+ All Categories
Home > Documents > Indian OIL Tender

Indian OIL Tender

Date post: 15-Nov-2015
Category:
Upload: thenga
View: 35 times
Download: 3 times
Share this document with a friend
Description:
Tender document
Popular Tags:
40
INDIAN OIL CORPORATION LTD. (MARKETING DIVISION) INDIAN OIL BHAVAN, KARNATAKA STATEOFFICE, NO. 29, P KALINGA RAO ROAD, BANGALORE 500 027 PUBLIC E-TENDER (TWO BID) E-TENDER NO.: 2015_KASO_13887 Last Date of Tender Submission : 11.02.2015 at 16 00 hrs. Due Date of Technical Bid Opening : 11.02.2015 at 16 15 hrs FOR Fire fighting system for proposed filling shed extension, New mounded bullet 2 x 1200 MT and New LPG pump house at Belgaum LPG Bottling Plant. TECHNICAL BID
Transcript
  • INDIAN OIL CORPORATION LTD. (MARKETING DIVISION)

    INDIAN OIL BHAVAN, KARNATAKA STATEOFFICE,

    NO. 29, P KALINGA RAO ROAD, BANGALORE 500 027

    PUBLIC E-TENDER (TWO BID)

    E-TENDER NO.: 2015_KASO_13887

    Last Date of Tender Submission : 11.02.2015 at 16 00 hrs.

    Due Date of Technical Bid Opening : 11.02.2015 at 16 15 hrs

    FOR

    Fire fighting system for proposed filling shed extension, New mounded bullet 2 x 1200 MT and New LPG pump house at Belgaum LPG Bottling Plant.

    TECHNICAL BID

  • Indian Oil Corporation Ltd.(Marketing Division)

    Tender no: KASO/LPG-E/PT-07/2014-15

    INDIAN OIL CORPORATION LIMITED, MARKETING DIVISION, KARNATAKA STATE

    OFFICE, INDIAN OIL BHAVAN, NO: 29, P KALINGA RAO ROAD (MISSION ROAD),

    BANGALORE 560 027,

    REF: 2015_KASO_13887 DATE: 21.01.2015

    M/s.

    Dear Sirs ,

    Indian Oil corpora t ion Limited ( IOCL ) has a LPG Bott l ing plant a t Belgaum and

    this tender is ini t ia ted for Fire f ight ing system for proposed f i l l ing shed extens ion ,

    New mounded bul le t 2 x 1200 MT and New LPG pump house a t Belgaum LPG

    Bott l ing Plant .

    Address of the loca t ion: M/s Indian Oil Corporat ion Limited,

    Belgaum LPG Bot t l ing Plant ,

    P .B Road, Kanagala ,

    Belagavi -591 225

    Ph: 0833-279204/279208

    SCOPE OF WORK:

    The scope of work is defined in detail under the schedule of quantities & technical

    specifications. The various structures covered under the scope of this tender are

    detailed below. However the scope specified below i s only indicative but not

    exhaustive and the vendor is required to carry out any other scope as per the site

    requirement w i t h i n the items available under this tender.

    We request you to submit your lowest quotation for the work contained in the tender.

    Your offer complete in all respects must be uploaded in the prescribed manner on

    our e-tendering portal www.iocletenders.gov.in on or before 11.02.2015, 16:00. Original EMD Instrument in a sealed envelope may please be dropped in

    Engineering tender box kept on 3rd

    Floor in our office at address given

    below.

    INDIAN OIL CORPORATION LIMITED

    MARKETING DIVISION, INDIAN OIL BHAVAN,

    KARNATAKA STATE OFFICE,

    3rd

    FLOOR, NO. 29, P KALINGA RAO

    ROAD,

    BANGALORE 500 027 Earnest Money Deposit (EMD) as per NIT to be deposited in the form of DD/Bank Guarantee.

    EMD submitted in the form of Demand Draft/ Pay Order should be favour of Indian Oil

    Corporation Ltd., payable at Bangalore. Tenderers not paying EMD on or before

    tender submission date and time will be disqualified

  • Indian Oil Corporation Ltd.(Marketing Division)

    Tender no: KASO/LPG-E/PT-07/2014-15

    A scanned copy of the instrument DD or exemption certificate in case of NSIC or exempted

    category has to be uploaded along with clear scanned copies of required documents to

    substantiate the claim towards their credentials along with the tender documents in the

    appropriate link

    Bidders are requested to go through the Bidders Manual Kit available in the homepage of the e- tendering portal i.e. https://iocletenders.gov.in to have a clear understanding of

    the steps to be followed for bid submission. The Bidders Manual kit is for general reference only and the tenderers have to abide by the terms and conditions of

    this tender.Tenderers must note that Indian Oil will not be responsible for delay in

    submission of online tender& physical copy of EMD Instrument on or before due date

    & time of tender submission.

    Tenderers to please note that PreBid conference will be held in our office on 28.01.2015

    at 11:00 Hrs wherein all the clarifications with regard to Technical/ Commercial conditions

    shall be given. Queries may also be sent on email [email protected] or

    [email protected] PH: 080-22160875 / 080-22160843

    Tenderers also to note that after the clarifications are given in Pre Bid conference, no

    further deviation shall be permitted and all decisions taken by IOCL in the pre-bid

    conference shall be binding on all bidders. All are requested to attend the Pre Bid

    conference and signed copy of the pre bidconference minutes also to be submitted by the bidder along with tender document.

    Tenderers 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.

    Lowest tenderer L 1 will be on Net cost after input tax credit would be available to IOCL

    For Example:-

    Tenderer A Tenderer B

    PARTICULARS AMOUNT(Rs.) AMOUNT(Rs.)

    1.Total estimated cost of work to be done 100 100

    2.Rate of works contract tax (WCT)

    a. @ Composite rate of WCT. 4 /4.5/5.5 % 0

    b. Regular WCT Rate (as per Schedule VI of KVAT Act,2003) 0 14.5 (@ 14.5%)

    Sub total 104 114.5

    Less: Input tax credit available to IOCL in respect of 2(b) above 0 14.5

    Net Cost to IOCL 104 100 (L1)

    Thanking you

    Yours faithfully

    For Indian Oil Corporation Limited

    DGM (LPG)

  • Indian Oil Corporation Ltd.(Marketing Division)

    Tender no: KASO/LPG-E/PT-07/2014-15

    NOTICE INVITING E-TENDER

    ANNEXURE- 2 Digitally signed and sealed (encrypted) E-Tenders are invited in Two-bid System (a) Part-I, Technical Bid with Commercial Terms without Price-Bid and (b) Part-II, Price-Bid; from reputed parties for Firefighting System For Proposed Filling Shed Extension , New Mounded Bullet 2 X 1200 MT And New LPG Pump House At Kanagala LPG B.P, Belagavi as detailed below:

    Tender No./ Name of the work E-tender No. 2015_KASO_13887 Firefighting System For Proposed Filling Shed Extension , New Mounded Bullet 2 X 1200 MT and New LPG Pump House at Kanagala LPG B.P, Belagavi Tender fee No Tender fee is applicable for this e-tender, since the bidders are required to download the tender

    documents from IOCL e-tender website

    (https://iocletenders.gov.in) EMD Rs. 1, 75,700 /- If by BG then EMD to be valid

    for six months from the date of opening of

    technical bid.

    Completion time 4 Months from date of LOI or date of handing over

    site whichever is later

    Download Starts on 21.01.2015

    Download Closes on 11.02.2015 at 16 00 hrs

    Date & Venue of Pre- Bid

    Conference

    At 11: 00 Hrs on 28.01.2015 at

    INDIAN OIL CORPORATION LIMITED,

    MARKETING DIVISION, KARNATAKA STATE

    OFFICE, 3rd FLOOR, NO. 29, P KALINGA RAO

    ROAD , BANGALORE 500 027

    Parties to send soft copy of assumptions /

    exception / deviations / clarification in advance though

    e mail. Validity of Offer 6 months from the date of opening of technical bid

    Due date & time of submission

    of tender

    11.02.2015 by 16:00 hrs

    Date & time of opening of tender 11.02.2015 by 16:15 hrs

    Contact Person Ch. Mgr (LPG-Engg.), AM (LPG- Engg) Tel. No. 080-22160843 / 22160875 Email: [email protected] / [email protected]

  • Indian Oil Corporation Ltd.(Marketing Division)

    Tender no: KASO/LPG-E/PT-07/2014-15

    Parties, who meet the following qualifying parameters, only need to apply

    BIDDERS QUALIFYING PARAMETERS (BQP):

    S.

    No.

    QUALIFYING PARAMETER (Table:-1)

    1 Bidder must have successfully completed similar works during last five years i.e., from

    01.01.2010 to 31.12.2014 The value of completed works including the above should be

    either of the following:

    a) Three similar completed works each costing not less than the amount equal to

    Rs. 57.40 lakhs (including all taxes) OR

    b) Two similar completed works each costing not less than the amount equal to Rs. 76.54 lakhs (including all taxes ) OR OR c) One similar completed work costing not less than the amount equal to

    Rs. 95.68 lakhs (including all taxes)

    2. Annual Financial Turnover during any of the last 3 years, ending 31st March

    2014 should be at least Rs.114.81 lacs.

