be made/ reimbursed to the contractor on this account.

e) Additional Security Deposit Amount/BG corresponding to Executed LED work: The supply of LED lighting
shall be covered by following warranty :

I. 60 Months warranty for indoor & outdoor commercial /Industrial complete luminaries including LED.

II. Defect Liability period for which 10% security deposit/Performance bank guarantee shall be held
towards performance as per following details:

 5 Years in case of indoor & outdoor commercial/industrial complete Luminaries including


LED

 The above-mentioned defect liability period & performance Bank Guarantee of 10% will be
for the LED part of work order only.
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 32
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

6. The scope of work as defined above is general and is not limited to above. Successful bidder has also to carry
out job which is not listed here but required for completion and commissioning of facilities & all connected works
in toto.

a) All required safety precautions have to be taken as per OISD/IOCL norms and as directed at site. Due to
Operational and safety reasons, work may have to be carried out in the restricted timing & in day & night as
per site requirements. Tenderers while quoting rates may consider all above factors quote accordingly.

b) Screen wall all around the RO plot area is to be provided by vendor as per development plan approving
authority guidelines (if required)

c) All the guidelines related to construction activities issued by NGT/Covid authority etc shall be adhered by
vendor in toto.

d) Contractor to execute all items as per schedule of rates & any other extra items required to complete the
work only with prior approval from IOCL.

e) It is to be noted that as per clause of Special Terms and conditions the contractor is required to position at
site, adequate number of qualified & experienced Project Engineer, QC/QA/ & Planning Engineer & HSE
Manager. In order to achieve timely completion of work, to monitor daily/ weekly work progress, to maintain
record at site, to achieve desired quality standard in works, effective supervision, planning of work at site the
contractor will be required to submit their HR and PM planning for the project in line with our tender before
the commencement date i.e. within 10 days of the date of LOA.

f) Malba/Debris and unwanted material is to be removed by vendor on daily basis to avoid the penalty from
statutory authority (if required). Any fine imposed on this account shall be borne by vendor only.

g) The detailed schedule of rates (SOR) is attached separately.

SPECIFICATION OF CANOPY WORK:


1. MATERIAL SPECIFICATIONS SHALL BE AS UNDER :
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 33
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

2. LAYING OF SHEETS
The sheets are to be fastened to roof purlins with fixing clips, which are concealed during fixing and do not require
any fastening holes through the sheets.
3. FLASHING AND CLAPPING
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 34
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

The Flashing, Clapping and Trims shall be manufactured from the same material as the roof sheeting and in standard
lengths of 2.5 metres. These are to be fixed with No. 10-16 x 16 mm hot dipped Zinc coated self-tapping screws. The
width shall be up to 1000 mm as per site requirements.
TEST FORMAT FOR ROOFING AND CEILING MATERIAL IS AS UNDER:

Vendor has to submit the Manufacturer’s Test Certificate (MTC) for Roofing& False Ceiling Materials. If
Contractor is purchasing Roofing & False Ceiling material directly from the approved vendor, copy of purchase
invoice is to be submitted, whereas if the contractor is purchasing the material from authorized dealer of approved
vendor, then in such case Contractor has to submit authorized dealership certificate also along with the Purchase
Invoice.

Testing of materials and frequency: Prior to erection of Canopy at Site, samples of roofing and false ceiling
material to be drawn for all canopies by site Engineer and the same to be tested at NABL accredited
labs/NITs/IITs / Govt. Engg. Colleges, in accordance with the technical specifications. Erection work of canopy
should commence only after meeting the parameter for roofing and false ceiling materials as per format (Copy of
format attached). Kindly note that testing frequency of roofing / false ceiling materials have been now revised to
100

For each & every canopy, record of test reports (manufacturer’s test certificate / lab test certificates) to be
maintained to review the performance of vendors.
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 35
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

A. FALSE CEILING:
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 36
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

1. MATERIAL SPECIFICATIONS SHALL BE AS UNDER :


TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 37
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

Annexure – 7
LIST OF APPROVED MAKES

SL.. NO. MATERIALS APPROVED MAKES IS CODE REF.


A. CIVIL WORKS

1 ORDINARY PORTLAND Ultra Tech Cement Limited / Ambuja Cement Limited / 8112 : 1989
CEMENT ACC 12269 : 1987
Limited / Shree Cement Limited / Dalmia Bharat Limited /
Birla Corporation Limited / India Cement Limited / The
Ramco Cement Limited / Orient Cement Limited /
Heidelberg Cement India Limited/JK Laxmi
2 Structural Steel Rolled Tata Steel Limited (TISCO) / JSW Steel Limited / Steel 2062 : 1999
Sections – Authority of India Limited / Essar Steel India Limited /
Beams, Channels, Tee, Rashtriya Ispat Nigam Limited (VIZAG) / Jindal Steel and
Flat, Angle, Power Limited / Kamdhenu / IISCO
Bars Flats and Square bards to be of ISI mark
(Square/Hexagonal),
Plates etc
3 MS TUBULAR Tata / SAIL / Vizag / Hindustan / Prakash / Jindal / IISCO 1161 : 1963
SECTIONS / Apollo / Surya
4 REINFORCEMENT Tata Tiscon / SAIL / Rashtriya Ispat Nigam Limited 432 : 1982
STEEL (VIZAG)
/ Kamdhenu Limited / JSW Neo Steel / Jindal Steel and
Power Limited / Essar Steel India Limited / IISCO
5 Burnt Clay Building Bricks Any Approved Make 1077 : 1992

