technical cum price bid3.imimg.com/data3/qs/hc/htt-1543/1543_2015-07-16-16-21...2015/07/16  · loni...

222
INDIAN OIL CORPORATION LTD. (MARKETING DIVISION) LPG DEPARTMENT UTTAR PRADESH STATE OFFICE TECHNICAL CUM PRICE BID TENDER NO. UPSO-II/LE/LT/2015-16/03 DATED : 15.07.2015 DUE OF SUBMISSION 27.07.2015 AT 15:00 HRS SUPPLY, ERECTION, TESTING, COMMISSIONING OF MODIFICATION OF SPRINKLER SYSTEM IN EMPTY CUM FILLING SHED AT LONI LPG PLANT TECHNICAL CUM PRICE BID

Upload: others

Post on 19-Feb-2021

2 views

Category:

Documents


0 download

TRANSCRIPT

  • INDIAN OIL CORPORATION LTD. (MARKETING DIVISION)

    LPG DEPARTMENT UTTAR PRADESH STATE OFFICE

    TECHNICAL CUM PRICE BID

    TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATED : 15.07.2015

    DUE OF SUBMISSION 27.07.2015 AT 15:00 HRS

    SUPPLY, ERECTION, TESTING, COMMISSIONING OF MODIFICATION OF SPRINKLER SYSTEM IN EMPTY

    CUM FILLING SHED AT LONI LPG PLANT

    TECHNICAL CUM PRICE BID

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 2

    INDEX

    TECHNICAL CUM PRICE BID

    SL Description Page No

    1 NIT

    2 Covering Letter

    3 Check list to bidders

    4 Tender schedule

    5 Instruction to tenderer for downloading of tender documents

    6 Instructions to Tenderers

    7 Form of Tender for commercial Bid

    8 Important Guidelines to Tenderers

    9 Additional Instructions to Tenderers

    10 Statement of credentials

    11 Special Terms & Conditions

    12 General Conditions of Contract

    13 Performa of Declaration of Black Listing / Holiday Listing

    14 Brief Scope of Work

    15 Form of Contract

    16 Declaration

    17 Performa for Indemnity undertaking for PF Performa A and B

    18 Declaration A, B & C

    19 Form of Indemnity bond for Lost Deposit Receipt

    20 Form of Bank Guarantee in lieu of EMD

    21 Form of Bank Guarantee in lieu of Security Deposit/ISD

    22 Technical Specifications for Pipeline works

    NOTE : ALL PAGES TO BE SIGNED WITH OFFICE SEAL BY THE TENDERER BEFORE

    SUBMISSION.

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 3

    UTTAR PRADESH STATE OFFICE

    NOIDA

    TENDER NO. : UPSO-II/LE/LT/2015-16/03

    Indian Oil Corporation Limited,

    (Marketing Division)

    UTTAR PRADESH STATE OFFICE

    Indian Oil Bhavan, E-8, SECTOR-1, NOIDA-201301

    LIMITED TENDER NOTICE

    NIT No./Nature of Work

    E Tender Documents

    Down load

    Contact Person

    UPSO-II/LE/LT/2015-16/03

    SUPPLY, ERECTION, TESTING,

    COMMISSIONING OF MODIFICATION OF

    SPRINKLER SYSTEM IN EMPTY CUM FILLING SHED AT LONI LPG

    PLANT

    15.07.2015

    TO

    27.07.2015

    Chief Plant Manager, LONI LPG PLANT Tel: 0120-2683004, 8826699364 e-Mail [email protected]

    All the tenderers are requested to visit LONI LPG Plant to see the exact type of the work to be carried out in empty cum filling shed at the Plant. The total works include supply, erection, testing and commissioning of modification of existing sprinkler system of empty cum filling shed at LPG BP, Loni. Drawing of existing system and proposed system can be obtained from Loni BP of request. All clarification should be sought from plant after the study of proposed drawing as per which the new sprinkler to be erected. Site visit is advisable to clarity of work as the work involves working at height for removing old system and erecting new system. .

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 4

    UTTAR PRADESH STATE OFFICE

    NOIDA

    TENDER NO. : UPSO-II/LE/LT/2015-16/03

    NOTICE INVITING TENDER

    Sealed tenders single bid with Tender number, due date & time duly super scribed on envelope are invited from limited Vendors for SUPPLY, ERECTION, TESTING, COMMISSIONING OF MODIFICATION OF SPRINKLER SYSTEM IN FILLING CUM EMPTYSHED AT LONI LPG

    PLANT as per detailed below:

    1

    TENDER NO. & NAME OF WORK

    UPSO-II/LE/LT/2015-16/03 SUPPLY, ERECTION, TESTING, COMMISSIONING OF

    MODIFICATION OF SPRINKLER SYSTEM IN

    FILLING CUM EMPTY SHED AT LONI LPG PLANT

    2

    ESTIMATED COST

    Rs. 47,02,767.00

    3

    EARNEST MONEY DEPOSIT

    Rs. 47,027.00

    5

    DUE DATE AND TIME:

    a) SUBMISSION OF TENDERS 27.07.2015 @ 15:00 Hrs

    b) OPENING OF TENDERS (Technical Bid Only)

    28.07.2015 @ 15:30 Hrs

    6

    WORK COMPLETION TIME

    Supply & Erection, testing and

    commissioning should be completed

    within 4 months from date of work order

    7.

    CONTACT PERSON

    Chief Plant Manager , Loni LPG Plant

    Tel. no: 0120-2683004, 8826699364 E-Mail: [email protected]

    Note: The Corporation reserves its right to allow Price/Purchase preference to Central Public Enterprises as admissible under the existing Govt. Policy. 10% Purchase Preference shall be given to the associate companies of IOC as per DPE guidelines with extended preferential treatment of no limit of value addition and purchase amount.

    CPM, Loni

    mailto:[email protected]

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 5

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 6

    UTTAR PRADESH STATE OFFICE-II

    NOIDA

    ISSUE DATE:15.07.2015

    M/S _________________________

    _________________________

    _________________________

    SUB: SUPPLY, ERECTION, TESTING, COMMISSIONING OF MODIFICATION OF SPRINKLER SYSTEM IN FILLING CUM EMPTY SHED AT LONI LPG PLANT

    Dear Sir,

    We are enclosing a limited tender for subject job. You are requested to submit your competitive

    quotation / rates for the works in e ender price bid sheet. You may witness the opening of the

    Technical bid of this tender at 15.30 HRS on 28.07.2015 Conditional offers are liable for rejection.

    However, you are requested to get any clarification, if required, from us before submission of your

    bid.

    The Corporation reserves the right to reject any or all tenders without assigning any reason

    whatsoever. Tender Envelope must be super scribed duly indicating the tender number, due date

    and time of opening, name of work tendered, address of tenderer in the appropriate spaces

    provided on the cover.

    Thanking you,

    Yours faithfully,

    For Indian Oil Corporation Limited,

    CPM, LONI

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 7

    CHECK LIST FOR BIDDERS

    For the benefit of the bidders, we are giving below a summary of check list which are to be tick

    marked ( before submitting the documents in tender box by schedule date and time at the address

    mentioned in tender document/notice. S. No. Documents to be checked Tick mark

    Sl.

    No.

    Documents to be Checked Tick Mark

    1 All pages of Tender documents duly signed & stamped

    and have been uploaded in e tender website

    2 Party has quoted percentage rate both in figure & words

    in price bid/sheet without any Condition

    3 Required EMD instrument is attached with the tender

    documents

    4 An affidavit duly attested by Magistrate/ Notary that the

    party is not Black/Holiday listed is attached

    5 Party has confirmed of submitting the tender after

    studying the same

    6 Party has filled tender schedule, all declarations such

    as A B C

    1. It is certified for having understood that the canvassing of information or submission of

    forged or false documents/ information by the tenderer shall make the offer invalid besides

    forfeiture of EMD amount and putting the tenderer on HOLIDAY list.

    2. It is certified that there is no missing page in the tender documents either retained or

    Submitted.