    Note: Balance sheet or audited financial statements including profit and loss account

    along with the technical bid to establish qualification for participation.

    3. As on date of closure of Tender, Tenderer should not be placed on black list or holiday list

    declared by Indian Oil Corporation Limited or its Administrative Ministry (the Ministry of

    Petroleum & NaturalGas) or by any departrnent/s of the State or Central Government/s or

    by any other Public Sector Undertaking/s and that there is no inquiry in respect of any

    corrupt or fraudulent practice pending against him l them. Declaration of Holiday List /

    Black List in the prescribed format as per Annexure-5. (Any other formats declared

    will be rejected.) 4. Tender without Earnest Money Deposit will be rejected.

    Definition of Similar completed Works:-

    i) Similar work means Experience of completing the work involving Fabrication, Erection & commissioning of fire hydrant piping/fire water

    medium velocity sprinkler system work during last five years

    The Bidder shall furnish documentary evidence by way of copies of work order and proof of completion. Proof of completion should be copy of work completion certificate or final bill

  • Indian Oil Corporation Ltd.(Marketing Division)

    Tender no: KASO/LPG-E/PT-07/2014-15

    INDEX

    SR.

    NO. DESCRIPTION

    1. Notice inviting tender

    2. Tender Pre-qualification Abstract

    3. Technical / Commercial Bid Abstract / Check List

    4. Proforma of Declaration of Black Listing/Holiday Listing

    5. Declaration Part A/PART B/PART C

    6. Instructions to Bidder

    7. Undertaking by tenderer

    8. Form of BG as EMD

    9. Payment to vendors as RTGS FORMAT

    10 Special Terms and Conditions of Contract

    11 Bill of quantities (to be Quoted in Excel sheet only)

    12. Technical Data sheets

    13. Technical Specifications with approved list of make

    14. Hot work cubicle drawing

    15. Typical sketch of mounded bullet

    16. Typical Layout of Filling Shed

    17. General conditions of contract

    TENDERERS SIGNATURE

  • Page 6

    ANNEXURE- 4

    TECHNICAL / COMMERCIAL BID ABSTRACT / CHECK LIST

    (TO BE FILLED BY THE TENDERER)

    SL

    NO

    DETAILS

    IOCs REQUIREMENT

    Please Write Yes

    if submitted / Agreed and No if

    Not submitted /

    Not agreed.

    confirm %

    applicable in 2 D 1

    Earnest Money Deposit:

    Rs. 1, 75,700 /-(Rupees One Lakh Seventy Five Thousand Seven

    Hundred only)

    A Mode of EMD DD/ Bankers Cheque / BG

    B Details of EMD Payment

    DD No. & Date/ BG No & date of issue. Validity upto 6 months from date of opening of technical bid

    2A Proof of Experience as per qualifying norms of NIT.

    Copies of orders executed as per

    qualifying norms of NIT to be

    enclosed.

    2 B Annual Turnover For the last three years. (Copy of Audited P/L statement and Balance Sheets to be enclosed)

    2 C Whether registered under Karnataka VAT Act 2003

    If YES, Enclose the copy of Karnataka VAT registration certificate

    2 D Rate of WCT applicable as per Karnataka VAT Act 2003

    Please confirm whether 4% or 5.5%

    or 14.5%

    If left blank ,it will be assumed as 4%

    3 Holiday List / Black List

    Declaration of Holiday List / Black

    List in the prescribed format strictly

    as per Annexure-5

    4

    Validity of offer Six months from date of opening of Technical Bid

    5

    Completion time

    4 months from the date of LOI/site

    hand over date whichever is later

    ENTIRE ABOVE DETAILS ARE ESSENTIAL FOR EVALUATING THE BID AND

    SHOULD NOT BE LEFT BLANK

  • Page 7

    6

    Declaration A / B/ C/ D for relationship with Director of IOCL properly filled up & submitted.

    To be confirmed

    7

    All tender documents have been digitally signed & submitted

    To be submitted

    8

    Confirm that there are no deviations from tender conditions

    To be confirmed

    9

    Confirm that the Price bid does not contain any condition

    To be confirmed

    10

    Confirm that the Scope of supply / inspection / Evaluation parameter, has been understood and agreed

    To be confirmed

    11 Confirm that the rates have been expressed in both figures and words

    To be confirmed

    12 Proposed Mode of SD Payment

    DD / BG

    13 VAT Registration showing TIN number

    Enclose Xerox Copy of VAT Registration

    Certificate

    14 PF Registration Number

    Enclose Xerox Copy of Regn. Certificate

    15 ESI Registration Number

    Enclose Xerox Copy of Regn. Certificate

    16 Declaration regarding no outstanding on P.F. payment

    To be confirmed

    17 Income Tax PAN No.

    Enclose Photo Copy

    18 Acceptance of Payment through Electronic Clearance System (ECS), if feasible.

    Vendor to confirm

    19 Bank A/C details (Name of Bank / A/c No. / City , etc.)

    Vendor to furnish

  • Indian Oil Corporation Ltd.(Marketing Division)

    Tender : KASO/LPG/PT-07/2014-15

    Page 8

    ANNEXURE- 5

    DECLARATION OF BLACK LISTING/HOLIDAY LISTING (STRICTLY IN

    THE BELOW FORMAT)

    In the case of a Proprietary Concern:

    I hereby declare that neither I in my personal name or in the case of my Proprietary concern

    M/s. which is submitting the accompanying

    Bid/Tender, nor any otherconcern in which I am proprietor nor any partnership firm in

    which I am involved as a Managing Partner have been placed on black list or holiday list

    declared by Indian Oil Corporation Limited or its Administrative Ministry

    (the Ministry of Petroleum & NaturalGas) or by any departrnent/s of the State or Central

    Government/s or by any other Public Sector Undertaking/s and that there is no inquiry in respect of

    any corrupt or fraudulent

    practice pending against himlitlthem except as indicated below: '

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

    In the case of a Partnership Firm:

    We hereby declare that neither we, M/s. , submitting the

    accompanying Bid/Tender nor any partner involved in the management of the said firm either in his

    individual capacity or as proprietor or managing partner of any firm or concern have or has been

    placed on blacklist or holiday list declared by Indian Oil Corporation Ltd. or its Administrative

    Ministry (presently the Ministry of Petroleum & Natural Gas), or by any department/s

    of the State or Central Government/s or by any other Public Sector Undertaking/s and that

    there is no inquiry in respect of any corrupt or fraudulent practice pending against

    himlit/them except as indicated below:

    (Here give particulars of blacklisting or holiday listing and in the absence thereof state NIL)

    In the case of Company:

    We hereby declare that the Company nor its Promoter/s / Director/s having controlling

    stake in the Company (here controlling stake means person having minimum 26%

    shareholding of a company) as a proprietor or as a Managing Partner has not been placed on

    black list or holiday list declared by Indian Oil Corporation Limited or its Administrative

    Ministry (the Ministry of Petroleum & Natural Gas) or by any department/s of the State or

    Central Government/s or by any other Public Sector Undertaking/s and that there is no

    inquiry in respect of any corrupt or fraudulent practice pending against him/it/them except

    as indicated below:

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

    It is understood that if this declaration is found to be false in any particular, Indian Oil Corporation

    Ltd or its Administrative Ministry, shall have the right to reject my/our bid, and if the bid has

    resulted in a contract, the contract is liable to be terminated.

    Place: Signature of Bidder: _

    Date: Name of Signatory:

  • Indian Oil Corporation Ltd.(Marketing Division)

    Tender : KASO/LPG/PT-07/2014-15

    Page 9

    LIST OF DIRECTORS OF INDIAN OIL CORPORATION LTD.