6 White Cement JK / Birla / ACC / Jaypee


7 STANDARD CERAMIC Kajaria Ceramic Limited / Somany Ceramic Limited 13712 : 1993
TILES (WALLS/FLOOR) / /Johnson Tiles / Orient Bell / Nitco Limited
VITRIFIED CERAMIC
TILES
8 Glazed Tiles Kajaria Ceramic Limited / Somany Ceramic Limited 13712 : 1993
/Johnson Tiles / Orient Bell / Nitco Limited
9 ROLLING SHUTTERS As per the specifications 6248 : 1979
/ROLLING GRILLS

10 Aluminium Sections for Jindal / Hindalco (However, Sections as per the detailed 1948 , 1285
Doors, attached drawings / specifications to be ensured)
Windows, Ventilators etc
11 Misc. Aluminium Everite Agencies (P) Ltd. / Ebco Industries / Argent 1948 , 1285
Door/Windows /ECIE(P) Ltd. / Nulite Industries /Harrison Sirismafils
Fittings e.g. Hinges, fittings
Tower Bolts,
Latches, Stoppers, Stays,
Aldrops etc
12 Particle Board / Pre- Novapan / Century Prelam / Eco Board / Archid Lam 12823 : 1990
Laminated
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 38
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

SL.. NO. MATERIALS APPROVED MAKES IS CODE REF.


Particle Board
13 Gypsum Board India Gypsum / Lafarge / USG 12823 : 1990
14 Plywood National / Kitply / Greenply / Anchor / India Plywood Mfg.
Co.
15 Flush Doors India Plywood Mfg. Co./ Kutty Flush Doors / Diamond
/Lakshmi (Exterior grade only) / Kitply / Century / Green Ply
/ Merino / Archid Ply
16 PVC Doors and Windows Sintex / Rajshree / Plasopan/Fixopan
17 Hydraulic Door Closer / Everite (Everite Agency) / HARDWYN (Hardwyn 3564 : 1996
Floor springs Hardware) /Godrej (Godrej Locking Solutions and System 6315 : 1992
/ Dorma
(Dorma India Private Limited / Ozone / Dorset / Geze
18 Waterproofing Fosroc / CICO No. 1 / Pidilite / Sika / Acco-Proof 2645 : 2003
Compound
19 Floor Hardener Ironite / Hardonite / Ferroke / Pidilite / Fosroc 9197 : 1979
20 Acrylic Emulsion Paints, ICI / Berger / Asian Paint / Goodlas Nerolac / Jenson 354 : 1989, 428 :
Synthetic &Nicholson / Dulux 2000
Emulsion Paints and
Distempers
21 Waterproof Cement Paint Snowcem Plus / Surfacem / Birla Plus / Berger / D 5410 : 1992
22 Road Marking Paints Shalimar / MRF
23 Glass including Float Asahi India Glass Limited / Gujarat Guardian Glass Limited 14900 : 2000
Glass (Modiguard) / Saint Gobain India Limited
24 Red Oxide / Zinc Asian Paint / Berger / Goodlas Nerolac / ICI /
Phosphate Primer BombayPaints / Garware Paints
25 Cement wall Putty Birla White Wall Putty / Asian Paint Asian wall Putty
26 Pressed Clay Tiles (For Any make approved by Site Engineer subject to meeting 2690 : Part I :
water specifications 1993
proofing)
27 Pressed Cement Any make approved by Site Engineer subject to meeting 13801 : 1993
Concrete Tiles (Other specifications.
than Pavers)
28 Precast Cement Any make approved by Site Engineer subject to meeting 5758 : 1984
Concrete Kerbs specifications. Color of kerb to be cement grey.
29 Granite Stone / Tiles Any make approved by Site Engineer subject to meeting 14223 : Part 1 :
specifications 1995
30 RCC Hume Pipes Any make approved by Site Engineer subject to meeting 458 : 2003
specifications and IS Code requirement
31 A.C. Sheets including Everest / Charminar / Uppal
fittings and
fixtures
32 GI Sheets (Plain and TATA / Jindal / Bhushan / Essar / Lloyd
Corrugated)
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 39
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

SL.. NO. MATERIALS APPROVED MAKES IS CODE REF.


33 Sealing Compounds for Fosroc / STP / Pidilite / Apoorva
Glass
34 Bitumen sealants Fosroc / STP
35 PVC pipes and fittings Finolex / Supreme / Prince / TATA / Prakash / Surya
(for all works) /Polyplast / Diplast / Polyindia
B. SANITARY WORKS

1 Orissa Type Water Closet Hindware / Parryware / Neycer / Cera / Jaquar ( As per 2556 / 774
with Catalogue No., if any, given in BOQ or specifications)
Flushing Cistern
(VITREOUS
CHINA)
2 European Type Water Hindware / Parryware / Neycer / Cera / Jaquar ( As per 2556
Closet Catalogue No., if any, given in BOQ or specifications
(VITREOUS CHINA)
3 Washbasin (VITREOUS Hindware / Parryware / Neycer / Cera / Jaquar ( As per 2556
CHINA) Catalogue No., if any, given in BOQ or specifications
4 SINK (VITREOUS HINDWARE (HSIL)/ PARRYWARE (EID PARRY)/ CERA 2556
CHINA)
5 Flushing Cistern Hindware / Parryware / Neycer / Cera / Jaquar ( As per 7231 : 1994
Catalogue No., if any, given in BOQ or specifications)
6 EWC Plastic Seat Cover Hindware / Parryware / Neycer / Cera / Jaquar 2548 : Part II :
1996
7 Mirror Modi / Saint Gobain /ASAHI 3438 : 1994
8 PVC Pipes and Fittings Finolex / Supreme / Prince / TATA / Prakash / Surya
(For all /Polyplast / Diplast / Polyindia / Astral
works)
9 GI Pipes Tata / Zenith / Jindal / Surya Prakash / Ravindra / Gujarat 6631 : 1972
Steel
10 CPVC Pipes and fittings Finolex / Supreme / Prince / TATA / Prakash / Surya /
Polyplast / Diplast / Polyindia / Astral
11 UPVC Pipes and Fittings Astral / Finolex / Supreme / Prince / Kissan
12 GM Gate Valves and Non Leader / Orient / Sant / SS / Atam / Gates / Star Engineers
Return
Valves
13 CP Brass Spray shower Ark / Soma / Parko / Metro / Ess Ess
with ball
and socket
14 Brass Float Valves with Leader / Orient / Zoloto/ Neta
Copper
Floats
15 CP Brass Stop Cocks Ark-Soma / Parko / Metro-Super / Ess Ess / Jaquar OR As
per Catalogue No., if any, given in BOQ and specifications
16 CP Brass Pillar Cocks / Ark-Soma / Parko / Metro-Super / Ess Ess / Jaquar OR As
Taps per Catalogue No., if any, given in BOQ and specifications
17 HDPE Water tanks Sintex / Uniplas / Supreme / Reno
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 40
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

