Professional Documents
Culture Documents
: RCC/NR/UPSO-2/ENG/LT-161/23-24
e-Tender ID: 2023_NRO_171562_1
TECHNO-COMMERCIAL BID
(For Last date/time of submission of tender, please refer tender scheduled dates in e-
Tender portal)
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
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.
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
23 Format for consent letter for “Payment to Vendors through Electronic Mode”. Annexure - O 76 - 77
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.
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)
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
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.
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
All the above credentials under above Clause shall be in the name of the bidder.
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
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
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.
“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 .
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
3. Other documents
Annexure - 3
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.
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.
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
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
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.
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.
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.
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.
Note: In case the Engineer concerned is holding diploma qualification against Engineering graduation, the requirement of
site experience shall be increased by 2 years.
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.
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
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
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
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.
29.1 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.
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)
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.
Party may be put on Holiday List due to the brief reasons are listed below.
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.
Annexure - 6
SCOPE OF WORK
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.
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:
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.
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.
Annexure – 7
LIST OF APPROVED MAKES
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
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.
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.
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.
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
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
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
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:
----------------------x----------------------