    1 Shri B. Ashok

    Chairman

    IndianOil Corporation Ltd.,

    Corporate Office, Plot 3079/3, Sadiq

    Nagar,

    J.B.Tito Marg, New Delhi -110049

    2 Shri A M K Sinha

    Director (Planning & Business

    Development)

    IndianOil Corporation Ltd.,

    Corporate Office, Plot 3079/3, Sadiq

    Nagar,

    J.B.Tito Marg, New Delhi -110049

    3 Shri P K Goyal

    Director (finance),

    IndianOil Corporation Ltd.,

    Corporate Office, Plot 3079/3, Sadiq

    Nagar,

    J.B.Tito Marg, New Delhi -110049

    4

    Shri Nesar Ahmad

    Past President,

    ICSI

    5 Shri VS Okhde

    Director(Pipelines),

    IndianOil Corporation Ltd.,

    Corporate Office, Plot 3079/3, Sadiq

    Nagar, J.B.Tito Marg, New Delhi -110049

    6 Shri Sanjiv Singh

    Director (Refineries),

    IndianOil Corporation Ltd.,

    SCOPE Complex Core 2,

    7 Institutional Area, Lodhi Road,

    New Delhi - 110003

    7 Dr S C Khuntia

    Addl. Secretary and Financial

    Adviser

    Ministry of Petroleum & Natural Gas

    Shastri Bhawan,

    New Delhi 110 001

    8 Shri Rajive Kumar

    Additional Secretary

    Ministry of Petroleum & Natural Gas

    Shastri Bhawan,

    New Delhi 110 001

    9 10

    Ms. Shyamala Gopinath

    Former Deputy Governor

    Reserve Bank of India

    Shri Shyam Saran

    Former Foreign Secretary

    Govt. of India

    11 12

    Prof. Devang Khakhar

    Director,

    Indian Institute of Technology,

    Bombay

    Shri K Jairaj

    Former Additional Chief Secretary,

    Karnataka

    13

    Sunil Krishna

    Former Director General,

    NHRC

    14 Shri Sayan Chatterjee

    Former Secretary

    Govt. of India

  • Indian Oil Corporation Ltd.(Marketing Division)

    Tender : KASO/LPG/PT-07/2014-15

    Page 10

    ANNEXURE- 6

    DETAILS OF RELATIONSHIP WITH IOCS DIRECTOR ETC. Bidder should furnish following details in the appropriate part based on their

    organizational structure.

    Organizational Structure Part of the form applicable

    Sole Trader

    Part-A Partnershi

    p Part-

    B Company Private/Public Part-C

    PART-A

    (APPLICABLE WHERE TENDERER IS SOLE PROPRIETOR)

    1. Name of Bidder 2. Address Residence Office

    3. State whether Bidder is related to any Director/(s) of the Indian

    Oil Corporation Ltd. 4. If `Yes to 3, state the name of IOCs Director and Bidders

    relationship with him/her. * Strike out whichever is not applicable.

    PLACE:

    DATE:

    PART- B

    (APPLICABLE WHERE TENDERER IS SOLE PROPRIER TOR)

    1. Name of the Partnership firm responding to the tender

    2. Address

    3. Name of Partners 4. State whether any of the partners is a Director to the Indian

    Oil Corporation Ltd.,

    5. If `Yes to 4 state the name(s) of IOCs Directors

    6. State whether any of the partners is related to any of the Director(s) of the Indian Oil Corporation Ltd.

    7. If `Yes to 6, state the name(s) of IOCs Director and the concerned partners relationship with him/her.

    * Strike out whichever is not applicable.

    PLACE:

    D

    A

    T

    E

    :

    Yes/No*

  • Indian Oil Corporation Ltd.(Marketing Division)

    Tender : KASO/LPG/PT-07/2014-15

    Page 11

    PART-C

    (APPLICABLE WHERE THE TENDERER IS A PUBLIC/PRIVATE LTD. CO. )

    1. Name of the Company responding to the tender 2. Address of :

    a) Registered Office

    b) Principal Office 3. State whether the Company is a Pvt.Ltd. Co. or Public

    Ltd., Co. 4. Names of Directors of the Company

    5. State whether any of the Directors of the Tenderers

    Company is a Director of Indian Oil Corporation Ltd.

    Yes/No *

    6. If `Yes to (5) state the name(s) of IOCs Directors 7. State whether any of the Director of the Tenderer

    Company is related to any of the Directors of the Indian Oil Corporation Ltd.

    8. If `Yes to (7) state the name(s) of IOCs Director and

    the concerned Director's (of the Tenderer Co.)

    relationship with him/her. Strike out whichever is not applicable.

    PLACE

    : DATE:

  • Indian Oil Corporation Ltd.(Marketing Division)

    Tender : KASO/LPG/PT-07/2014-15

    Page 12

    INSTRUCTIONS TO BIDDERS FOR PARTICIPATING

    IN E-TENDERING:

    Tenderers are advised to download Notice Inviting Tender along with other

    tender documents from the e-tendering portal https://iocletenders.gov.in free

    of cost using their digital signature & registered user id. While the tender

    shall be submitted online in soft copy on our e-tendering portal, the

    Earnest Money Deposit has to be submitted by dropping it in the KASO LPG

    Engineering Tender-box placed on 3rd

    Floor at our Mission Road office before

    the due date and time of tender submission failing which the tender shall be

    summarily rejected. A scanned copy of the instrument DD/ BG or exemption

    certificate in case of NSIC or exempted category has to be uploaded along

    with clear scanned copies of required documents to substantiate the claim

    towards their credentials along with the tender documents in the appropriate

    link.

    Indian Oil will not be responsible for delay in submission of online tender &

    physical copy of EMD Instrument on or before due date & time of tender

    submission. Indian Oil Corporation reserves the right to accept / reject any or all

    tenders without assigning any reason whatsoever.

    All interested bidders are r e q u e s t e d to register themselves with the portal

    indicated above and enrol their digital certificate with the user id for

    participation in the tender.

    Bidders are requested to read following conditions i n conjunction with

    various conditions, wherever applicable appearing with this bid invitation for e-

    Tendering. The conditions mentioned herein and in pre-bid meeting under

    shall supersede and shall prevail over the conditions enumerated elsewhere in

    thetender document.

    1.0 Procedure to submit On-line Bids / Offers electronically on e-

    tendering portal

    For this purpose, Vendors / Bidders are advised to read the instructions

    available in the homepage of the portal https://iocletenders.gov.in/ where

    detailed procedure for submission of bids is available under the section

    Bidders Demo Kit. You may contact the following resource persons for any assistance required in this regard.

    Vikrant 9999188919

    Ankit 9717983330

    Sawan 8130269544

    eMail-id: [email protected] / [email protected]

  • Indian Oil Corporation Ltd.(Marketing Division)

    Tender : KASO/LPG/PT-07/2014-15

    Page 13

    2.0 The bidders should note the following:

    2.1 Late and delayed Bids / Offers after due date / time shall not be

    permitted in e-tendering system. No bid can be submitted after the last date

    and time of submission has reached. (However if bidder intends to revise the

    bid already submitted, they may change / revise the same on or before the

    last date and time of submission of bid). The system time (IST) that will be

    displayed on e-tendering web page shall be the time and no other time shall be

    taken into cognizance.

    2.2 Bidders are advised in their own interest to ensure that bids are

    uploaded in e-tendering system well before the closing date and time of bid.

    2.3 No printed or posted Bids / Offers other then EMD instruments shall

    be accepted.

    3.0 Bidders need to have Digital Signature Certificate

    Digital Signature Certificate is a unique digital code which can be

    transmitted electronically and primarily identifies a unique sender. The

    objective of digital signature is to guarantee that the individual sending the

    message is who he or she really claims to be

    just like the written signature. The Controller of Certifying Authorities of India

    (CCA) has authorized certain trusted Certifying Authorities (CA) who in turn allot

    on a regular basis Digital Certificates, Documents which are signed digitally

    are legally valid documents as per the Indian IT Act (2000).

    In order to bid for IndianOil e-tenders all the vendors are required to obtain a

    legally valid Digital Certificate as per Indian IT Act from the licensed

    Certifying Authorities (CA) operating under the Root Certifying Authority of

    India (RCAI), Controller of Certifying Authorities (CCA) of India. The Digital

    Certificate is issued by CA in the name of a person authorized for filing Bids /

    Offers on behalf of his Company. A Vendor / Bidder can submit their Bids /

    Offers On-line only after digitally signing the bid / documents with the above

    allotted Digital Signatures.

    Bidders have to procure Digital Certificate (Class II/III) on their own from

    any of the Certifying Authorities in India.

    4.0 Submission of Documents

    The tender documents including quoted Price Bid have to be submitted

    online only. However, documents which necessarily have to be submitted in

    originals like EMD and any other documents mentioned in the tender

    documents have to be submitted offline. Indian Oil shall not be responsible in

    any way for failure on the part of the bidder to follow the instructions.

    5.0 It is advised that the bidder uploads small sized documents

    (preferably upto 10 MB) at a time to facilitate easy uploading into e-

    tendering site. IndianOil does not take any responsibility in case of failure

  • Indian Oil Corporation Ltd.(Marketing Division)

    Tender : KASO/LPG/PT-07/2014-15

    Page 14

    of the bidder to upload the documents within specified time of tender

    submission. Indian Oil will not be responsible for any delay under any

    circumstances for non-receipt of Tenders/submission of filled in tender

    document by due date & time.

    6.0 Submission and Opening of Bids

    Bid along with all the copies of documents should be submitted in the

    electronic form only through IndianOil e-tendering system. Before the bid is

    uploaded, the bid comprising of all attached documents should be digitally

    signed using digital signatures issued by an approved Certifying Authority

    (CA) in accordance with the Indian IT Act 2000. The bidder

    should go through the detailed instructions available in the homepage of the

    portal for enrolment and online bid submission process. Bidder has to

    ensure that their bid is complete in all respect before pressing on the

    FREEZE BID button. Any revision or amendment in bid shall be possible after the FREEZE BID button is pressed only till the due date and time of submission of tender.