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 8

    TENDER SCHEDULE

    Tender No UPSO-II/LE/LT/2015-16/LT/03 SUPPLY, ERECTION, TESTING, COMMISSIONING OF

    MODIFICATION OF SPRINKLER SYSTEM AT LONI LPG PLANT

    Sale of tender documents NA being e tender

    Submission of tender documents 27.07.2015 AT 1500 HRS

    Opening of tender documents 28.07.2015 AT 1530 HRS

    Estimated cost Rs. 47,02,767.00

    Name of the work SUPPLY, ERECTION, TESTING, COMMISSIONING OF MODIFICATION OF SPRINKLER SYSTEM AT LONI

    LPG PLANT

    Location LPG Bottling Plant, LONI

    Validity of tender 6 (Six) months from the date of opening of

    tender

    Completion period Supply Fabrication & Erection, testing and

    commissioning including dismantling of

    old system as required at site should be

    completed within 4 months from date of

    work order

    Price reduction for Delay 1/2% of W.O. value per week or part thereof

    (max. 10%) on work order executed value

    Earnest money deposit (EMD) Rs. 47,027.00 payable by way of demand

    draft in favour of Indian Oil Corporation ltd

    payable at Ghaziabad

    No Interest will be paid on EMD

    Reference To Be Given By The Party

    Tender fees NA since e tender

    Sales tax/vat/ work Contract tax Shall be deducted as per prevailing rules. The

    party must quote rates inclusive of all

    taxes/statutory levies

    Security deposit 10% of Work Order value

    The Tenderers are required to visit the site and go through technical specifications, description in

    schedule of rate, drawings & logistic of the areas very carefully while quoting rates uniformly

    Applicable to all the items detailed in schedule of rates.

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 9

    The tenderer should fill the quotation in the enclosed e tender pre bid format only. The rates must

    be quoted both in words & figures, in case of difference between the two; the rates quoted in words

    shall be final. Non-submission of all documents or incomplete submission of any documents may

    result in rejection of tender.

    Tender without EMD instrument of requisite amount, Quoted price in words and Conditional

    Tender shall be rejected out rightly.

    DETAIL OF EMD

    Demand Draft / Pay Order / Bank Guarantee No.______________________ dated _________

    Drawn on Bank _______________________________________________________________

    For Rupees __________________________________________________________________

    Demand draft or pay order or Bank Guarantee in favour of Indian Oil Corporation Limited,

    Bangalore must be enclosed. The name of tenderer should be written on the back of bank

    instrument.

    The EMD as per the tender will be valid for a period of SIX months from the date of opening of this

    tender.

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 10

    INSTRUCTIONS TO TENDERERS

    1.0 Indian Oil Corporation Limited, a company registered in India under the Companies Act,

    1956, through its Sr. Manager (LPG-Engg) invites limited tender in Single bid system.:

    Name of work: SUPPLY, ERECTION, TESTING, COMMISSIONING OF MODIFICATION OF SPRINKLER SYSTEM AT LONI LPG PLANT

    (b) Name of location: LPG Bottling Plant, LONI (U.P)

    (c) Unit/region/division: (Marketing Division)

    2.0 Details of the contents in the Tender Documents is mentioned in the covering letter for

    Issuance of the tender documents.

    4.0 TENDER INSTRUCTIONS:

    4.1 Tender Documents shall be filled in each page to be duly signed and stamped and then

    uploaded along with copy of the DD for EMD. Original DD against EMD should be sent to

    CPM, LONI before due date of submission of the tender.

    4.2 The Tender shall be completely filled in all respects and shall be tendered together with

    requisite information and Annexures. Any tender incomplete in particulars shall be liable to

    be rejected.

    4.3 If the space in the Tender or any schedule or annexure thereof is sufficient, pages shall be

    separately added. These shall be consecutively page numbered and also shall carry the

    Tender Document numbered and shall be signed by the tenderer and entered in the Index

    for the Tender.

    4.4 The Tenders shall be opened on the date and at the time specified in the Invitation to

    Tender or as soon thereafter as convenient, in the presence of such Tenderers as may be

    present. Tenders not received in time may not be considered.

    4.7 Tenderers have to upload price bid through e tendering only .

    4.8 The tenders, as submitted, shall consist of the following:

    (i) Earnest money amounting to and in the manners specified in Clause 5 hereof.

    (ii) Power of Attorney or other proof of authority, in favour of the person who has signed

    the tender (or copy thereof duly attested by a Gazetted Officer), as required by

    Clause 4.13 hereof

    (v) Form of tender.

    (vi) Information regarding Tenderers in the form annexed to the Form of Tender

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 11

    (vii) Declaration of Blacklisting in the prescribed format.

    4.9 (a) The OWNER reserves the right to reject, accept or prefer any tender or to abort time

    bidding process without assigning any reason whatsoever.

    (b) Although ordinarily the lowest responsive bid amongst the bids submitted by Tenderers

    and considered by the OWNER as qualified and competent shall be preferred, the OWNER

    reserves the right not to accept the lowest bid if in its opinion, this would not be in time

    interest of the work.

    (c) If time OWNER in its discretion considers that the interest of the work requires a split,

    the OWNER may split the works between two or more Tenderers.

    4.10 The tender shall be irrevocable up to the expiry of 6 (six) months from the date of opening

    of tenders.

    4.11 RATES TO BE IN FIGURES AND WORDS:

    The tenderer shall quote the rates in figures below or up the estimate. The quoted rates is

    calculated automatically by the system.

    4.13 SIGNING OF TENDER:

    (i) The tender shall contain the name, residence and place of business of the

    person(s) making the tender and shall be signed by the tenderer with his usual

    signature. Partnership firms shall furnish the full names of all partners in the tender

    and shall annex a copy of Partnership deed to the tender. It shall be signed in the

    partnership name by the partners or by a duly authorized representative followed by

    time name and designation of the person signing. Tenders by Corporations shall be

    signed in the name of the Corporation by a person duly authorized to do so.

    (ii) The person signing the tender shall state his capacity and also the source of his

    ability to bind the tenderer. The power of attorney or authorization or other

    document constituting adequate proof of the ability of the signatory to bind the

    tenderer shall be annexed to the tender. The OWNER may reject outright any

    tender unsupported by adequate proof of the signatory’s authority.

    (iii) When a tenderer signs a tender in a language other than English, the total amounts

    tendered should in addition be written in the same language. The signature should

    be attested by at least one witness.

    4.14 WITNESS:

    Name, occupations and addresses of the Witnesses shall be stated below their signature.

    Witnesses shall be persons of status.

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 12

    4.15 All signatures in the Tender Documents shall be dated as well. All pages of all sections of

    Tender Documents shall be initialed at the lower right hand corner or signed wherever

    required in the tender Documents by the tenderer or by a person holding power of attorney

    authorizing him to sign on behalf of the tenderer before submission of tender.

    4.16 CANVASSING:

    Canvassing in connection with tenders is strictly prohibited and the tenders submitted by

    the Tenderers who resort to canvassing shall be liable to rejection.

    4.17 FURNISHING CORRECT INFORMATION:

    It shall be the responsibility of the Tenderers to fill complete, correct and accurate

    information in line with the requirements/stipulations of the Tender Document, regarding

    information required to facilitate due evaluation/consideration of their tenders. In case any

    essential information given by a bidder is found to be incorrect or a misrepresentation, the

    bid is likely to be rejected as not responsive, and if the bid has resulted in a contract, the

    contract is liable to be terminated pursuant to the provisions of Clause 7.0.1.0 of the

    General Conditions of Contract with consequences of termination as provided in Section 7

    of the General Conditions of Contract.

    4.18 P.F. CODE NUMBER TO BE FURNISHED:

    The tenderer(s) shall indicate his/their P.F. Code Number in the Form of Information about

    Tender annexed to time Form of Tender.