SL.. NO. MATERIALS APPROVED MAKES IS CODE REF.


18 Floor Trap (Nahani Trap) Any make approved by Site Engineer subject to meeting
specifications
19 SW Gully Trap Any make approved by Site Engineer subject to meeting 651 : 1992
specifications
20 Flush Valves ARK-SOMA / Parko / Metro-Super / Jaquar / ESS ESS OR
As per Catalogue No., if any, given in BOQ and
specifications
21 Soap Tray Hindware (HSIL) / Parryware (EID PARRY)/ CERA /
Jaquar OR As per Catalogue No., if any, given in BOQ and
specifications
22 Towel Rail Metro / Parko / ARK SOMA / Jaquar OR As per Catalogue
No., if any, given in BOQ and specifications
23 Padlock / Mortice Lock of Godrej / Harrison / Dorma /Golden industries / Dorset /
all types Srismafils
24 Paper Holder As per Catalogue No., if any, given in BOQ and
specifications
25 Stainless Steel sinks Jaina / Prestige / Star
26 Stainless Steel Hinged Camry
Gratings
27 Floor trap PVC – Prince, Kishan CP Brass Fittings - Chilli
C. MECHANICAL WORKS

1 ERW, MS Pipes Surya Prakash / Jindal / Tata / SAIL / Denholm Steels 1239 -2004
Limited / Indus Tubes Limited / Lalit Profiles & Steel / Mukat
Tanks and Vesels / Surindra Eng. Co. / Rajinder Steels Ltd.
/ Ratnamani Engineering Ltd. / SAW Pipes Ltd. / Ravindra
2 Pipe Fittings Alliance Forge / Stewarts & Lloyds of India Ltd. / Bharat 1239 : 2004
Forge Press Industries / Steel Samrat (I) Ltd. / Sivananda
Pipe
Fittings Ltd. / Super Forge / Gayatri Forge Pvt. Ltd. /
Perfect Services (Madras) / DRP Melleable / Fit-well Ind.
3 Angular Check Valves Petro / Syal / Sant / Leader / Veeson / Neogi/ Aulto /Zoloto
4 Valve Flange- Horizontal Sant / Audco / Leader / SS / Orient / Atam / Marck Hawa
Check
Valve, Gate Valve, Globe
Valve, Ball
valve
5 Valve Screwed – Sant / Leader / SS / Atam / Orient / MarckHawa
Horizontal Check
Valve, Gate Valve, Globe
Valve, Ball
Valve
6 Gaskets for Flanged Champion 59 OIL Grade
Joints and
Tank manholes for Oil
Services
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 41
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

SL.. NO. MATERIALS APPROVED MAKES IS CODE REF.


7 PV Valves (Subject to OPW Model No.: 623V or Upgraded model, Franklin 10989 : 1984/
PESO and Fuelling Model No. 802 or Upgraded model, MORISON 11733 : 1986
other statutory approvals BROS CO,
NEOGI,
8 Nut & bolts Unbrako / TVS / GKW 778 : 1984
9 Pressure Gauge Fiebig / Manometer 6392 : 1971
10 Wrapping & Coating STP Ltd. or equivalent 817
11 Bitumastic Paint for STP Shalimastic HD Thixotropic 1367
doping of
tanks and pipe lines
12 Digital type inflator Instrument Research / Protech / Manatec / Airtec / Elgi 2712 : 1998
/KEC Equipment
13 Rubber Hose Pipe Dunlop / Swastik / Maxwell / Gates 3624 : 1987
14 Air Compressor Elgi / IngeUPSO-IIll Rand/Kac / Instrument Research 1239
Associates Pvt Ltd. (IRA) / Annest Iwata
15 Flanges - WNRF/SORF/ CD Engg. Co. / Chaudhary Hammer Works Pvt. Ltd. / 1239
BLRF Golden Iron & Steel Works / Punjab Steel Works / Steel
Samrat (I)
Ltd. / Stewarts & Lloyds of India Ltd. / Super Forge / Gayatri
Forge Pvt. Ltd. / Perfect Services (Madras)
16 Electrode ESAB India Limited / Honavar Electrodes Ltd / Advani 1239
Orlekons (Ador Welding Ltd) / D & H Sechron Electrodes
Ltd.
/ D & H Welding / Modi Arc Electrodes Co / gee Limited /
Kobe Steels / Fusion Engineering Products (P) Ltd.
17 FLEXIBLE PIPES FGS Eco Flex – M/s Sumo Hitech (Distributor), Smart Flex 5456 : 1985
(M/s Nupigeco, SPA of Italy) – M/s General Energy
Management Systems (Distributor), Halock
(M/sHallingplast, Norway) – M/s Kiran Construction
Company Engineers & Contractors (Distributor), Upp (M/s
Tatsuno – Auth. Service partner for installation ) – M/s
Franklin Fueling Systems India Pvt Ltd (Distributor) , KPS
- M/s Dover India Pvt Ltd., (Distributor), ZEPPINI (M/s
ZEPPINI
Industrial e Commercial Ltd) – M/s Gilbarco Veeder Root
India Pvt. Ltd (Distributor).
17 MECHANICAL AIR ELGI, OTHER EQUIVALENT MAKE 8411 : 1977
GAUGE (FOOT TYRE
INFLATOR)
D. MISCELLANEOUS WORKS