    7.0 Last Date for Submission of Bids

    Bidders are advised in their own interest to ensure that bids are

    uploaded in e- Procurement system well before the closing date and time of

    bid. Vendors / Bidders must use any computer having Windows XP versions or

    higher operating system and an Internet web browser version internet explorer

    V8.0 or higher recommended.

    Note: Bidders are requested to go through the Bidders Manual Kit available in the homepage of the e-tendering portal i.e. https://iocletenders.gov.in to

    have a clear understanding of the steps to be followed for bid submission. The

    Bidders Manual kit is for general reference only and the tenderers have to abide by the terms and conditions of this tender.

  • Indian Oil Corporation Ltd.(Marketing Division)

    Tender : KASO/LPG/PT-07/2014-15

    Page 15

    UNDERTAKING BY THE TENDERER(S)

    NAME OF WORK: Fire fighting system for proposed filling shed extension , New

    mounded bullet 2 x 1200 MT and New LPG pump house at Belgaum LPG Bottling

    Plant.

    Tender No.: KASO/LPG/PT-07/2014-15

    We confirm that we have quoted the rates in the tender considering Inter-alia theMinutes

    of Pre-bid meeting, BOQ- Price bid sheets, Scope of work ,Special Terms & Conditions ,

    the Tender Technical specifications including General Conditions of contract

    We (Name of the Tenderer) hereby certify that we have

    fully read and thoroughly understood the tender requirements and accept all terms and

    conditions of the tender including all corrigendum/addendum issued, if any. Our offer

    is in confirmation to all the terms and conditions of the tender including all

    corrigendum/addendum, if any and minutes of the pre- bid meeting. In the event of

    award of contract to us, the complete tender document shall be considered for

    constitution of Contract Agreement.

    SIGNED FOR AND ON BEHALF OF TENDERER(S) Name of Tenderer(s)

    Date:

    PLACE: Seal & Signature of

    Tenderer

    NOTE: This declaration should be signed by the Tenderer's authorized

    representative ON COMPANY LETTERHEAD who is signing the Bid and

    scanned copy to be uploaded as a part of tender document.

  • Indian Oil Corporation Ltd.(Marketing Division)

    Tender : KASO/LPG/PT-07/2014-15

    Page 16

    FORM OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT

    1. In consideration of the Indian Oil Corporation Limited (hereinafter

    called The Corporation) having agreed to accept from(name of the tenderer) (

    hereinaftercalled `the said tenderer) Earnest money in the form of Bank Guarantee,

    under the terms and conditions of tender No. dated in connection

    with (mention the details of the tender) (hereinafter called the said

    tender), for the due observance by the said tenderer of the stipulation to keep the offer

    open for acceptance for a period of days from the date of the opening of

    the tender and other stipulations of the tender we, (indicate the name of the

    bank) hereinafter referred to as the Bank at the request of

    (mention the name of the tenderer) do hereby undertake to pay on demand to the

    Indian Oil Corporation Limited an amount not exceeding Rs.

    in the event of the said tenderer having incurred forfeiture of earnest

    money as

    aforesaid or for the breach of any of the terms or conditions or the stipulations of the said

    tender and/ or the contract if awarded including but not limited to non performance of

    the contract caused due to revision in price/ pricing basis after close of the pricing part of

    the tender under an order of the Indian Oil Corporation limited

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

    undertake to pay the amounts due and payable under this guarantee without any demur,

    merely on a demand from the Indian Oil Corporation Limited stating that the amount

    claimed is due by way of forfeiture of earnest money or any loss or damage caused to or

    suffered or would be caused to or suffered by the Indian Oil Corporation Limited by

    reason of breach by the said tenderer any of the terms or conditions or stipulations

    contained in the said tender or by reason of the tenderers failure to perform the

    stipulations of the said tender. Any such demand made on the bank shall be conclusive as

    regards the amount due and payable by the bank under this guarantee. However, our

    liability under this guarantee shall be restricted to an amount not exceeding Rs. .

    3. We (indicate the name of the bank) undertake to pay to the

    Indian Oil Corporation Limited any money so demanded notwithstanding any dispute or

    disputes raised by the tenderer in any suit or proceeding pending before any court or

    Tribunal or arbitrator relating thereto our liability under this present being absolute

    and unequivocal. The payment so made by the bank under this bond shall be a valid

    discharge of our liability for payment there under and the tenderer shall have no claim

    against us for making such payment.

  • Indian Oil Corporation Ltd.(Marketing Division)

    Tender : KASO/LPG/PT-07/2014-15

    Page 17

    4. We (indicate the name of the bank) further agree that the

    guarantee herein contained shall remain in full force and effect during the period that

    would be taken for the performance of the terms, conditions or stipulation of the said

    tender and that it shall continue to be enforceable till all the dues of the Indian Oil

    Corporation Limited under or by virtue of the said tender/ contract have been fully paid

    and its claims satisfied or discharged or till Indian Oil Corporation Limited certifies

    that the terms and conditions of the said tender have been fully and properly carried out

    by the said tender and accordingly discharge this guarantee. Unless a demand or claim

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

    from all liability under this guarantee thereafter.

    5. We (indicate the name of the bank) further agree with

    the Indian Oil Corporation Limited that the Indian Oil Corporation Limited shall have

    the fullest liberty without our consent and without affecting in any manner our

    obligations hereunder to vary any of the terms and conditions of the said tender or to

    extend time of performance by the said tenderer from time to time or to postpone for any

    time or from time to time any of the powers exercisable by the Indian Oil Corporation

    Limited against the said tenderer and to forbear or enforce any of the terms and

    conditions relating to the said tender and shall not be relieved from our liability by

    reason of any such variation, or extension being granted to the said tenderer or

    for any forbearance, act or omission on the part of Indian Oil Corporation Limited or any

    indulgence by the Indian Oil Corporation Limited to the said tenderer or by any such

    matter or thing whatsoever which under the law relating to sureties would, but for this

    provisions have effect of so relieving us.

    6. This guarantee will not be discharged due to the change in the constitution of the

    bank or the tenderer.

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

    revoke this guarantee during its currency except with the previous consent of the

    Indian Oil Corporation Limited in writing.

    Dated the day of 2015

    For (indicate the name of bank & IFSC code)

    Place :

    Date

  • Indian Oil Corporation Ltd.(Marketing Division)

    Tender : KASO/LPG/PT-07/2014-15

    Page 18

    PAYMENT TO VENDORS THROUGH ELECTRONIC MODE

    Payment system to Vendors through Electronic Modes such as EFT, RTGS etc has been introduced by the

    Corporation. For availing this facility, a consent letter from the Vendor as also the Bank Account details

    of the Vendor is required.

    Tenderers are requested to submit their Consent Letter on LETTER HEAD as per the format given

    below along with the enclosures as required:-

    To , Dated

    M/s Indian Oil Corporation Ltd.

    Address

    Dear Sir ,

    With reference to your advise, we hereby agree to accept the payment of our bills through

    RTGS/NEFT/Electronic Mode .The desired bank account details are given below :

    1. Vendor Code allotted by IOCL in SAP

    2. Name of Beneficiary (i.e IOCL Vendor )

    3. Name of the Beneficiarys Bank

    4. Address of the Beneficiarys Bank Branch

    5. Contact details of Branch with STD Code

    6. Beneficiarys Bank Account No. ( as per cheque copy

    )

    7. Beneficiarys Account Type (SB/CC/CA)

    8. Beneficiarys Bank IFSC Code ( 11 Digit)

    9. Mobile No of Beneficiary (One Number only)

    10. E-Mail Id of Beneficiary (One Mail Id only)

    A blank cancelled cheque leaf relating to the above bank account is enclosed for verifying the

    accuracy of the bank account details.

    I hereby declare that the particulars given above are correct and complete . I agree to receive transactional

    SMS / E-Mail Alerts from IOCL with regard to my bill payments.

    ( Signature of Account Holder )

    Seal of the Vendor

    Encl : Cancelled Cheque

    We hereby confirm that the above bank account details of beneficiary are correct in all respects and the

    account of Beneficiary (IOCL vendor) is maintained at our bank branch .( Name of Bank & Branch )

    Authorized Signatory

    **** Verification required only in case vendors name is not printed/appearing on the cancelled cheque

    leaf being submitted to IOCL office

  • Indian Oil Corporation Ltd.(Marketing Division)

    Tender : KASO/LPG/PT-07/2014-15

    Page 19

    SPECIAL TERMS AND CONDITIONS OF CONTRACT

    1.0 EARNES MONEY DEPOSIT:

    1.1 Tenderers are requested to submit earnest money deposit as per NIT in the form

    of demand draft / Bank Guarantee in favour of INDIAN OIL CORPORATION LIMITED

    payable at BANGALORE. The sealed cover containing EMD must be dropped in the tender box

    kept at 3r d floor, LPG Department at KASO on or before due date & time of tender submission.