    4.19 FORM OF EARNEST MONEY TO BE DEPOSITED:

    A bank Guarantee may be accepted by the OWNER towards Earnest Money Deposit or

    Initial Security Deposit or Security Deposit or otherwise, as the case may be, provided the

    amount of such Bank Guarantee is not less than Rs. 1 (one) lakh. Such Bank Guarantee

    shall be issued by a scheduled bank in India acceptable to the OWNER and shall be strictly

    in the format prescribed by the OWNER for the specific purpose for which the Bank

    Guarantee is required to be furnished.

    4.20 (a) Each tenderer/bidder shall give a declaration in the prescribed format annexed to the

    Form of Tender that he/it/they is/are not under any blacklist declared by the OWNER or by

    any Department of the State or Central Government or by any other Public Sector

    Organization and that there is no inquiry in respect of any corrupt or fraudulent practice

    pending against him/it/them. In case he/it/they are under any such list, or any inquiry is

    pending he/it/they shall in the declaration give full details thereof. Such declaration in

    respect of a partnership firm or association of persons shall cover every partner or member

    of the association and in the case of Company shall cover every Director and Principal

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 13

    Shareholder of the Company and any Holding Company and/or Subsidiary Company (ies) if

    any.

    4.20 (b) If a tenderer is on any such List or if any such inquiry is pending against it/him/them or if

    the Bidder makes a false declaration, the OWNER reserves the right to reject the Bid, and if

    the Bid has resulted into a contract, the contract is liable to be terminated pursuant to the

    provisions of Clause 7.0.1.0 of the General Conditions of Contract.

    4.21 In case pre-qualification of potential bidders/Tenderers had been undertaken earlier and

    completed for the work, only bids from pre-qualified bidders will be considered for

    evaluation and award of the contract. It shall be incumbent on the tenderer to submit

    necessary evidence of having been pre-qualified for the particular job in question or part

    thereof, by submitting copies of intimation received from the OWNER/consultant intimating

    about their being pre qualified wherever applicable.

    4.22 In case no pre-qualification of bidder/Tenderers had been undertaken by the

    OWNER/consultant, the tenderer shall include full details in support of their capacity,

    capability and financial standing for taking up and completing time work successfully.

    4.23 Each tenderer can submit only one tender bid for one package. The names of specialized

    subcontractor(s) may, however, appear in different offers submitted by different Tenderers.

    (a) It is clarified that a person shall he 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 persons format and/o in a Company format.

    (b) A company shall for this purpose include any artificial person whether constituted under

    the laws of Indian or of any other country.

    (c) A person shall be deemed to have bid in a partnership format or in association of

    persons format if he is a partner of the firm which as submitted the bid or is a member

    of any association of persons which has submitted a bid

    (d) A person shall be deemed to have bid in a Company format if, the person holds more

    than 10% (ten percent) 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 has submitted the bid.

    5.0 EARNEST MONEY:

    5 1 The tenderer shall, as a condition for the consideration of the tender, pay the sum specified

    in Invitation to Tender in the manner specified therein. In the case of cash deposit, he shall

    attach the official receipt with the tender. The tender is liable to be rejected for failure to

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 14

    deposit money in the manner aforesaid or for failure to furnish proof of having deposited

    earnest money along with the tender.

    5.2 The Earnest Money of unsuccessful tenderer(s) shall be refunded without interest only after

    the award of the work is finalized.

    5.3 The Earnest Money deposited by a successful tenderer shall be forfeited if the successful

    tenderer fails to deposit or furnish the requisite initial Security Deposit as specified in the

    General Conditions of Contract and/or fails to commence work at each job site within 10

    (ten) days of handing over the job or any part thereof to him and/or fails to execute the

    contract in accordance with the Form of Contract within 10 (ten) days of receipt of Letter of

    Acceptance in this behalf from the OWNER or within such extended period as may be

    permitted by the OWNER for the purpose.

    5.4 (a) A tenderer who has submitted his/it/their bid shall not be permitted to alter/amend or

    withdraw his/it/their bid after submission of bid, notwithstanding that the bid(s) has/have not

    yet been opened.

    5.4 (b) A tenderer who purports to alter/modify or withdraw his/its/their bid/offer after

    submission, within the period during which he/it/they promised to keep his/its/their bid valid,

    shall be liable to have his/its/their tender rejected and his/its/their Earnest Money deposit or

    Bank Guarantee submitted by way of earnest money forfeited/ encashed.

    5.4 (c) 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 stage offer a reduction if such reduction is solicited

    or if the OWNER gives the Bidder an opportunity to offer such reduction.

    ADDENDA:

    7.1 Addenda to the Tender Documents may be issued prior to the date of opening of the tender

    (and in the case of 2 (two) bid system, prior to the date of opening the price part of the bid)

    to clarify documents or to reflect modifications in the design or contract terms.

    7.2 Such addendum(s) issued shall be distributed in duplicate, to each person or Organization

    to whom Tender Documents have been issued. Each recipient will retain, one signed copy

    of such addenda(s) for submission along with his tender and return one signed copy to the

    authority inviting tenders as acknowledgment of receipt of the addendum. All such

    addendum(s) issued shall form part of Tender Documents.

    8.0 RETIRED COMPANY DIRECTORS:

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 15

    8.1 No Director of the OWNER is allowed to tender for a period of 2 (two) years after his

    retirement from the employment of the OWNER, without the previous permission of the

    OWNER. The Contract if awarded is liable to be cancelled if the tenderer is found at any

    time to be such a person and has not obtained the permission of the OWNER before

    submission of the tender. Any tender by a person aforesaid shall carry a disclosure thereof

    on the tender, and shall be accompanied by a copy of the document by which the requisite

    consent is given. Such disqualifications shall apply to every partner of a partnership firm.

    8.2 The tenderer is required to state whether he is a relative of any Director of the OWNER, or

    whether the tenderer is a firm, whether a Director of the OWNER or relative of such

    Director is a partner in the firm, or whether the tenderer is a Company, whether a Director

    of the OWNER or relative of such Director is a substantial member holding more than 10%

    (ten percent) of the paid up capital in the Company, or a Director of the Company.

    9.0 QUOTATIONS:

    9.1 The tenderer shall quote for the jobs on the basis of the items entered in the Form of

    Schedule of Rates, and shall quote separately as per the e tender BOQ standard format

    enclosed.

    9.2 The prices quoted shall be all inclusive as proved, for in respect of Schedule of Rates in the

    General Conditions of Contract and the OWNER shall not entertain any claim(s) for

    enhancement of the price(s) on any account whatsoever.

    10.0 INFORMATION:

    10.1 The information given in the Tender Documents and the plans and Drawings forming part

    thereof is merely intended as a general information without undertaking on the part of the

    OWNER as to their accuracy and without obligation relative thereto upon the OWNER. The

    Tenderers are expected to conduct their own surveys and investigations as prior to

    tendering.

    10.2 All information disclosed to the Tenderers by way of the Tender Documents shall be

    considered confidential and shall not be disclosed to any party by the Tenderers except as

    may be necessary for carrying out the work. Where it is found that any tenderer has

    violated and has disclosed sensitive and vital information impugning on the security of the

    installation/national security, necessary action, as may be called for, may be taken against

    the tenderer concerned in addition to his being liable to be black listed and/or barred from

    participating in future bids.

    10.3 The tenderer shall before tendering and shall be deemed before tendering to have

    undertaken a thorough study of the proposed work, the job site(s) involved, the site

    conditions, soil conditions, the terrain, the climatic conditions, the labour, power, material

    and equipment availability and transport and communication facilities, the availability and

    transport suitability or borrow areas, the availability of land for right of way and temporary

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 16

    office and accommodations, quarters, and all other facts and facilities necessary or relevant

    for the formulation of the tender, supply of materials and the performance of the work.

    Without prejudice to the a foregoing, the Tenderers may be allowed access to any

    information regarding the site of the work, the investigations conducted relative thereto,

    such as soil investigation etc. But, these shall be only indicative in nature and the

    Tenderers are expected to collect their own data for preparation and submission of their

    tender. Any claim at a later date based on either incorrectness or inadequacy of the

    information/data made available by the OWNER/consultant to a tenderer shall not be

    entertained. The OWNER/Consultant shall be fully absolved of any and all liabilities in this

    regard.