1 False ceiling for canopy Material- Jindal, SAIL, TATA or equivalent.


(150F) Converter- M/s Intersil Metallic Products., M/s Swathi
BuildTech Pvt. Ltd., M/s Harsons & Associates, M/s HL
Passey
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 42
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

SL.. NO. MATERIALS APPROVED MAKES IS CODE REF.


Engineering Pvt. Ltd., M/s Interarch Building Products Ltd.,
M/s Kamakshi Roll Form Industries, M/s Kayathri
Consultants Pvt. Ltd., M/s Manorath Engg Works, M/s
Steel India Corporation. and M/s Yash Fabtech
Enterprises.
2 Galvalume color coated Material- Jindal, SAIL, TATA or equivalent.
Roofing/Flashing sheets, Converter- M/s Intersil Metallic Products., M/s Swathi
and BuildTech Pvt. Ltd., M/s Harsons & Associates, M/s HL
Ridges for Canopy Passey
Engineering Pvt. Ltd., M/s Interarch Building Products Ltd.,
M/s Kamakshi Roll Form Industries, M/s Kayathri
Consultants Pvt. Ltd., M/s Manorath Engg Works, M/s
Steel India Corporation. and M/s Yash Fabtech
Enterprises.
3 Interlock concrete pavers Meeting Shape, Size and Specification and as per BS
for 6717:PART1 : 1986, AS PER IS 1237 1980 - After prior
driveway and parking approval from IOCL
(Grey color only)
4 Reflective Type Interlock Meeting Shape, Size and Specification and as per BS
Concrete 6717:PART1 : 1986, AS PER IS 1237 1980 - After prior
Pavers approval from IOCL
5 Octagonal light pole Philips / Bajaj / Wipro
6 Octagonal pole light Philips / Bajaj / Wipro
fixtures -
Metal Halide
7 PVC colour sheeting FINOLEX OR EQUIVALENT MAKE
8 Canopy Lights Fittings – Strictly as per attached specifications. 5 (five) Years
LED performance warranty of light fixtures shall be required
Lights from our Contractor duly supported by warranty from Light
Manufacturer/dealer to our contractor
9 Canopy Light fittings – Havells India Limited / Bajaj Electricals Limited / C&S
LED Linear Electric / Neenjas Technologies Pvt. Ltd. / Newtech Video
light fixtures (As per Systems Pvt. Ltd. Strictly as per attached specifications. 5
attached specifications) (five) Years
performance warranty of light fixtures shall be required
from our Contractor duly supported by warranty from Light
Manufacturer/dealer to our contractor
10 Surface & Recess 1. Havells India Ltd(ModelNo. LHXXXXXXXXX080)
Mounted LED Lights for 2. Bajaj Electricals Ltd. (BG PPR LC 80L LED 8F WH SY
Canopy and Sales NID-80W)
Building. 3.C&S Electric (Model No. LTCRL8F80WLED) 4.
Neenjas Technologies Pvt. Ltd. (Model No. NTPL80-80W)
5. Wipro (Model No. LF01-811-XXX-57-IO)
Strictly as per attached specifications. 5 (five) Years
performance warranty of light fixtures shall be required
from our Contractor duly supported by warranty from Light
Manufacturer/dealer to our contractor
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 43
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

SL.. NO. MATERIALS APPROVED MAKES IS CODE REF.


11 Surface Mounted LED Wipro / Bajaj / Havells Strictly as per attached
Fixture specifications. 5 (five) Years performance warranty of light
(Non-False Ceiling type) fixtures shall be required from our Contractor duly
supported by warranty from Light Manufacturer/dealer to
our contractor

12 Yard Light Fixture -LED Bajaj / Wipro/Philips / C&S Electric / Havells


Strictly as per attached specifications. 5 (five) Years
performance warranty of light fixtures shall be required
from
our Contractor duly supported by warranty from Light
Manufacturer/dealer to our contractor
13 Stainless Steel Pipes and Heavy Metal and Tubes Ltd (Mehsana), Remi Engineering
Tubes Works, Ratnamani Metals and Tubes Ltd., Sandvik Asia
Ltd.,
Saw Pipes Ltd., Nasik, Choksi Tube Company Limited,
Prakash Steelage Ltd., Suraj Stainless Ltd. , Shubhlaxmi
Metals and Tubes Pvt. Ltd. Mumbai
14 Supply and Laying Steel Hindustan Concrete / I Core Concretes / BGSB Concrete
Fiber Solutions (P) LTD./STA Concrete Flooring Solutions /RDC
Reinforced Concrete Concrete India / Equivalent Make With Prior Approval Of
(SFRC) IOCL
15 Pavement Contraction Fosroc / Cipy / Sika / Equivalent Make With Prior Approval
Joint of IOCL
Sealant
16 Pavement Construction SAIL / Tata / Jindal/Any Is Mark Approved By IOCL
Joint
17 Pavement Isolation Joint Fosroc / Cipy / Sika / Equivalent Make With Prior Approval
Sealant of IOCL
18 Pavement RCC and Fosroc / Cipy / Sika / Equivalent Make With Prior Approval
Paver Joint of IOCL
Sealant
19 Polycrete Pump Island Kalpana Glass Fiber / Indocool Composites Pvt Ltd / Sinex
Chromes India Pvt Ltd / Polycrete Enterprises / Eastern
Polycrete Industries / Anant Concrete Products Pvt.Ltd. /
Shree Anant Concrete Products Pvt.Ltd. / Surendra Kumar
&
Company / Ideal Enterprises
20 Epoxy Floor Topping Fosroc / Cipy / Sika / Monarch Industrial Products (I) Pvt
Ltd / Dubond Products (India) Private Limited / D Fix
Enterprise Or Equivalent Make With Prior Approval Of
IOCL
21 Ferrocement Tank Ferrocements Prefab Pvt Ltd / Ferrocon Storage Tanks /
Aqua Engineering Services / Perfect Cement Products /
Maria Ferrocement Works / Ferrotech / Shankar Septic
Tanks/ Prefer Industries Pvt.Ltd. / Swaneer Innovations
Pvt. Ltd./ Equivalent Make With Prior Approval Of IOCL
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 44
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