    1.2 EXEMPTION FROM SUBMISSION OF EMD:

    a. Parties as per MSME act, 2006 (erstwhile NSIC registered parties), PSUs (Central &

    State) and JVs of IOCL. In such cases, the certificate to be submitted by the MSME parties

    shall be valid on the date of tender opening and must cover the items tendered. The MSME

    certificate also must indicate the ERN allotted by the authorities who have issued the MSME

    certificates.

    1.3 Tenders received without EMD shall be rejected outright. Public sector

    undertakings

    (Central/ State) are exempted from making EMD payment.

    1.4 The EMD of unsuccessful tenderers shall be returned after finalization of tender and

    after submission of original cash receipts by the tenderers.

    1.5 EMD will not carry any interest.

    1.6 Tenderers may note that that the EMD shall be forfeited in case of following situations

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

    tenderers. Backing out after placement of work order.

    1.7 The EMD of unsuccessful tenderers shall be returned upon finalization of tender

    and on acceptance of the tender by successful tenderer.

    2.0 COMPLETION TIME:

    2.1 Entire work should be completed in a duration of 04(Four) Months from the date of

    handing over the site which will be taken as the 10th day from the date of issue of

    Acceptance of tender or the actual date of handing over the site whichever is later . failing which

    price adjustment for delay in completion shall be made as per clause

    4.4.0.0, section 4 of GCC. This will be in addition to and without prejudice to the other rights

    available to the Corporation under the said GCC. Site will be handed over as on when work front

    is available.

    3.0 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.

    4.0 VALIDITY OF TENDER: The tender will be valid for a period of 06(SIX) months

    from the date of opening the tender which will be taken as the date of opening of techno-

    commercial bid in case of two bid system of tenders.

    5.0 SECURITY DEPOSIT:

  • Indian Oil Corporation Ltd.(Marketing Division)

    Tender : KASO/LPG/PT-07/2014-15

    Page 20

    5.1 As per the clause 2.1.1.0, Section- 2 of the GCC, the successful tenderer shall pay security

    deposit up on placement of work order equivalent to 10% of the work order value in any of the

    following modes.

    A. DD:-

    Initial security deposit: The successful tenderer within 10 days of receipt of acceptance

    of tender issued by owner shall deposit initial security deposit in an amount equal to 2.5%

    (Two and a half percent) of the total work order value in any of the following modes.

    a. Demand draft drawn on a nationalized/ scheduled bank drawn in favour of Indian Oil

    Corporation Limited payable at Bangalore.

    b. If the EMD has been made in DD, the contractor may be permitted to adjust the same

    towards the initial security deposit and pay balance in the manner stipulated in (a) above.

    Balance security deposit will be recovered at the rate of 10% of gross certified value of work

    from incoming running bills till such time entire security deposit is recovered.

    B. BANK GUARANTEE (Only if the quantum of security deposit is in excess of

    Rs. 1,00,000/-):

    Entire amount of security deposit (worked out on the basis of work order value) should

    be covered by BG as per the format issued by the Corporation and should be submitted prior

    to commencement of work. The BG will be valid for a period of 3 months beyond the date of

    satisfactory completion of work. This BG shall be submitted directly by the bankers under

    their covering letter to the office of the Corporation in a sealed cover

    5.2 The tenderer should clearly indicate in his offer one of the modes of payment towards

    the security deposit. The option once made can in no circumstances be changed.

    5.3 The security deposit collected as per the terms shall be released after a period of 12

    months from the date of completion of works subject to the relevant clauses of the GCC. The SD

    shall not carry any interest.

    6.0 The tenderers must note that the rates and amount indicated in the schedule of works

    shall be applicable for all leads and lifts and reach involved. The Corporation also reserves the

    right to operate or not operate or partly operate any item mentioned in the schedule. The rates

    quoted for all items below the ground level shall be inclusive of adequate shoring,

    shuttering, bailing out sub soil water (if found necessary) etc complete. The successful

    tenderer shall be responsible for implementation of all precautionary measures for ensuring

    safety for all materials and labor till such time the work is completed in all respects and

    handed over to the Corporation.

    7.0 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 more

    tenders in part. The Corporation also reserves the right to accord purchase/ price preferences to

    the public enterprises and Joint ventures of the Corporation as per the prevailing policy.

    Decision of the Corporation in this regard will be final.

  • Indian Oil Corporation Ltd.(Marketing Division)

    Tender : KASO/LPG/PT-07/2014-15

    Page 21

    8.0 Any additional work that may become necessary during course of execution of works

    as authorized by our site in charge shall be immediately got approved prior to taking up the

    work duly forwarding the details, nature of works etc as per relevant clause of the GCC.

    9.0 In case the contractor fails to adhere to the time limit specified above or if the rate of

    progress is considered not satisfactory, the Corporation will be at liberty to terminate the contract

    and get the same executed by any other agency entirely at the cost and risk of the original

    contractor and in line with provisions available under the GCC

    .

    10.0 Nature And Scope Of Work :

    10.1 The scope of work comprises of , preparation of piping drawings, fabrication drawings

    and obtaining approval before execution Supply, fabrication, erection, testing & commissioning of

    fire protection system including fire hydrant & rezoning of MV spray system & associated civil

    works for LPG bottling plant (Belgaum).

    Tenderers are advised to inspect the site and ascertain the site conditions including leads/

    lifts involved/ approach to vehicles etc prior to quoting the amount.

    The work descriptions and specifications are as per enclosed documents.

    11.0 Location of site:

    Kanagala LPG Bottling Plant , Belgaum located approx 70kms from Belgaum .

    12.0 Water Supply:

    12.1 The contractor shall arrange water/procure water required for the work at his own cost for

    all leads and lifts. IOCL shall not be responsible for supplying water and Contractor

    shall ensure timely and adequate supply of water to meet the schedule.

    12.2 Curing has to be done properly including Sundays. If not done upto satisfactory of Site

    Engineer . Penality of Rs.5000/- will be deducted per case in the running bills or final bill. Site

    Engineer has Authority to take action against the contractor for the same.

    13.0 Power Supply:

    13.1 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.

    14.0 Contractors Scope Of Supply:

    14.1 All materials including pipelines, fittings, cement, reinforcement, structural steel,

    consumables, testing appliances, tools and tackles necessary for completing the work shall

    be procured & supplied by the Contractor at his own cost unless otherwise specified in the

    schedule. No claim/ delay on this account will be entertained by the Corporation.

    15.0 IOCL reserves the right in selection of best make of materials to be procured by

    the contractors & contractor shall procure the same only up on the approval by site in charge.

  • Indian Oil Corporation Ltd.(Marketing Division)

    Tender : KASO/LPG/PT-07/2014-15

    Page 22

    The Third Party Inspection Agency (TPIA) shall be appointed by the Contractor for

    certifying supplied materials at site , Hydro test reports, drawings (including civil &

    mechanical), Radiography reports, cross check the fire water calculation as per the drawing

    after completion of work , As built drawing after completion of work . The tenderer should

    consider the cost towards the TPIA while quoting their offer.

    The work is to be carried out in the working LPG Plant. Tenderers are advised to inspect the site

    and ascertain the site conditions including safety regulations, leads/ lifts involved prior to quoting

    the amount.

    The work descriptions and specifications are as per enclosed documents.

    16.0 Firm price :

    16.1 The rates quoted shall be inclusive of all costs, allowances, duties and

    taxes/levies including VAT, Works contract tax, Service tax, Octroi, Freight, etc prevailing on

    the date of opening of bids. No extra payment will be made under the contract/ individual

    work order on account of any of the above.

    16.2 Introduction of new taxes by Government/ statutory bodies or revision in slabs of

    existing taxes shall not be reimbursed.

    16.3 Under no circumstances, shall the Owner be held responsible for compensation or

    loss to the Contractor due to any increase in the cost of labour or materials etc.

    16.4 Once the offer is accepted and agreement executed, the rates shall be valid till the

    completion of works in all respects and no escalation whatsoever will be entertained on any

    grounds. Similarly no variation or reimbursement shall be entertained due to revisions in

    statutory tax or levies imposed by the Governments of State or Centre.

    17.0 Forms C and D will not be issued by IOCL.

    18.0 Labour Agreement:

    18.1 The Contractors who are working in the establishments through Contract Labour

    shall be fully responsible for observance of all rules and regulations as per the Contract

    Labour (Regulation and Abolition) Act 1971 and obtain a licence from the Assistant Labour

    Commissioner concerned and produce the same to IOCL. In this connection, tenderers shall

    abide by all the conditions of Appendix I and Appendix II enclosed with the GCC. The

    Principal Employer certificate shall be given on written request from contractor by IOCL.

    19.0 General:

    19.1 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.

  • Indian Oil Corporation Ltd.(Marketing Division)

    Tender : KASO/LPG/PT-07/2014-15

    Page 23

    20.0 Measurements For Works/Record Measurements/ Bills:

    20.1 All the payment for quantities certified in the running account/ final bill shall be as

    per the details recorded in the standard measurement book of the Corporation and jointly

    signed by the Contractor/ site engineer of IOC.

    20.2 Method of measurement shall be strictly in accordance with the technical specification for

    this work.