    10.4 In case the OWNER/consultant decides to issue pre-bid minutes to clarify any issues,, Brief

    summary of the queries raised by the attending Tenderers and the clarifications given by

    the OWNER / Consultant respect thereof; as well as any further information which the

    OWNER/consultant choose to furnish to the Tenderers, in the form of Minutes of the

    Meeting or Addendum, will be uploaded in e tender website which shall form a part of the

    Tender Documents, unless otherwise specified.

    10.5 All communication from the OWNER/consultant to the Tenderers shall be uploaded in e

    tender website or sent by speed post/courier as may be applicable. The Tenderers must

    acknowledge each and every communication sent by the OWNER/ consultant the duplicate

    copy or the Xerox copy of the said communication duly signed by the Tenderer(s) in token

    of receipt. Wherever feasible, communications may he sent by Fax/e-mail also followed by

    confirmation copies by post.

    10.6 The OWNER/Consultant may, at his discretion, call for technical/ commercial clarification or

    any other clarifications required, from any Tenderer(s), in respect of his/their tender(s).

    10.7 The OWNER reserves the right to consider/evaluate only substantially responsive tenders.

    A substantially responsive tender is one, which, in the opinion of the OWNER (which shall

    be final amid binding on the Tenderer(s), substantially conforms to all the terms, conditions,

    specifications and requirements of the Tender Document without material deviations or

    reservations in respect of any of the following:

    (a) Scope, quality or performance of the work.

    (b) Owners right or the Tenderers obligation under the contract as per the tender

    documentation.

    (c) Such deviations the correction of which would affect the competitive position of other

    tenders, who have submitted substantially responsive bids.

    (d) Any tender unaccompanied by the earnest money in a form which is not acceptable as

    per the Tender Documents, or falling short of the requirement of the Tender Document,

    shall be liable for rejection.

    10.8 Bidders are expected to bid strictly on the format and subject to the terms and conditions

    specified in the Tender Documents. Any bid containing any deviation which in the sole

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 17

    opinion of the OWNER is material, or which in the opinion of the OWNER cannot be

    evaluated so as to place other bidders at a disadvantage, shall be liable to have his/its/their

    bid rejected.

    11.0 COLLUSIVE OR FRAUDULENT TENDERS:

    11.1 In case it appears to the OWNER, after examining the tenders received, that any 2 (two) or

    more tenders are collusive or otherwise manipulated to the disadvantage of the OWNER

    and against the spirit of ethical competition, the OWNER reserves the right to summarily

    reject such tenders. It shall not be incumbent on the OWNER to prove any collusion or

    other malpractice in this regard.

    12.0 SIGNING OF THE CONTRACT:

    12.1 The successful Tenderers shall be required to execute a formal contract in accordance with

    the Form of Contract within 10 (ten) days from the date of receipt of Letter of Acceptance

    from the OWNER, or such extended time as may be permitted by the OWNER for the

    purpose to do so.

    For and on behalf of

    Indian Oil Corporation Ltd.

    (Marketing Division)

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 18

    FORM OF TENDER

    FOR COMMERCIAL BID

    (To be filled up by the Tenderer)

    Serial No.

    Date:

    From

    _____________________

    _____________________

    _____________________

    To

    Sr. Manager (LPG-E)

    Indian Oil Corporation Ltd.

    Indian Oil Bhavan,

    Uttar Pradesh State Office ,

    E-8, Sector-1

    NOIDA-201301

    Tender No. UPSO-II/LE/LT/2015-16/03

    Dear Sirs,

    Having examined the Tender Documents consisting of the Tender Notice, General Instructions to

    Tenderers, General Conditions of Contract, Special Instructions to Tenderers, Special Conditions

    of Contract, Specifications, Plans (Exhibits _____________ to __________), Drawings (Exhibits

    _______ to __________ ) Time Schedule, Form of Contract, Form of Schedule of Rates, and

    Addendum(a) to the Tender Documents, and having understood the provisions of the said Tender

    Documents and having thoroughly studied the requirements of Indian Oil Corporation Ltd. relative

    to the work tendered for in connection with the __________________________________ (Name

    of Marketing Division, Project) and having conducted a thorough study of the job site(s) involved,

    the site conditions, soil conditions, the climatic conditions, labour, power, water, material and

    equipment availability, the transport and communication facilities, the availability and suitability of

    borrow areas, the availability of land for right of way and temporary office accommodation and

    quarters and all other facilities and things whatsoever necessary for or relative to the formulation of

    the tender or the performance of work, I/we hereby submit my/our tender offer for the performance

    of proposed work in accordance with the terms and conditions and within the time mentioned in the

    Tender Documents.

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 19

    In consideration of the sum of Rupee 1/- (Rupee one) only paid to me/us by Indian Oil Corporation

    Ltd., by adjustment in the price of Tender Documents, I/We further undertake to keep my/our this

    tender offer open for a period of not less than 4 (four) months from the scheduled date of opening

    of Tenders as specified in the General Instructions to Tenderers forming part of the Tender

    Documents.

    I/We hereby further state that I/We/None of us (in the case of partnership firm) and none of our

    Directors (in the case of a Company) was/were employed as Directors of Indian Oil Corporation

    Ltd., during the period of 2 (two) years immediately preceding the date hereof OR I/We hereby

    declare that I/Shri ____________________one of our partners (in the case of partnership

    firm/Directors in the case of a Company) was employed as a Director in Indian Oil Corporation

    Ltd., during the period of 2 (two) years immediately.

    Preceding the date hereof and that I/Shri ______________________ have/has obtained previous

    permission of Indian Oil Corporation Ltd. to make this tender.

    I/We have annexed to this Bid the following documents:

    (i) Schedule of Rates in the prescribed form.

    (ii) Original Power of Attorney or other proof of authority of the person who has signed

    the Tender OR copy of Power of Attorney attested by a Gazetted Officer or a Notary

    public in proof of the authority of the person who has signed the Tender.

    (iii) Information regarding tenderer in the form annexed to the Form of Tender.

    (v) Set of Tender Documents, as issued duly signed.

    (ix) Additional Documents as listed below.

    I/We hereby undertake that the statements made herein/information giver in the Annexures

    referred to above are true in all respects and that in the event of any such statement or information

    being found to be incorrect in any particular, the same may be construed to be a misrepresentation

    entitling Indian Oil Corporation Ltd. to avoid any resultant contract.

    I/We further undertake as and when called upon by Indian Oil Corporation Ltd. to produce, for its

    inspection, original(s) of the document(s) of which copies have been annexed hereto.

    I/We confirm having deposited Earnest Money of Rs.____________

    Rupees_______________________________) as detailed hereunder (Strike off whichever is not

    applicable)

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

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 20

    Name & Designation of authorised person

    signing the Tender on behalf of the Tenderer (s)

    Full Name and address of the Bidder(s)

    Witness :

    Signature :

    Name :

    Occupation :

    Name & Designation of authorized

    person signing the Tender on behalf of the Tenderer (s)

    Full Name and address of the Bidder(s)

    Witness :

    Signature :

    Name :

    Occupation :

    IMPORTANT GUIDELINES TO TENDERERS

    1. The cost of tender document (non transferable) is ` 1000/- (non- refundable) per set to be

    paid by way of demand draft in favour of Indian Oil Corporation Limited payable at Bhopal.

    Only one set of tender shall be issued to one party.

    2. The Corporation may change the representative for supervision of work during pendency of

    the contract and may or may not appoint third party agency to get the job executed. The

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 21

    party will have to abide by the instructions given by authorized representative of the

    Corporation as well as any third party appointed by IOCL.

    3. All the Tenderers shall have to submit EMD instrument of requisite amount along with the

    tender. EMD shall be refunded to all unsuccessful Tenderers on submission of original

    cash receipt after finalization of the tender and on placement/acceptance of order by

    successful tenderer.