SL.. NO. MATERIALS APPROVED MAKES IS CODE REF.


22 GI Deck Sheet Penner Decking Profile-Pil52/271 Or Tata Or JSW Or
Lewis Make Or Equivalent Make With Prior Approval Of
IOCL
23 Power line Conditioner India Techno Systems / Neenjas Technologies Pvt Ltd /
(Isolation TSI Power Pvt Ltd / Perfect Technologies /
Transformer) Airkom/Neelkanth Power/ Vision Power / Akshar
Electrotech Systems / Saveawatt Power Electronics Pvt
Ltd / Jetpower / Servostar India Pvt Ltd / Mira Electro
Power / Sen & Pandit
Electronics Pvt Ltd / Servokon Systems / Equivalent Make
With Prior Approval Of IOCL
24 125A EB Meter Board B.S Electrical Industries / Hi-Tech Engineers / Star
Switchgears / Electrocare Services / New Vaishali Panels
/
Balaji Electro Controls Pvt Ltd / Rittal India / ABB /
Elmeasure / L&T / Schnider Electric / HPL / Equivalent
Make With Prior Approval Of IOCL
25 160A EB Meter Board B.S Electrical Industries / Hi-Tech Engineers / Star
Switchgears / Electrocare Services / New Vaishali Panels
/
Balaji Electro Controls Pvt Ltd / Rittal India / ABB /
Elmeasure / L&T / Schnider Electric / HPL /Equivalent
Make With Prior Approval Of IOCL
26 EB- DG & Stabilizer Type B.S Electrical Industries / Hi-Tech Engineers / Star
I Outdoor Switchgears / Electrocare Services / New Vaishali Panels
Electrical Panel (Upto /
25KVA) Balaji Electro Controls Pvt Ltd / Rittal India Equivalent
Make With Prior Approval Of IOCL
27 EB- DG & Stabilizer Type B.S Electrical Industries / Hi-Tech Engineers / Star
II Switchgears / Electrocare Services / New Vaishali Panels
Outdoor Electrical Panel / Balaji Electro Controls Pvt Ltd / Rittal India / ABB /
(30KVA-50 KVA) Schnider Electric/L&T/SIEMENS/Equivalent Make With
Prior Approval Of IOCL
28 FLP Well Glass Light Baliga / FCG Flameproof Control Gears Pvt Ltd /
Fittings Equivalent Make With Prior Approval Of IOCL
29 Bulkhead Light Fixture Wipro / Bajaj / Havells /Equivalent Make With Prior
Approval Of IOCL
30 Tubular Conical Yard Bajaj / Valmont / T-Lite / Equivalent Make With Prior
Light Pole Approval Of IOCL
31 Double wall corrugated Dover/ Mangrish Pipes / Kauvery Polymers / Equivalent
HDPE Make With Prior Approval Of IOCL
Conduit
32 Chemical Earthing - JMV/ASHLOK/AI Earthing / CIKIT / Equivalent Make With
Neutral Prior Approval Of IOCL
33 Fire Alarm Control Panel JMV/ASHLOK/Equivalent Make With Prior Approval Of
IOCL
34 Fire Alarm Smoke Detect RAVEL / TYCO / SIEMENS / Equivalent Make With Prior
Approval Of IOCL
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 45
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

SL.. NO. MATERIALS APPROVED MAKES IS CODE REF.


35 Fire Alarm Manual Call RAVEL / TYCO / SIEMENS / Equivalent Make With Prior
Point Approval Of IOCL
36 Fire Alarm Hooter RAVEL / TYCO / SIEMENS / Equivalent Make With Prior
Approval Of IOCl
37 Fire Alarm System RAVEL / TYCO / SIEMENS / Equivalent Make With Prior
Approval Of IOCL
38 Tank Top Chamber / Dover India Private Limited – OPW DIVISION / Franklin
Tank Sump Fuel Systems India Pvt Ltd/ Kiran Constructions Co /
Zeppini Ecoflex (Gilbarco Veeder Root India Pvt Ltd)/IRA /
Equivalent Make With Prior Approval Of IOCL