    20.3 The payment shall be as per the details entered in the standard Measurement

    Certificate bills of the Corporation.

    21 Temporary Works

    . All temporary works, enabling works, including dewatering of surface and subsoil

    water, preparation and maintenance of temporary drains at the work site, preparation and

    maintenance of approaches to working areas, adequate lighting, wherever required, for

    execution of the work, shall be the responsibility of the Contractor and all costs

    towards the same shall be deemed to have been included in the quoted prices.

    22 . The Owner/Consultant or their representative shall reserve the right to

    inspect/witness, review any or all stages of work at shop/site as deemed

    necessary for quality assurance and / or timely completion of the work.

    23 In case Contractor fails to follow the instructions of Engineer-in- Charge with respect

    to above clauses, next payment due to him shall not be released unless and until he

    complies with the instructions to the full satisfaction of Engineer-in-Charge

    24 Site Cleaning

    24.01 The Contractor shall clean and keep clean the work site from time to time to the

    satisfaction of the Engineer-in-Charge for easy access to work site and to ensure safe

    passage, movement and working.

    24.02 The Contractor shall dispose off the unserviceable materials, debris etc., to the

    earmarked area within the premises or any other location outside the premises

    as per the Contract and/or as decided by the Engineer-in-Charge. No extra payment

    shall be paid on this account.

    25.0 Protection of Existing Facilities

    Contractor shall obtain all clearance (work permit) from the Owner, as may be required from time

    to time, prior to start of work. Work without permit shall not be carried out within the

    existing premises.

    Contractor shall obtain plans and full details of all existing and planned

    facilities/services/utilities from the Owner and shall follow these plans closely at all times during

    the performance of work. Contractor shall be responsible for location and protection of all

    facilities/utilities and structures at his own cost.

    Despite all precautions, should any damage to any structure / utility etc. occur, the

    Contractor shall contact the Owner / authority concerned and Contractor shall forthwith carry

  • Indian Oil Corporation Ltd.(Marketing Division)

    Tender : KASO/LPG/PT-07/2014-15

    Page 24

    out repair at his expenses under the direction and to the satisfaction of Engineer-in-

    Charge and the Owner/concerned authority.

    Contractor shall take all precautions to ensure that no damage is caused to the existing facilities

    etc., during construction. Existing structures/ facilities/ utilities damaged / disturbed during

    construction shall be repaired and restored to their original condition by Contractor after

    completion of construction to the complete satisfaction of Owner.

    Cubicle for the hot work should be strictly as per the drawing given and this will not be

    paid extra. It is the responsibility of the contractor to arrange a safe work area as per the

    site In charge instructions.

    26.0 Work Front

    The work involved under this Contract may include such works as have to be taken up and

    completed after other agencies have completed their jobs. The Contractor will be required and

    bound to take up as and when the fronts are available for the same and no claim of any sort

    whatsoever shall be admissible to the Contractor on this account. Only extension of time limit

    shall be admissible, if the availabilities of work fronts to the Contractor are delayed due to any

    reason not attributable to the Contractor and the same is clearly recorded.

    27.0 Site Facilities

    27.1 The Contractor shall arrange for the following facilities at site, for workmen

    deployed/engaged by him / his sub- contractor, at his own cost:

    i) *Arrangement for First Aid.

    ii) *Arrangement for clean & potable drinking water.

    iii) *A creche where 10 or more women workers having

    children below the age of 6 years.

    are

    iv) *Any other facility/utility as may be required under

    the

    Contract as per the existing legislation/regulations.

    27.2 Contractor's Site Office and Stores

    Owner shall provide land only for contractor's site office and stores and fabrication yard,

    if any at site. However, same shall be dismantled prior to submission of Final Bill.

    The Contractor shall remove all temporary buildings / facilities etc., before leaving the

    site after completion of works in all respect.

    28. CEMENT :

    Cement required for execution of the job under the scope of this tender shall be supplied by the

    contractor at his own cost. Cement used shall be 43 Grade Ordinary Portland Cement (OPC). In

    case 43 grade OPC is not available, Portland Slag Cement or Portland Pozzolanic Cement

    may be permitted by IOCL after review of the same. Contractor to include the cost of cement

    required for execution of various items included in this tender in their quoted rates. Cement

  • Indian Oil Corporation Ltd.(Marketing Division)

    Tender : KASO/LPG/PT-07/2014-15

    Page 25

    shall be of Grade as specified in the SOQ and shall conform to relevant BIS standards of latest

    edition. Contractor to produce Invoice Copy of every batch of cement procured at site to

    EIC. Test Certificate shall be submitted to EIC for verification. No claims for extension of

    completion period for stoppage of work on account of non-availability of cement / delays is

    testing procedures will be entertained/accepted.

    For all computation purposes, the theoretical cement consumption shall be considered as per

    CPWD standards. Cement cost shall be recovered for under-consumption at the penal rate of

    Rs.7000/- per MT. Empty cement bag shall be the property of the contractor. Theoretical weight

    of cement in a bag will be considered as 50 Kgs. Contractor shall maintain necessary weighing

    scale at site for the purpose of random checking of the weight of cement bags by representative of

    IOCL.

    The contractor will be required to maintain a stock register for receipt, issuance and daily

    consumption of cement at site. Cement shall be regulated on the basis of 1st receipt to go as

    1st issue. Cement not consumed within 3 months after bringing to site shall not be used and

    shall be removed from site with prior written permission of EIC.

    All RA bills including the final bills will be accompanied by Cement Consumption

    Statements giving the detailed working of cement used.

    Contractor shall construct suitable temporary godown at site for storage of cement under his lock

    and key. The contractor will be fully responsible for safe custody of cement.

    29.0 STEEL :

    Entire quantity of reinforcement steel required for the project shall be supplied and

    provided at site by the contractor at his own cost. IOCL shall not supply any

    reinforcement steel. The contractor shall make necessary arrangement at his own cost for

    unloading, storage of steel in the open duly fenced under locking arrangement. The Contractor

    shall produce invoice for the reinforcement steel to EIC for every batch of procurement along

    with Manufacturer's Test Certificate.

    No claim towards additional wastage due to lap length / full length bars or other

    consideration including rolling margin will be entertained. No payment will be made or

    measurement recorded for binding wires which shall be of specified gauge and shall be

    provided by the contractor.

    All binding wires required for tying the reinforcement in position etc. will be supplied by the

    contractor.

    It will be necessary that the contractor get the steel tested at his own cost at a IOCL approved

    laboratory as per the testing schedule or as per the EIC's advise, for properties specified in

    IS -1786 latest edition before using it in the work.

    The contractor will be required to maintain a register for recording details of steel receipt, steel

    utilised and balance at site.

    Final bill will be accompanied by steel consumption statement.

    In every case, it shall be the contractor's responsibility to ensure the standard of quality and the

    correctness of quantity of steel procured at site by him. The permissible wastage (wastage

    defined as bars having less than 3 mt. Length) shall be of 3% of theoretical consumption for the

  • Indian Oil Corporation Ltd.(Marketing Division)

    Tender : KASO/LPG/PT-07/2014-15

    Page 26

    purpose of reconciliation. Recovery for less consumption as per theoretical consumption will be

    effected at Rs.6O,OOO/- per MT. All scrap (scrap defined as pieces of steel bars measuring less

    than 3 mt. in length) shall be the property of the contractor. The wastage quantity shall not

    be considered to be included within the theoretical quantity and no extra shall be

    payable on account of wastage.

    31.0 Coordination with other agencies

    31.0.1 Contractor shall be responsible for proper coordination with other agencies operating at

    the site of work so that work may be carried out concurrently, without any hindrance to others.

    The Engineer - in - Charge shall resolve disputes, if any, in this regard, and his decision shall

    be final and binding on the Contractor.

    32.0 Price Adjustment for Delay In Completion:

    32.1 The contractual price payable shall be subject to adjustment by way of discount if

    the units are mechanically completed or the contract works are finally completed subsequent to

    the date of mechanical completion/ final completion specified and as per provisions indicated

    in clause 4.4.0.0, Performance of work, Section 4 of GCC.

    33.0 Special Clause:

    33.1 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.

    34.0 Income Tax, Sales Tax , Works Contract Tax & Service tax:

    34.1 The contractor shall take note that rates quoted shall be inclusive of all taxes, statutory

    levies, Royalty, Income tax, sales tax, works contract taxes, service tax, transportation etc.

    IOCL shall not entertain any request for payment of any taxes/levies separately.

    35.0 Testing Of Materials/ Works:

    35.1 Acceptance of material shall be subject to inspection at Vendors works and at IOCL site, approval and release by a Third Party Inspection Agency.

    35.2 The successful tenderer shall appoint a Third Party Inspection Agency (considering any one

    of the reputed agency viz. M/s Certification Engineers International Ltd., M/s PDIL, M/s

    Bureau Veritas Industrial Services (I) Pvt. Ltd., M/s IRS Inspection Services, M/s

    Lloyds Register Industrial Services (I) Pvt. Ltd., M/s DET Norske Veritas and M/s SGS

    India Pvt. Ltd. Tenderer should advise IOCL the name of Third Party Agency on receipt of Work

    Order.