    4. Successful tenderer shall have to complete tender formalities within 10 days from the date

    of placement of work order failing which the bid of the party shall not be considered without

    any reference to tender and his EMD amount shall be forfeited as per Corporation’s Rule

    5. The schedule completion time limit for this contract shall be Total 4 months from the date of

    WO.

    6. Tenderers shall have to keep offer / rate quoted valid for a minimum period of Six (6)

    months from the date of opening of this tender.

    7. The successful party shall have to submit his BAR CHART to complete the whole work

    during the validity of contract period before start of the work. The contractor has to make

    shop drawings wherever required and the same shall be approved by the Engineer-in-

    charge before execution of work.

    8. The contractor is bound to execute all items (whether mentioned in the tender or otherwise)

    required for proper completion of work. In case where a specification of any item is not

    provided, CPWD specifications shall be applicable with approval of Engineer - in-charge.

    9. The tender is on Percentage Basis i.e. the rates are to be quoted in the form of percentage

    above or below the schedule of rates offered by the Corporation. The rates quoted by the

    party shall be uniformly applicable to all items of schedule of rate inclusive of all the taxes.

    10. Unless otherwise specified, all item rates are inclusive of all materials, labour cost,

    transportation inclusive of all types of taxes, Royalties, tools/plants, site fencing materials,

    lighting arrangement, site office, store, outside name plate etc. complete in all respect.

    11. The rate once accepted by the successful bidder shall remain firm during the pendency of

    the contract and Corporation shall not entertain any consideration of rate/cost escalation

    clause on whatever ground under any circumstances.

    12. To claim any bill, the tenderer shall have to submit executed quantity on his own bill book

    duly verified by the site engineer of IOCL. Any quantity found paid in excess at later stage

    shall be recovered from the subsequent bill/SD along with the penal interest as per

    prevailing bank rule for the period till settlement of excess payment made from the date of

    payment to the party. Quantities paid under any items in running bill shall not constitute

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 22

    having completed and accepted by IOCL. If the jobs are found off specification later on, the

    same shall be rectified & replaced by the party without any extra cost to IOCL.

    13. The final bill shall be paid only after completing all contractual formalities including

    rectification work, if any, submitting the copies of the contractors name & location duly

    verified with originals by site engineer, test reports/certificate, statutory formalities including

    challan of PF remittance and submission of various records/register maintained by the

    contractor pertaining to labours as required by labour laws, signing of Measurement Book

    and Corporation Service Entry Sheet and duly accepted by Acceptance Committee Visit

    nominated by IOCL. Acceptance Committee Visit, in general, shall be arranged within 10

    days after completion of work duly acknowledged by Engineer-in-charge of IOCL

    14. The date of completion of work shall be taken as the date accepted by Engineer in charge

    of the project after completion of works.

    15. An experience site engineer shall be appointed/ positioned by the successful bidder before

    start of work for supervision of work, assisting in measurements etc. The site shall be

    handed over to the contractor only after positioning of engineer by the contractor. If the

    positioning of engineer is delayed by contractor, then it will be delay on contractors account

    and no time extension shall be granted on this delay of not handing over the site.

    16. Corporation will have the authority to deduct all taxes/levies etc from the bill as per latest

    rule of Central/State Govt.

    17. Tenderers are advised to read the tender documents carefully. Following procedure shall

    be adopted for finalization of the tender:

    17.1 Based on the uniformly applicable quoted Percentage Rate for all the items by the

    party, a merit list of parties will be prepared in the ascending order of their offer

    received.

    17.2 In case more than one tenderer quotes the same percentage the position of the party

    is based on the average annual turnover of the balance sheets submitted by the party

    during empanelment.

    18. Non-submission of all documents or incomplete submission of any document may result in

    ejection of the tender. It is, therefore necessary to submit all the documents in full, duly

    filled and signed. (Refer list of documents required).

    19. THE TENDER SHALL STAND SUMMARILY REJECTED ON FOLLOWING GROUNDS:

    a. NON-SUBMISSION OF EMD WITH TENDER DOCUMENTS.

    b. CONDITIONAL TENDER.

    c. PRICE NOT QUOTED IN WORDS

    d. USE OF WHITE / CORRECTION FLUIDS

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 23

    20. It is for the information of the bidder that the Negotiation will not be conducted with the

    bidders as a matter of routine. However, Corporation reserves the right to conduct,

    negotiation. In case of negotiation confirmation of the negotiations should be received from

    the tenderer within 10 days from the date of negotiations failing which the Corporation

    reserves the right to ignore the quotation.

    21. EMD ORIGIONAL envelope shall be dropped in tender box only kept at Indian Oil

    Corporation Ltd. Lpg Bottling Plant, Loni, Ghaziabad. or before the due date and time.

    Tenders sent by post/courier by the tenderer shall be at the Tenderers risk and

    responsibility and Corporation shall not be responsible for non-submission/delay in

    submission of tender documents, due to postal/courier delay, in tender box on or before

    due date and time due to any reason whatsoever. ONLY THOSE EMD ENVELOPE,

    TENDERS, WHICH ARE DROPPED IN TENDER BOX ON OR BEFORE DUE DATE AND

    TIME & TENDER UPLOADED IN E tender website SHALL BE CONSIDERED.

    22. The contractor has to clear the site in all respect before commencement of work and after

    completion of work including removal of old structures (Brick/RCC/Steel), trees and jungles

    etc. without claiming any extra cost from the owner. All such material shall be appropriately

    disposed at an authorized dumping ground at the contractor’s responsibility.

    23. The classification of various items of works for purpose of measurements and payments

    shall be as per bills of quantities (BOQ). Except where defined in BOQ, the rates apply to

    all heights, depth, sizes, shapes and locations. They also cater for all cuts and wastes. No

    floor-wise separation shall be made for the rates. Likewise all heights of centering,

    shuttering, staging, formwork and scaffolding, launching trusses and other launching

    methods are covered by the rates including multi stage propping for heights greater than

    one floor as per drawings.

    24. In case of any discrepancy between drawings/documents is found, the same shall be

    brought to the notice of the Engineer-in charge before execution of work and decision of the

    Engineer-in-charge shall be final and binding to the contractor without any extra cost

    implication to the IOCL.

    25. The specifications may have been divided into different sections / sub-heads for

    convenience only. They do not restrict any cross-references. The contractor shall take into

    account inter relations between various parts of works/trades: No claim shall be entertained

    on the basis of compartmental interpretations. Specification and descriptions of various

    items are for identification of material and works to be carried out under them.

    26. The drawing enclosed for modification of zone width is illustrative in nature. It is the

    responsibility of successful tender to prepare detailed drawing to suit the site conditions

    and also OISD 144 requirements ,prepare detailed spray calculations zone wise, get the

    same vetted by reputed consultant in consultation with IOCL. The sole responsibility of

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 24

    complying to OISD standards on Zone width and Spray requirements lie with the successful

    tenderer. The successful tender to submit four sets of as built drawings with detailed

    calculations regarding spray in various zones as per OISD 144. Spray design calculation

    Drawings prepared by Consultant/Successful tenderer to be got approved by IOCL and

    such drawings will be issued to the Contractor duly signed & stamped by the Engineering

    in-charge. The contractor shall not take cognizance of any drawings, designs, specification

    etc., not bearing Engineer’s signature and stamp. Similarly the contractor shall not take

    cognizance of instruction given by any other Authority except the instructions given by the

    site Engineer/Engineer in- charge in writing. Sign/approval by Engineer In Charge will not

    relieve the contractor of his responsibility from compliance to tender terms.

    27. TIN and Service Tax Registration is mandatory. TIN of the state where work is to be carried

    out to be obtained by the party preferably before the start of work.