39 Under Dispenser Sump Dover India Private Limited – OPW DIVISION / Franklin
Chamber Fuel Systems India Pvt Ltd/ Kiran Constructions Co /
Zeppini
Ecoflex (Gilbarco Veeder Root India Pvt Ltd)/ IRA
/Equivalent Make With Prior Approval Of IOCL
40 FRP Lining BS Projects Pvt Ltd. / Swami Plast Industries / EPP
Composites /Sivas Project India Pvt Ltd / JK Fiber Glass
Works / Graphite India Limited
Ruia Chemicals / Chemical Process Equipments (P.) Ltd /
Or Equivalent Make With Prior Approval Of IOCL
41 Composite Manhole Instrument Research Associates Pvt. Ltd. / Thermoset
Cover PolyProducts (I) Pvt. Ltd./ Kaveri Poly Infra Material
Suppliers /
Buildtek Polymers Private Limited / HP International / Or
Equivalent Make With Prior Approval Of IOCL
42 Spil Bucket Dover India Private Limited – OPW DIVISION/ Franklin
Fuel Systems India Pvt Ltd / Or Equivalent Make With Prior
Approval Of IOC
43 Oil Water Separator Kpack system Pvt Ltd. / Nugreen building technologies Pvt
Ltd Green machines / Or EQUIVALENT MAKE WITH
PRIOR APPROVAL OF IOCL
E. LIST OF APPROVED MAKES FOR ELECTRICAL WORKS

1.1 KV Power & Control


Cables of
Cable Corporation of India (CCI) / NICCO / Finolex / 1554 : Part 1 :
all types (Armored /
Havells / 1988,
1 Unarmored),
Gloster / Polycab / National / L&T / Kalinga / Standard 8130 : 1984, 7098
(FRLS/Non FRLS),
/Universal / KEI : Part 1
(Copper or
Aluminium Conductor)
Cable Corporation of India (CCI) / NICCO / Finolex /
2 Control Cable Havells /Polycab / Incab / National / L&T / Kalinga /
Standard / KEI /Anchor / Torrent / LAPP
Copper Flat cable for
Universal / CCI / Havells / Finolex / Polycab / V-Guard
3 Submersible
/SARK
Pump
PVC and FRLS PVC NICCO / Finolex / Havells / Polycab / L&T / Anchor /
4
Lighting Wires Kalinga/ CCI / ICL / KEI / Standard
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 46
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

SL.. NO. MATERIALS APPROVED MAKES IS CODE REF.


5 Communication Cables Finolex / Havells / Torrent / LAPP
6 Telephone Cable Delton / Ciplox / Five star / Finolex
7 TV co-axial cable Delton / Ciplox / Five star / Finolex
8 Cat 6 Cable Digilink / R&M / AMP / Tyco / Molex / STSTIMAX
Metal Clad plug and Havells / Siemens / Schneider / Indo Asian / L&T /
9
socket Standard
Cable Glands – Non
10 Baliga / FCG / FDS / Victor / Comet / Gripwel / Braco
Flame Proof
Cable Glands - Flame Comet / Sudhir / Switchgear / FCG / Flexpro / Baliga /
11
Proof CEAG
12 Lugs Capitol / Dowells / Jainson / Multi
13 Cable Jointing Kits Raychem / M Seal / Super Seal /Birla-3M / Ikeban
Junction Boxes – Flame Baliga / FCG / Flexpro / CEAG / Sudhir Switchgears /
14
Proof Hesel/ Expotecta
Junction Boxes – Non Switch gear / MDS (Legrand) / Indo Asian / L&T / Havells
15
Flame Proof /Sudhir Switchgears
L&T / Siemens / GE / Havells / Standard / C&S / MDS
16 HRC Fuse and Base
(Legrand) / Indo Asian / HPL
Indo-Kopp / MDS (Legrand) / Indo Asian / Havells /
17 Contactors
Standard/ L&T / Siemens / Schneider / ABB
Indo-Kopp / MDS (Legrand) / Indo Asian / Havells /
MCB Distribution Boards
Standard
18 and
/ L&T / Siemens / Schneider / ABB / GE Power / Hensel /
MCB’s
Hager
Indo-Kopp / MDS (Legrand) / Indo Asian / Havells /
19 ELCB
Standard/ L&T / Siemens / Schneider / ABB
Indo-Kopp / MDS (Legrand) / Indo Asian / Havells /
20 TPN Switch Fuse Unit
Standard/ L&T / Siemens / Schneider / ABB /Alstom / C&S
Indo-Kopp / MDS (Legrand) / Indo Asian / Havells /
21 MCCB / RCCB / Isolator Standard/ L&T / Siemens / Schneider / ABB / GE Power /
Hager
L&T / Crompton / Siemens / GE / Havells / Indo Asian
22 Change Over Switch
/Standard / MDS (Legrand)
Standard / Indo Asian / Any other reputed manufacturer
23 LT / HT Panel Boards with
prior written approval
Prakash / VIP / Universal / Avon Plast / Precision / Clipsal
24 PVC Conduits / Casings /
Lapp Kabel
AE / IMP / MECO / VKE / Rishab / L&T /Kaycee / GEC /
25 Voltmeter and Ammeter
Salzer
Indicating Lamps (LED BCH / L&T / Siemens / Schneider / Technik / G-
26
Type) powercontrol/Rishab
27 Selector Switch L&T / Siemens /Kaycee / Salzer
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 47
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

SL.. NO. MATERIALS APPROVED MAKES IS CODE REF.