    35.3 All required facilities to facilitate inspection of equipment/system 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.

    The Contractor shall carry out the various tests as enumerated in the technical specifications of

    this tender document and the technical documents that will be furnished to him during the

  • Indian Oil Corporation Ltd.(Marketing Division)

    Tender : KASO/LPG/PT-07/2014-15

    Page 27

    performance of the work and no separate payment shall be made unless otherwise specified in

    schedule of rates.

    35.4 All the tests either on the field or at outside laboratories concerning the execution of

    the work and supply of materials by the Contractor shall be carried out by Contractor at his

    own cost.

    35.5 The work is subject to inspection at all times by the Site Engineer/ Engineer-in-

    Charge/ representatives nominated by IOCL. The Contractor shall carry out all instructions

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

    technical documents and the relevant codes of practice furnished to him during the

    performance of the work.

    35.6 Any work not conforming to the execution drawings, specifications or codes shall be

    rejected forthwith and the contractor shall carry out the rectifications at his own cost.

    35.7 All results of inspection & tests will be recorded in the inspection reports, proforma

    which will be approved by the Site Engineer/ Engineer-in-Charge. These reports shall

    form part of the completion documents.

    35.8 Inspection & acceptance of works shall not absolve the Contractor from any of his

    responsibilities under this Contract.

    36.0 Authorized Representative & Engineer for site activities:

    36.1 The successful tenderer within 10 days of receipt of acceptance of tender, name

    an engineer responsible for the job at site on behalf of the contractor as per clause 4.0.3.0

    and 4.0.3.1, Performance of work, section 4, of GCC. bidder should give in writing to the

    Corporation, the name of his authorized and qualified engineer who will supervise the work

    and shall remain at the site during execution of the job.

    36.2 The successful tenderer shall position an Engineer responsible for the work.

    Deployment of Manpower by the successful tenderer including recovery for non

    deployment for the subject work is listed below :

    Manpower to be deployed Recovery per month for non

    Deployment of engineer

    a. Project Manager - 1 Engineer with 8 years of

    experience.

    b. QC/ QA/ Planning Engineer 1 Engineer with 4 years of experience.

    c. Safety Engineer 1 Engineer with 2 years experience.

    Rs. 50,000/-

    Rs. 35,000/- Rs.25,000/-

    NOTE : In case the Engineer concerned posted for the above is holding Diploma

    qualification instead of Engineering graduation, the requirement of site experience would

    go up by minimum 2 years.

  • Indian Oil Corporation Ltd.(Marketing Division)

    Tender : KASO/LPG/PT-07/2014-15

    Page 28

    37.0 MISCELLANEOUS REQUIREMENTS:

    37.1 It shall be contractors responsibility to obtain approval for any revision and/or modifications decided by the contractor from the Owner/Engineer-in-Charge before

    implementation. Also such revisions and/or modification if accepted / approved by the

    Owner/Engineer-in-Charge shall be carried out at no extra cost to the owner.

    37.2 Any changes required during and/or after approval for detailed construction

    drawings due to functional requirements or for efficient running of system keeping

    the basic parameters unchanged and which has not been indicated by the Contractor in the

    data / drawings furnished along with the offer, will be carried out by the contractor at no

    extra cost to the owner.

    37.3 All expenses towards mobilization & demobilization including bringing in

    equipment, clearing the site etc. shall be deemed to be included in the prices quoted and no

    separate payments on account of such expenses shall be entertained.

    37.4 It shall be entirely Contractors responsibility to provide, operate & maintain necessary construction equipments, scaffoldings and safety gadgets, cranes and other lifting

    tackles, tools and appliances to perform the work in a workman like and efficient

    manner & complete all jobs as per time schedules.

    37.5 Preparing approaches and working area for movement and operation of the cranes,

    leveling the areas for assembly and erection shall also be the responsibility of the

    Contractor. The Contractor shall acquaint himself with access availability, facilities such

    as railway siding, local labour etc. to provide suitable allowances in his

    quotation. The Contractor, at his own cost, may have to build temporary access roads to aid

    his own work which shall also be taken care while quoting for the work.

    37.6 The procurement and supply in sequence and at the appropriate time of all

    materials & consumables shall be entirely the Contractors responsibility. Rates for execution of work will be inclusive of supply of all these items.

    38.0 SAFETY PRECAUTIONS/ HOT WORK & WORK PERMITS:

    38.1 Contractor shall have to take all safety precaution for carrying out hot work

    in the premises after obtaining hot work permit from location in charge at his own cost

    as directed by the Engineer-In-Charge. Necessary safety equipment such as safety

    belts, helmets and other equipments are to be positioned by the contractor and use as

    per requirement.

    38.2 Safety distance as per CCE Rules and Oil Industry Safety Directorate shall be

    maintained strictly.

    38.3 Any casualty or damage caused to property or person by any untoward

    incidents while

    executing this contract will be at the contractors risk and cost.

  • Indian Oil Corporation Ltd.(Marketing Division)

    Tender : KASO/LPG/PT-07/2014-15

    Page 29

    38.4 The contractor shall also abide by hot work permits to be taken on day to day

    basis from the location as per policy of the Corporation.

    38.5 The successful tenderer shall be responsible for observance of all conditions

    as per

    Appendix III furnished along with GCC with regard to safety.

    39.0 SAFETY:

    Since works have to be carried out in Gas storage and distribution establishment, the

    contractor should ensure that day to day operations, safety and security of the location are

    not affected in any way on account of the works being carried out. In case of any

    damage to our properties due to the negligence on the part of the contractor or their

    workmen, the contractor will be held responsible and liquidated damages as assessed by

    the corporation would be recover from them.

    Traffic Jacket should be provided at contractors cost for all the workers.

    When hot works are involved, the following safety precautions have to be strictly observed

    before commencement of works.

    All hot works operations should be carried out under the supervision of

    our representative and also under the supervision of responsible representative of the

    contractor.

    All hot work operations should be undertaken only after issue of hot work permits

    by the location in charge on day to day basis.

    It should be ensured that the tanks, pipes, containers where the hot work is

    required are gas freed and properly checked to this effect with explosive meters.

    It should be ensured that the surrounding area is free from oil, rags, oil spillage

    and other sources of ignition and the area is cleaned/ sprinkled with sand or dry earth. It

    should also be ensured that metallic trays filled with DCP powder are kept for

    collecting the welding arc/ hot metal cutting.

    Hot work should commence only after positioning the portable fire extinguishers and

    sand/ dry powder in readiness at site and hydrant system made available at the

    nearest point.

    Match boxes, lighters etc used for hot work should be kept in the custody of

    the supervisor only.

    If hot work has to be carried out in a place close to storage tanks or any other

    facility under operation, it is necessary to provide screen wall made of AC sheets to

    segregate the area to prevent sparks traveling to the hazardous area.

    It should be ensured that no workmen carries match boxes or any other source

    of ignition with them while entering the premises or inside the premises. After the

    hot work operation of the day, the following precaution should be taken .

  • Indian Oil Corporation Ltd.(Marketing Division)

    Tender : KASO/LPG/PT-07/2014-15

    Page 30

    Welding sets should be switched off and power mains disconnected. If

    the connection is taken from a temporary switch board the fuse carriers should be

    removed and handed over to the supervisor.

    o Gas cylinder and the cutting sets should be properly closed and the

    equipment removed to a safe place.

    o The site of work should be examined to ensure that it is free from hot splatters

    and any other source of ignition.

    o All the work men of the contractors should be moved out of the premises.

    40.0 SECRECY AGREEMENT:

    40.1 CONTRACTOR shall as a part of his obligation sign an agreement for secrecy of the

    drawings

    / documents with IOC. CONTRACTOR, hereby, expressly undertake to keep all the

    drawings/documents as well as other Technical information given in the

    CONTRACT- DOCUMENT secret and shall not divulge or leak or otherwise cause to

    be known to the competitors or others having any interest in such process in anyway

    the contents in any form, shape or method.

    41.0 In case any land is made available to the Contractor within the provisions of

    tender, the owner shall be entitled (without prejudice to any other mode of recovery), the

    contractor shall pay a license fee @ Rs.20/- (Rupees Twenty Only) per 100 (One Hundred)

    Sq. mtrs or part thereof, to be recovered from the running/ final bills of the contractor or

    any other payments due to the contractor from time to time as per clause 3.6.4.0 of GCC.

    42.0 Following clauses forming part of the GCC issued along with the tender are

    deleted :

    a. Clause 2.6.1.0 and 2.6.2.0 General, section 2 of GCC. b. Clause 4.5.1.1 The clause shall partly be modified. Duration of 30 days shall be read as 20 days.

    c. Clause no. 3.0 Instruction to tenderers of GCC. d. Clause No.9 arbitration and alternate dispute resolution machinery.