    28. In case, party does not have TIN no. of the state where work is scheduled to take place at

    the time of bid then bidder has to obtain TIN no. within six (6) weeks from the date of award

    of work. But in no case payment will be released to the party till TIN no. of the state is

    obtained by the bidder and a copy of certificate containing TIN is submitted to us. In case of

    failure to obtain the TIN no, the work order/contract shall be liable for cancellation and in

    addition the party shall not be considered for future tender for the same state.

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 25

    ADDITIONAL INSTRUCTIONS TO TENDERERS / CONTRACTORS

    1. Incomplete tenders or tenders received late or tender not confirming to terms and

    conditions prescribed in the tender documents are liable to be rejected.

    2. In case the date of issue / receipt of tender happen to be a public holiday, the tender will

    be issued / received and opened on next working day at stipulated time.

    3. The corporation reserves the right to accept any tender in whole or part and reject any

    tender without assigning any reason. The corporation is not bound to accept one or more

    tenders in part. The decision of the corporation in this regard shall be final.

    4. The EMD and Security Deposit can be paid either in from of demand draft/pay order or in

    the form of bank Guarantee. The party who is exempted from EMD amount shall have to

    submit Initial Security Deposit before commencement of work and security deposit clause

    shall be applicable on them also.

    5. No interest shall be payable on EMD, ISD and Security deposit deducted from bills. EMD

    and SD will be released as per the Corporation Rule

    6. The performance of the tenderer shall be evaluated by the Corporation based on the

    feedback of engineer-in-charge as per the format enclosed in tender documents. Action

    against the defaulting contractors shall be taken as per the policy of the Corporation.

    7. Merely execution of a particular work shall not be considered as completed work unless

    until the same is accepted by the Corporation. For acceptance of work, the Corporation

    may appoint a committee / third party agency at its absolute discretion.

    8. IOCL representative shall have the authority to get the executed work dismantled for

    verification /checking for quality work as per specifications. The contractor at no extra cost

    to the Corporation shall rectify the work so dismantled.

    9. Only make and models of items mentioned in schedule of rates /Technical Specification

    shall be used at site. No equivalent make of any fittings/ fixtures shall be installed. It will be

    mandatory on the part of the bidder to get Model and Make approved out of the various

    options available in schedule of rate / Technical specification under an item, in writing from

    engineer-in charge for a job before actual installation of the same at site.

    10. The contractor shall have to follow safety practices during construction as per the guideline

    in toto.

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 26

    11. After the placement of the order, the successful tenderer shall not be allowed to sublet or

    assign any part of the work order to any other agency without our prior written consent.

    12. The successful bidder should give in writing to the Corporation, the name of his authorized

    person who will supervise the work and shall remain at the sight during execution of the

    job.

    13. Contractors scope of supply : Scope of supply includes all the required materials unless

    otherwise specifically mentioned in either price bid/schedule of rate or special terms and

    conditions. It will be the responsibility of the contractor to provide at their cost all required

    workers/ labours, equipment, machinery and all materials so as to complete the whole work

    as per drawing and specifications. All the materials to be used at site must correspond to IS

    specifications.

    14. If a contractor brings defective/sub standard material at site, it shall be the responsibility of

    the Contractor for the removal and disposal of the same at his own cost. The Corporation

    shall not entertain any claim by the contractor on this account. In case, Contractor fails to

    remove such materials within 15 days after issue of notice in writing to the Contractor, the

    Corporation reserves the right to dispose off such materials at the entire risk and cost of the

    Contractor.

    15. TESTING OF WORKS/MATERIALS: The contractor shall arrange to test the materials

    used for the works as per instructions from the Corporation/ consultants e.g. cube test,

    slump test, brick, Paver, soil, GSB, steel, cable, structural, mastic flooring, maerial

    compliance as per applicable IS standards, etc. and of the materials to be used in the

    works to meet its specification as per prevailing codes of the Bureau of Indian Standards at

    no extra cost to the Corporation (IOCL).

    16. The successful tenderer will have to finalise the Quality Assurance Plan (QAP) on receipt of

    Order based on tentative QAP given in the tender & get it approved by IOCL/ TPIA before

    commencement of work. The test requirements & frequency as per QAP will have to be

    adhered to without any additional financial implication to the Corporation. (IOCL). No

    separate charges will be paid for preparation of QAP.

    17. Work Order quantities are estimated/projected quantities; however payment shall be made

    as per actual measurements. The contractor is not entitled for any sort of compensation

    towards excess materials produced / stored at site.

    18. SAFETY: All safety precautions and regulations should be strictly adhered to at no extra

    cost to the Corporation.

    19. ELECTRICAL WORKS: All electrical works should be carried out through licensed

    Electricians only.

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 27

    20. 19. LABOUR LAWS-INDEMNITY BOND/ UNDERTAKING: The successful contractors

    shall have to give an Indemnity Bond/Undertaking to the Corporation in the prescribed form

    (Format A and B As applicable) for covering the provisions of the following statutes upto the

    latest amendments as applicable.

    a. Minimum Wages Act, 1984.

    b. Equal Remuneration Act, 1978.

    c. Inter-state Migrant Workman (Regulation of Employment & Conditions of Services)

    Act, 1979.

    d. Contract Labour (Regulation & Abolition) Act., 1970.

    e. Workmen’s compensation Act 1923

    f. Employees State Insurance Act.

    g. Provident Fund Act.

    Particulars of Registration with appropriate Government Authorities/ Statutory Bodies as

    mentioned above as applicable should be furnished to the Corporation in receipt of the

    workorder.

    21. MINIMUM WAGES: Contractor will pay his labourers working on the job undertaken by

    them for IOCL, at least minimum wages statutory payable to the contract labourer.

    Contractor will have to show proof of having actually paid minimum wages to the labourers.

    22. Provision of safety belts for workmen working on the scaffoldings is compulsory.

    23. SALES TAX / SERVICE TAX/ WORKS CONTRACT TAX: The contractor must quote the

    rates including all Taxes, Statutory levies, Sales tax, Service tax and Works contract taxes

    etc. IOC shall not entertain any request for payment of any taxes/ levies separately, unless

    otherwise specified in schedule of rate or work order.

    24. Value Added Tax: The contractor must quote rate including any impact in execution of

    work due to imposition of VAT or any other tax liabilities levied by Central Govt. / State

    Govt. / Municipalities etc. from time to time during contract period.

    25. In case of contrary conditions, the conditions / details given in the documents

    Supersedes the conditions / details in documents in following order: -

    a. SCHEDULE OF RATE / TENDERED SCHEDULE

    b. DRAWINGS.

    c. TECHNICAL SPECIFICATIONS

    d. ADDITIONAL INSTRUCTION TO TENDERER

    e. SPECIAL TERMS AND CONDITIONS

    f. PARTICULAR CONDITION OF CONTRACT

    g. GENERAL CONDITIONS OF CONTRACT

    26. The successful party shall have to execute the following documents on a stamp paper as

    per the prevailing value as a token of acceptance of the terms and conditions of the

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 28

    Corporation for carrying out works as and when required.

    a) General Conditions of Contract / Form of Contract

    b) Declarations

    c) Indemnity Bond undertaking for PF and ESIC

    27. SAFETY PRECAUTIONS DURING WORK

    The contractor has to follow all safety practices at site to ensure no mishap or casualty. In

    case of any incident noted by site engineer or engineer in charge, the following penalties

    shall be applicable:

    a) Violation of applicable safety, health & environment related norms, a penalty of Rs.

    5,000/- per occasion shall be imposed.

    b) Violation as above resulting in any physical injury, a penalty of 0.5 % of the contract

    value shall be imposed (maximum of Rs. 2,00,000/-) per injury in addition to Rs.

    5,000/- as in item (a) shall be imposed.

    c) In case of fatal accidents, a penalty of 1% of the contract value (maximum of

    Rs.10,00,000/-) per fatality in addition to Rs. 5,000/- in item no. (a) Shall be imposed.