Lighting / Piano Type
28 Anchor / SSK / Cona / Leader / Lisa
switch
Modular switches and Anchor Roma / Havells / Schneider / Legrand / MK / Wipro
29
Sockets (North-West) / Toyoma / Crabtree
30 CT Cast Resin Kappa / IMP / AE
Crompton Greaves / GEC / Bajaj / Khaitan / Usha / Havells
31 Ceiling / Pedestal fans /
Almonard / Orie
Crompton Greaves / GEC / Bajaj / Khaitan / Usha / Havells
32 Exhaust fans /
Almonard
Anchor Roma / Havells / Schneider / Legrand / MK /
33 Electronic Regulator
Toyoma
Octagonal Light Poles
Bajaj / Phillips / Paruthi Engineers Pvt. Ltd. / Crompton /
34 (As per
Wipro
tender specifications)
Crompton / L&T / Universal / Siemens / Alstom / Havells /
35 Capacitor Bank
GE Power / Ebco
L&T / Crompton / Siemens / GE / Havells / Schneider
36 DOL Motor Starter
Electric
L&T / Crompton / Siemens / GE / Havells / Schneider
37 Star Delta Starter
Electric
Wipro / Ador Powerton Ltd. / DB Electricals / EmeUPSO-
38 UPS
IIn / APC/ Numeric / Sukam
Automatic Electric / Logicstat / Solidstat / Microtek
39 CVT /Bluebird / V Guard / Jewel / Servokon / APC / Sukam /
Spectron / Bhurji / Powertech
Automatic Electric / Logicstat / Solidstat / Microtek /
40 Single Phase Stabiliser Bluebird / V Guard / Jewel / Servokon / APC / Sukam /
Spectron / Brijcon / Powertech
Automatic Electric / Logicstat / Solidstat / Microtek /
41 Three Phase Stabiliser Bluebird / V Guard / Jewel / Servokon / APC / Sukam /
Spectron / Brijcon / Powertec
ABB/ Schneider / Siemens / Areva / Indo Asian / Honeywell
42 Electronic Surge Arrestor
/Logicstat
Submersible Pumps and
43 Crompton / Usha / Kirloskar / KSB / Jyoti / Batliboi
Motors
44 Batteries Exide (Power safe) / Panasonic / Amaron / AMCO
45 DG Sets (Air Cooled) Kirloskar / Cummins / Mahindra / Greaves Cotton
46 Water Coolers Blue Star / Voltas
47 MS Fan box Gupta / Homelite / PEW / MK India / Anchor
48 MS Junction Box Gupta / Homelite / PEW / MK India / Anchor
Flame Proof Lighting
49 Sudhir Switchgear / FCG / Flexpro / Baliga
Fixtures
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 48
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

SL.. NO. MATERIALS APPROVED MAKES IS CODE REF.

50 Fire Extinguisher Ceasefire / Safex / Firetak

51 Rubber Mats As per IS : 15652 :2006


Hot dip galvanized M.S
52 Classic / Fixotech / Metalica / Pilco / Supertech / Rico
cable trays
PVC channel type cable
53 SFX or approved equivalent
trays
AE / Intrans / Kappa / Intech / PGR / Powertech / Pragati
54 Current Transformers
/Gilbert & Maxwell / Precise / Indco
Alstom, Siemens, JVC electronics, Enercon / ABB /
55 Relays / Overload Relays
Areba/L&T / Schneider / HPL
Mono Block Pumps /
56 Submersible Kirloskar / KSB / Sulzar / Suguna
Pumps
VCB/ACB (Vacuum
57 Circuit ABB /L&T / Schnieder Electric / SIEMENSMPCB / Legrand
Breaker)
58 Battery Charger Caldyne / Chabbi Electricals

S No Make/ Manufacturer Distributor / Representative in India


F. HDPE flexible pipes at Retail outlets

1 “KPS” M/s Dover India Pvt. Ltd.


M/s KPS, Swedan Plot No. 66, TTC Industrial Area,
M.I.D.C. Mahape,
Navi Mumbai-400710

2 “PLX Brand” M/s K. W. Engg & Signs Pvt. Ltd.,


M/s Durapipe, UK Farm. No.2, Club Drive Road, Ghitorni, Delhi -110030

3 “UPP” M/s General Energy Management Systems Pvt. Ltd.,


M/s Franklin Fueling Systems India B-56, Sector-B1,
Pvt. Ltd., UK) Phase-II, Noida-20135

4 “Halock” M/s Kiran Construction Company Engineers & Contractors,


M/s Hallingplast, Norway H. No. 236, Sec. 19-A, Chandigarh-160019

5 “AEP Electrofuse” M/s Sumo Hi-Tech Marketing Pvt.


M/s Advanced Earth Product, USA 422-424, Gemstar Commercial Complex, Ramchandra Lane Extn.,
Malad (W), Mumbai-400064

6 Zeppini Industrial E Comercial Ltda.


M/s Gilbarco Veeder-Root Indian Pvt Ltd
Estrada Particular Sadae Takagi,655
1st Floor Tower 1,
Bairro-Cooperativa
Equinox Business APrk, Peninsula Techno Park
Sao Bernardo Do Campo
Off BandraKurla Complex
Sao Paulo Brazil
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 49
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

L.B.S. Marg, Mumbai-400700

7 “NUPI” M/s TATSUNO India Pvt. Ltd.


M/s NUPI Industrie Italiane SpA. Plot No.B-31 & B-32,
MIDC Industrial Area, Taloja, District Raigad – 410 208
(Maharashtra)

Note: Above HDFE flexible pipe make shall be used subjected to having their valid PESO approval only.

Notes:
1. In case of all the above IS publications, references shall be made to the latest versions as amended and revised
up to date. Among the listed approved manufacturers/makes, the items used should be of ISI approved make
unless otherwise specified and subject to final approval of IOC.
2. Equivalent make shall be permitted only if sufficient documentary evidence is produced to prove non- availability
of stipulated make and written approval of IOC is obtained. No extra payment shall be made by IOC in this regard.
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 50
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

Annexure – 8
LIST OF WORKING DRAWINGS

Drawing Remarks
RO Layout 1 Set
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 51
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