    43.0 PENALTY CLAUSE IN CASE OF BREACH OF SAFETY:

    44.1 The penalty for breach of safety during execution of works shall be

    levied by the

    Corporation as below :

    a. Violation of applicable safety, health and environment related norm, a penalty of Rs.

    5000/- per occasion.

    b. Violation as above resulting in

    Any physical injury, a penalty of 0.5% of the contract value (max. of Rs. 2 lacs)

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

    Fatal accident, a penalty of 1% of the contract value (max. of Rs. 10 lacs) per

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

    45.0 The tenderers are advised to submit their offer strictly as per the terms and

    conditions and specifications contained in the tender document and not put forth

  • Indian Oil Corporation Ltd.(Marketing Division)

    Tender : KASO/LPG/PT-07/2014-15

    Page 31

    conditions/ counteconditions. Conditional tenders received shall render the offer liable for

    rejection.

    46.0 In case sub contractors are engaged by the successful tenderer with prior

    permission from IOCL on award of works, it will be mandatory on part of the main

    contractor to furnish a NO DUE UNDERTAKING from the sub contractor (on their letter

    heads) to IOCL before final payments are cleared by the Corporation.

    48.0 In case identical rates are received (percentage rates quoted working out to

    identical amount towards the tender) then the tender shall be awarded to the bidder having

    higher annual average annual turnover for the 3 financial years worked out to 3 decimal

    places.

    49.0 The tenderers must note that the rates to be quoted in percentage over the estimated

    amount indicated in price bid documents must be limited to a maximum of 2 decimal

    places. In case, the tenderer submits the rates for more than 2 decimal places then, the

    amount quoted towards the tender shall be computed to the first 2 decimal places without

    rounding off.

    50.0 IOCL shall make available suitable space at the depot to the successful tenderer for

    setting up site office and area for undertaking fabrication of piping. It shall be the

    responsibility of the successful tenderer to suitably develop the area required for putting up

    his site office as well as clear the area required for undertaking works. Further, it must be

    noted that IOCL shall not charge any rental for according above space in the depot.

    51.0 Tender Negotiations: Tenderers may note that negotiations will not be conducted

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

    conduct such negotiations.

    52.0 At all places in the GCC enclosed with the tender document, OWNER shall mean

    INDIAN OIL CORPORATION LIMITED, MARKETING DIVISION, KARNATAKA

    STATE OFFICE, with its office at NO. 29, P. KALINGA RAO ROAD (MISSION

    ROAD), BANGALORE 560 021. The court of jurisdiction for all matters under the tender shall be at BANGALORE

    .

    53.0 Tenderers must note that it will be mandatory on part of the successful contractor

    to set up a QC Lab at site prior to commencement of works at no extra financial

    implication to IOC and having following minimum equipment .

    54.0 Arbitration Clause : deleted.

    55.0 FINAL DOCUMENTS

    Final drawings/documents consisting of as-built certified drawing and registers and

    test records duly certified by IOCL should be submitted in three sets along with soft copy of

    the drawing.

  • Indian Oil Corporation Ltd.(Marketing Division)

    Tender : KASO/LPG/PT-07/2014-15

    Page 32

    56.0 TENDER QUANTITIES :

    Tender quantities appearing in the schedule of rates are only indicative quantities. Exact

    quantities of each item shall be ascertained by the Contractor. Only such ascertained

    quantities shall be procured. The contractor shall obtain necessary approvals before any

    quantity is brought to site. For getting approval, he shall submit break-up of quantities to

    Owner.

    The contractor should submit the expected final quantities against the P.O. within one

    month from the date of commencement of job.

    57.0 PAYMENT TERMS

    a. Payment shall be released to the successful contractor against completion of individual items as mentioned below.

    For Mechanical Works &cables:

    a. 70% payment shall be released on receipt of item(s) in good conditions, Manufacturer Test certificate,Mode of transportation receipt at site, TPI

    certificate (in original+ one copy to KASO+ one copy to site and receipt of

    MRN (materials receipt note) from IOCs site engineer .

    b. 20% payment shall be released on erection of item(s)

    c. 10% payment shall be released on commissioning of fire fighting facilities of all works with certificate along with final bill

    For Civil works:-

    a) 90% on completion of each work/as certified by Site engineer in MB and also soft

    copy of the measurement in Excel for RA &Final bills.

    b) 10% on each item shall be released after commissioning of entire fire fighting

    system.

    All RA should accompany hindrance register copy, material register copy,

    Bar chart progress vs planned, measurement in soft copy and photographs

    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.

  • INDIAN OIL CORPORATION LIMITED,

    KARNATAKA STATE OFFICE

    E-TENDER:2015_KASO_13887

    DATE :21.01.2015

    Unit rate

    A MECHANICAL WORKS

    1 Preparation of design and working &isometric drawing for hydrant line, sprinkler line/airline, Deluge valve ,Deludge room,

    K factor for sprinkler with respect to existing facilities for 2 X 1200 MT Mounded bullets,new pump house with manifold ,

    new loading and unloading and for new cylinder storage shed calculation for the medium velocity water spray system and

    hydrant header sizing approved by competent agency (appointed by the vendor in consultation with IOCL) as per OISD

    150/144 Latest , considering the overall existing plant hydrant layout and inclusion of re circulation line as per IOCL

    guildelines , to be submitted. Cross check existing filling shed and preparation of revised zone calculation .Final design

    calcualtions for entire filling shed (exisitng and proposed) also to be calculated and submitted.( 1 hard copy to plant +1

    hard copy to KASO + 1 soft copy of the drawing +calcualtions).

    1 EA 250000 250000.00

    2

    Supply, fabrication, erection, testing and commissioning of M.S. Black ERW Heavy grade piping as per IS:1239 for

    pipeline below 150mm/ IS:3589. This includes supply of pipes complete with necessary specials such as tees, bends,

    flanges, reducers, etc. Rate quoted shall include for unloading at site, storage, transportation of pipe to work site,

    prefabrication, handling, cutting, edge preparation, tack welding & final welding, installation, alignment final welding & field

    tightening and painting of pipe with a coat of primer and two coats of synthetic enamel paint of approved colour / make for

    above ground piping as per the IS standards and rate including supply and installation of pipe supports, pedestal,

    fasteners etc.,

    0.00

    2.a

    Underground piping with necessary flanges & fittings such as elbows,tees, alongwith pipe coating and wrapping of

    underground pipes with `PYPKOTE' 4mm thick conforming to IS : 10221 and holiday testing . Excavating trenches of

    required width for pipes including excavation for sockets, and dressing of sides, ramming of bottoms, depth upto 1.5m

    including getting out the excavated soil, and then returning the soil as required, in layers not exceeding 20cm in depth

    including consolidating each deposited layer by ramming, watering, etc. and disposing of surplus excavated soil as

    directed, within a lead of 50m.(underground lines to be laid minimum 1.2 meter below the ground level) , other pipe size

    if used will be converted to the nearst pipe size in DIA basis. only TATA /JINDAL. PYPKOTE will be paid seperately

    0.00

    2a1

    300 mm dia

    20 M 5098.95 101979.00

    2a2200 mm dia

    30 M 3132.34 93970.30

    2a3250 mm dia

    40 M 3930.37 157214.72

    2a4 supply and fixing of Wrapping coat 4 mm thick 95 Sqm 331.18 31462.04

    Unit

    AMOUNT

    Rs. P

    In rupees

    TENDER ESTIMATE FOR FIRE FIGHTING SYSTEM FOR PROPOSED FILLING SHED EXTENSION ,NEW MOUNDED BULLET 2 X 1200 MT AND NEW PUMP HOUSE AT

    SERVICE TAX 4.944% WILL BE PAID EXTRA & WCT applicable as mentioned in the checklist /excel sheet will be paid extra .ALL other taxes are included in the BOQ

    Sl No Description of work

    Qty

    Page 1 of 7

  • INDIAN OIL CORPORATION LIMITED,

    KARNATAKA STATE OFFICE

    E-TENDER:2015_KASO_13887

    DATE :21.01.2015

    Unit rate Unit

    AMOUNT

    Rs. P

    In rupees

    TENDER ESTIMATE FOR FIRE FIGHTING SYSTEM FOR PROPOSED FILLING SHED EXTENSION ,NEW MOUNDED BULLET 2 X 1200 MT AND NEW PUMP HOUSE AT

    SERVICE TAX 4.944% WILL BE PAID EXTRA & WCT applicable as mentioned in the checklist /excel sheet will be paid extra .ALL other taxes are included in the BOQ

    Sl No Description of work

    Qty

    2.b

    Above ground piping with necessary flanges & fittings such as elbows, tees and Painting, supports and Orifice plates if

    any necessary for the hydrant system complete as per the requirement. (above ground line to be laid minimum 300mm

    above the ground level) only TATA /JINDAL the pipe size if used will be converted to the nearst pipe size in DIA basis

    2b1300mm dia

    150 M 4947.50 742124.39

    2b2 200 mm dia 450 M 2987.77 1344498.09

    2b3250 mm dia


Recommended