    29. QUANTITIES OF WORK

    In partial modification of clause 2.6.0.0 of General Condition of Contract, no compensation

    shall be payable to the contractor in the eventuality of the actual executable quantities

    being less than 80 % of Total Contract Value (as contained in the SOR) and as mentioned

    in clause No. 2.6.2.0 of General Condition of Contract

    30. Kindly note GCC contains provision for arbitration and alternative dispute resolution

    machinery under section 9, which stands deleted. Further, the reference to arbitration and

    alternative dispute resolution machinery provision contained in any other terms & 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.

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 29

    STATEMENT OF CREDENTIALS

    Tenderer should fill in below mentioned details along with the Technical bid. (NONCOMPLIANCE

    OF ANY DETAILS WILL MEAN INCOMPLETE TENDER). Please state "NOT APPLICABLE" in

    case you have no positive answer. For example, if you are not a proprietary firm, then please state

    Not Applicable against item No. (B) 1 below instead of keeping the same blank.

    A) 1. Name and address of the Vendor:

    ______________________________________________________________________________

    __________________________________________________________________________

    ____________________________________________________________________________

    2. Telex number, if any: _________________________________________________________

    3. Telephone Nos.: ____________________________________________________________

    4. Fax & E-Mail, if any: _________________________________________________________

    5. Name of Contact Person: _____________________________________________________

    ____________________________________________________________________________

    B) 1. Name and address of the Local Representative of the Vendor if applicable:

    ___________________________________________________________________

    ___________________________________________________________________

    ___________________________________________________________________

    2. Telex number, if any: _________________________________________________________

    3. Telephone Nos.: ____________________________________________________________

    4. Fax & E-Mail, if any: _________________________________________________________

    5. Name of Contact Person: _____________________________________________________

    ____________________________________________________________________________

    C) 1. Sole Proprietorship? : ____________________________________________________

    (Give name of the Proprietor)

    2. Partnership firm? (1) ____________________________________________________

    (Give names of the (2) ____________________________________________________

    Partners) (3) ___________________________________________________

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 30

    (4) ___________________________________________________

    3. Private or Public Limited Company?_________________________________________

    Give list of Directors. (1)___________________________________________________

    (2)___________________________________________________

    (3)___________________________________________________

    (4)___________________________________________________

    D) Details of Arbitration proceedings with the past and present involving tenderer, if any.

    ____________________________________________________________________________

    ____________________________________________________________________________

    ____________________________________________________________________________

    ____________________________________________________________________________

    E) Registration No. :

    1. Under Company’s Act ________________________________________________________

    2. Small Scale Industry: _________________________________________________________

    3. D. G. T. D: _________________________________________________________________

    4. State Sales Tax : ____________________________________________________________

    5. Central Sales Tax: ___________________________________________________________

    F) Tenderer should submit relevant documents pertaining to qualifying norms as mentioned in

    notice inviting Public Tender

    G) Manufacturing Plan:

    The tenderer shall furnish details of proposed fabrication/manufacturing plan, Time schedule and

    also specific strategies/plans relevant for the subject work. The bar chart shall indicate key

    milestones tenderer proposes to achieve in each period and the resources thereof (attach separate

    sheets as necessary).

    PLEASE FILL UP THE DETAILS OF THE CREDENTIALS IN THE FOLLOWING

    PAGES CAREFULLY WITH SUPPORTING DOCUMENTS.

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 31

    SPECIAL TERMS AND CONDITIONS OF CONTRACT

    1. Tender Fee and Earnest money deposit (EMD)

    a. Tenderer fee is not applicable for this tender, it being e tender.

    b. Tenderers are requested to submit Earnest Money Deposit of ` 47,027.00 (Rupees

    Fourty Seven Thousand Twenty Seven Only) in the form of demand draft / Bankers

    cheque in favour of INDIAN OIL CORPORATION LIMITED, Marketing Division payable at

    Ghaziabad. The EMD original shall be submitted/dropped in the tender box duly

    mentioning the tender named and number at IOCL LPG Bottling plant at Loni,

    before due date and time.

    c. EMD in the form of a bank guarantee issued by scheduled banks (as per the format

    furnished in the tender) shall be accepted only when the amount of the BG is not less than

    ` 1 Lac as per clause 4.19 of Instruction to tenderers enclosed. Such bank guarantee shall

    be issued by a scheduled bank in India acceptable to the owner and shall be strictly in the

    format prescribed by the Corporation for the specific purposes for which the BG is required

    to be furnished.

    d. The EMD of unsuccessful tenderers shall be refunded without interest only after award of the work is finalised and after submission of original cash receipts by the tenderers.

    e. EMD will not carry any interest. Other conditions pertaining to EMD shall be as per clauses given in enclosed Annexure of Instructions to Tenderer

    f. Tenderer has to submit separate DD for Tender Fee and EMD

    2. Tenders received without applicable EMD shall be rejected outright. Public sector

    undertakings (Central/ State)/NSICs/JVs of IOC are exempted from making EMD

    payment.

    a. The EMD of unsuccessful tenderers shall be refunded without interest only after award of

    the work is finalised and after submission of original cash receipts by the tendere.

    b. EMD will not carry any interest. Other conditions pertaining to EMD shall be as per

    clauses given in enclosed Annexure of Instructions to Tenderer.

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 32

    3. Completion Time:

    Entire work should be completed in duration of 4 Months from the date of work order, failing

    which price adjustment for delay in completion shall be made as 0.5 % per week or part

    thereof the Total Value (executed amount). The reduction in the contract price hereunder by

    way of price discount shall in no event exceed 10% of the Total executed works. This will be

    in addition to and without prejudice to the other rights available to the Corporation

    These special terms and conditions shall be read in conjunction with the technical

    specifications, drawings, instructions to tenderers, GCC and any other document forming a

    part of the tender, wherever the tender so requires.

    4. NATURE AND SCOPE OF WORK:

    The scope of work includes SUPPLY, ERECTION, TESTING, COMMISSIONING OF MODIFICATION OF SPRINKLER SYSTEM AT LONI LPG PLANT including dismantling of old sprinkler system as required and as directed at site.

    a. as per tender terms and conditions and Indian Oil Corporation Limited

    specifications.

    b. Tenderers are advised to visit the location and ascertain the conditions including

    leads/ lifts involved etc. prior to quoting for the tender

    c. The proposed drawing after the modification of the existing sprinkler system is enclosed and

    the modication to be carried out as per the attached drawing. The successful tenders has to

    prepare detailed drawing and get the same approved by third party like PDIL, Bureau

    Veritas and by IOCL before commencing the work. Successful tenderer to give detailed

    calculations/compliance as per OISD 144. After completion of works, four sets of as built

    drawings to be prepared and the same to be approved by PDIL or Bureau Veriats for meeting

    the requirement of OISD.

    d. Removed pipes from the existing system to be utilized for the proposed new sprinkler

    system. Balance pipes will be property of the Corporation. Tenderers are advised to visit the

    site and obtain the detailed site condition from plant officers. Drawing hard copy can be

    obtained on request.

    5. Location of site:

    The site is located at Loni LPG Bottling Plant , Indian Oil Corporation Ltd., Village-

    Banthala ,Loni, Ghaziabad-201102 .Contact Person: Shri Naveen Kumar Pandey

    Manager(Plant), TEL: 0120-268047, 9560355008. The work will be executed under the

    supervision of officer deputed by the CPM, Loni BP.

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 33

    6. Price Basis:

    No forms including “C” form will be issued by IOC and it has to be arranged by the contractor /

    tenderer. Prices should be quoted accordingly.

    7. Bill Of Quantities:

    a. Bill of quantities is approximate and payment shall be made as per actual certified

    measurements. The contractor is not entitled for any sort of compensation towards

    excess materials procured / stored. Tenderer to assess the various materials required as

    per site conditions.

    b. After the placement of the order the successful tenderer shall not be allowed to sublet or

    assign any part of the work order without Corporation’s prior written consent.

    8. Site Cleaning:

    a. 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.

    b. Working site should be always kept cleared to the entire satisfaction of the Site-in-

    Charge. Before handing over any work to owner, the contractor in addition to other

    formalities to be observed as detailed in the tender document shall clear the site to the

    entire satisfaction of Site-in-Charge.