Annexure – 9
QUALITY ASSURANCE PLAN FOR CIVIL WORKS

ACCEPTANCE
SN ACTIVITY REFERENCE TESTING FREQUENCY
CRITERIA
1 Soil Compaction In Approved Drawing 1 test for every 1000 cu.mtr of fill IS:2720Pt-28/IS-10379
Foundation in site grading
2 Fixing of Approved Drawing One no. per size per lot IS:1786/ PROCEDURE
ReinforcementAs
Per Drawing,
Specification
3 Fixing Of Inserts, Approved Drawing One IS:1239 P-I/IS:2062/
Anchor Bolts & Pipe no. per size per lot procedure
4 Back Filling & Approved Drawing 1 test for every 1000 cu.mtr of fill IS:2720 Pt-28/IS-10379
Levelling in site grading
5 Misc. Civil Works Approved Drawing AS PER SPEC/
PROCEDURE
6 Painting Approved Drawing AS PER SPEC/
PROCEDURE

Note:
The above-mentioned QA/QC plan including List of testing equipment is tentative & minimum requirements for the
purpose of tender. During execution if any additional tests are required as per the directions of IOCL and/ or relevant IS
codes, successful tenderer has to carry out the same at no extra cost to IOCL.
Theoretical cement consumption per unit of work shall be as per latest CPWD specifications or as specified in relevant
IS codes (latest).
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 52
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

Annexure – 10

LIST OF INSPECTION AGENCIES FOR ALL THIRD-PARTY INSPECTIONS (TPI)

S. No. Name and details of TPI Party


1. M/s Projects & Development India Ltd.
Bengal Chemical Building, 1st Floor,
502, S.V.Savarkar Marg, Prabhadevi, Mumbai – 400025
2. M/s Lloyd’s Register of Shipping.
Solitaire Corporate Park,Bldg. No 1, 4th Floor,
151 M. Vasanji Road, Chakala,
Andheri (East), MUMBAI – 400093
3. M/s Indian Register of Shipping
52 A, Adi Shankaracharya Marg,
Opp. Powai Lake, Powai, Mumbai – 400072
4. M/s Bureau Veritas Industrial Services (India) Pvt Ltd.
The Leela Galleria, 5th Floor,
Andheri Kurla Road, Andheri (E),MUMBAI – 400059
5. M/s Certification Engineers Intl. Ltd. (CEIL),
Great Eastern Chambers, 5th Floor, Sector II,
Belapur CBD, NAVI MUMBAI – 400614
6. M/s Directorate General of Supplies & Disposals (DGS&D)
1st Floor, Director of Quality Assurance,
Ayakar Bhawan Annexe, New Marine Lines,
Mumbai – 400020
7. M/s Rail India Technical & Economic Services
Western Region, Inspection Wing, 2nd Floor,
Churchgate Station Building, Churchgate, Mumbai – 400020
8. M/s UL India Pvt. Ltd.
205-209, 2ndFloor,Prestige Meridian – 1
29, MG Road,Bangalore - 560001
9. Any other TPI Agencies approved by IOCL/QCI

Note: Inspection may be carried out through any branch of the above-mentioned agencies.
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 53
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

Annexure – 11

TECHNICAL SPECIFICATIONS

# PARTICULARS REMARKS
Technical Specification for Civil Works – HO Civil
1 Attached separately
Specification Vol- 1
Technical Specification for Civil Works –HO Civil
2 Attached separately
Specification Vol-2
3 Drawings Attached separately
4 Technical Specification for LED Light Specifications Attached separately
5 Guidelines on Cable laying Attached separately
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 54
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

Annexure – 12

SPECIFICATION OF CCTV

Providing, Installation and Commissioning of IP based CCTV with HD and Analog system at construction sites for having
24 hour surveillance with the following minimum features, with mobile connectivity to IOC Authorised persons:

1. Suitable nos. of 2 Mega Pixel HD Bullet IR Water proof camera TVT/Xpia camera
2. 1 no. 2 Mega Pixel 18x Network IR speed dome PTZ camera
3. 4 Channel Metal Hybrid DVR H.265, supports HDMI, VGA, USB 2.0 embedded
4. 1 port POE network switch
5. 1 TB Surveillance Hard Disk
6. Outdoor Rack
7. Network Adopter with activated 4G Sim
8. Data Connection
9. 1000 Watt UPS with dual battery for 2 hours backup on full load
10. Necessary wiring and connections with Cat-6 Cable and FRLS Cu Cable

The above cameras are to be installed on Octagonal Yard Light Poles, while other equipment are to be housed in the
supplied outdoor rack. Item include installing, monitoring, maintaining the complete system during construction period.
Power supply is to be arranged by Contractor.

Item also include dismantling of the above equipment after completion of works. Dismantled equipment shall be the
property of the Contractor except Hard Disk & Yard Light Poles.
TENDER NO: RCC/NR/UPSO-2/ENG/LT-161/23-24
Page 55
Development of New A-Site Rural Retail Outlet at location "Village of 55
Khitora Kundan on Bisoli to Sahswan Road, Tehsi Bilsi, Distt.
Budaun”, under Moradabad DO, UPSO-II.

Annexure – 13

GUIDELINES FOR DECLARATIONS SUBMISSION

Bidders are required to submit requisite declarations in the provided excel template for verification and qualification in
techno-commercial Evaluation. Please follow following steps to update the declarations template:

Step 1. Summary Page:


-Tender ID” for the Tender is already given in this sheet.
Update the bidder/Firm/Company Name in the Cyan colored space provided i.e. Row No. 4.

Step 2. Each Annexure Pages:


ns for declarations are required to be updated
by bidder.
Validate & Accept” for auto population
of bidder/tender details in the declaration.
the “SUMMARY” sheet shall be updated.
Reset”, again the blank format will appear and submission / acceptance will be nullified.

Step 3. Summary Page:


all the required declarations are validated and accepted. Also the status should be in
“Green” color against each annexure on summary page.

Step 4. Save & Upload

-Tendering portal as part of bid documents in line with Tender


requirements.

----------------------x----------------------

You might also like