    9. Modifications to General Conditions of Contract:

    a. Ref. Clause 2.6.1.0 & 2.6.2.0 of the GCC. This clause stands deleted.

    b. Ref. Clause 4.5.0.0. This clause stands partially modified, 30 days, to be read

    as 15 days.

    c. Ref. Clause 6.4.0.0 of GCC, regarding On Account Payments & Advances, this clause

    is applicable however; the maximum payment for on account payment shall be

    restricted to maximum of 90 % of the amount payable for executed work of each item.

    d. Ref. Clause 6.4.5.0 of the GCC stand deleted. No Mob. Advance will be allowed.

    e. Ref. Clause no. 4.4.2.0 of the GCC stands cancelled. It will be as per Completion time

    stated above of SPECIAL TERMS AND CONDITIONS OF CONTRACT.

    f. Ref. Clause 4.4.0.0 of the G.C.C., this clause stands deleted. Instead the condition will

    be as under.

    10 COMPLETION SCHEDULE

    a. The contractor will ensure completion of work of the project in all respects within

    4 Months from the date of work order.

    b. Corporation shall be entitled to recover from the contractor liquidated damages @

    0.5 % of the total order value per week or part thereof subject to maximum of 10%

    of work order value (executed) for the delay if any on account of reasons

    attributable to the contractor.

    11 Penalty Clause:

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 34

    The Corporation as below shall levy the penalty for breach of safety during execution of

    works:

    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 (maximum of Rs.

    2 lacs) per injury in addition to Rs. 5000/- as mentioned above.

    Fatal accident, a penalty of 1% of the contract value (maximum of `. 10 lacs)

    per fatality in addition to Rs. 5000/- as mentioned above.

    12 General:

    a. Special Conditions of contract shall be read in conjunction with the General and

    Particular Conditions of contract, Technical specifications of work, Drawings & any

    other document forming part of the contract wherever the context so demands.

    b. Notwithstanding the sub-divisions of the documents into the separate sections and

    volumes, every part of each shall be deemed to be supplementary to and

    complementary to every other part and shall be read with and into the contract as

    far as it may be practicable to do so.

    c. Where any portion of General or Particular Conditions of Contract is repugnant to or

    at variance with any provisions of the Special Conditions of Contract when unless a

    different intention appears, the provisions of the Special Conditions of Contract shall

    be deemed to override the concerned provisions of General or Particular Conditions

    of Contract and shall prevail to the extent of such repugnance or variation.

    d. Wherever it is mentioned in the Specifications that the Contractor shall perform

    certain work or provide certain facilities, it is understood that the Contractor shall do

    so at his cost.

    e. The materials, design and workmanship shall satisfy the relevant Indian Standard,

    the job Specifications contained herein and codes referred to. Where job

    specifications stipulate requirements in addition to those contained in the Standard

    codes and Specifications, these additional requirements shall also be satisfied.

    f. All safety rules & regulations as advised by Site in-charge shall be strictly followed

    by the contractor as the works shall have to be carried out in running plant.

    g. 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.

    h. Works contract tax will be deducted along with other deduction like SD etc. as

    applicable.

    i. Arrangement for water, power and other facilities have to be arranged by the

    contractor at his own cost or other wise supplied by IOCl on chargeable basis.

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 35

    13 EXECUTION OF WORK & SETTING OUT

    The Contractor shall be entirely and exclusively responsible for the correctness of every part

    of the Work and shall rectify effectively any errors or imperfections therein; such rectification

    shall be carried out by the Contractor, at his own cost, when instructions are issued to that

    effect by the IOCL.

    14 OBSERVATIONS AND RECORDS

    The Contractor shall keep complete record of inspections and QAP tests for scrutiny by

    visiting officers and submit visit reports after each and every visit.

    15 WORKS IN OPERATING LPG PLANTS:

    If the work is required to be carried out in working LPG Bottling Plant, under such

    circumstances, the progress of work is likely to be interrupted on account of the operations of

    the LPG Bottling Plant. The work may at certain times have to be stopped on the instructions

    of our representative. Under such circumstances, the Contractor should co-operate with our

    representative to avoid hindrance to the operations of the LPG Bottling Plant. The working

    hours etc., shall be adjusted as per the directions of the Corporations representative, from

    time to time. The Contractor shall strictly follow rules and regulations of the LPG Bottling

    Plant.

    The Stoppage of work due to any reasons mentioned above shall not entitle the

    Contractor for any claim of compensation whatsoever for idling of his labor /

    machinery, etc., during such interruptions.

    16 CHANGES IN SCOPE OF WORK

    IOCL can request any change/addition to the scope of Contractor services within the general

    scope of proposal. In such an event, Contractor shall intimate IOCL the estimated extra

    charges, time of completion for additional scope of work, its effect on overall time schedule if

    any, along with modifications in the guarantees. The extra charges, mode of payment, time

    of completion and other relevant aspects shall be mutually agreed upon between IOCL and

    Contractor.

    17 OWNERSHIP OF THE DOCUMENTS

    All the drawings and documents prepared by the Contractor and submitted to the

    Corporation shall be exclusive property of the Corporation & shall be at liberty to use them

    for whatever purpose in future.

    18 COPY RIGHT AND SECRECY

    In case of award of job to Contractor, all technical information, details, drawing or any other

    data furnished by IOCL/Contractor during project execution shall be treated as confidential

    and Contractor shall ensure the same is not reused for the design or installation of any other

    plant or duplication and/or modification, revamping part or in whole of any plant so as to

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 36

    substantially increase/improve its performance without prior written consent of IOCL.

    Contractor is binding to IOCL for such undertaking for secrecy.

    18.0 TESTS & INSPECTION

    a. Acceptance of material will be subjected to inspection at Vendor’s works and at IOCL

    site, approval and release by a Third Party Inspection Agency.

    b. The tests & Inspections are to be carried out as per approved QAP based on tentative

    QAP given in the tender, as per requirement of relevant BIS/Other codes & standards &

    good engineering practices, as applicable.

    c. All required facilities to facilitate inspection of equipment will have to be made available

    by the successful tenderer including co-ordination with the inspecting agency. The

    above inspection will be without prejudice to guarantee / warranty. The inspection

    agency shall submit the original inspection report directly to IOCL and a copy to the

    contractor.

    d. The contractor shall carry on the various tests, required as per relevant Indian

    Standards specifications and our technical specifications stated in the tender. The

    technical documents will be furnished by him during the performance of the work

    e. All the tests either on the field or at approved test houses/outside laboratories

    concerning the execution of the work and supply of materials by the contractor shall be

    carried out by the contractor at his own cost.

    f. The work is subject to inspection at all times by the Site engineer and/or by a Third

    Party Inspection agency. The contractor shall carry out all instructions given during

    inspection and shall ensure that the work is being carried out according to the technical

    specifications of this tender, the technical documents that will be furnished by him

    during the performance of the work and the relevant codes of practices

    g. The contractor shall provide, for purposes of inspection by Corporation or by Third Party

    Inspection Agency access ladders, lighting and necessary instruments at his own cost

    h. Any work not conforming to the approved execution drawings, specification and codes

    shall be rejected forthwith and the contractor shall carry out the rectification's

    /replacement at his own cost.

    i. All results of inspection and tests will be recorded in the inspection reports, performa of

    which will be approved by the site-engineer. These reports shall form part of the

    contract and shall be submitted to Corporation, periodically and for obtaining payment

    as per payment schedule.

    19 EVALUATION OF TENDERER'S WORKS / FACTORY

  • TENDER NO. UPSO-II/LE/LT/2015-16/03

    DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS

    SIGNATURE OF TENDERER PAGE 37

    Before awarding the work, Corporation reserves the right to evaluate tender's works/ factory

    with/without the help of third party to assess the capacity & capability of the Tenderer to

    manufacture & supply the equipment/materials covered in this tender as per our terms,

    c